Objekt Omfanget af udbuddet
Titel: Expansion of Port of Skagen — Phase 3
Produkter/tjenester: Arbejder i forbindelse med anlæg af havn📦
Kort beskrivelse: Se punkt II.2.4.
This tender concerns a Turnkey contract for the expansion of the Port of Skagen — phase 3, comprising detailed design and construction of:
— new breakwaters,
— revetments,
— quay walls,
— dredging and reclamation works,
— pavement works,
— transport channel for fish meal,
— relocation and elongation of discharge pipe.
The scope of the work is divided into professional disciplines as described in the project descriptions (PD1-PD6):
— PD1: general project description,
— PD2: project description of port structures,
— PD3: project description of revetments, breakwaters and breakwater heads,
— PD4: project description of dredging and reclamation,
— PD5: project description of roads and pavements,
— PD6: project description of installations.
On an overall level the project comprises the following estimated volumes:
— 975 m quay structures,
— 540 m extension of southern breakwater,
— 70 m new northern breakwater and vertical breakwater head,
— 1 000 m new revetments along hinterland,
— reclamation for the port expansion reusing dredged material. Total size of the expansion area (surface) is approx. 19,5 ha,
— 1,1 km acess road and 1,1 km site way.
The project is to be delivered in September 2020.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 19
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“In the event that more than 4 companies applying for pre-qualification meet the minimum requirements for selection, the number of applicants invited to...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
In the event that more than 4 companies applying for pre-qualification meet the minimum requirements for selection, the number of applicants invited to submit a tender will be restricted to the 4 most suitable applicants.
The most suitable applicants will be selected based on a comprehensive evaluation of the applicant’s references including the execution of comparable contracts based on the descriptions in the list of port expansion projects provided by the Applicant in part IV, C of the ESPD.
The following will be taken into consideration when selecting the best and most relevant references:
— the contract value of the references in relation to the contract concerned,
— whether the references are of the same complexity as the contract that is out for tender, i.e. the number and the technical/financial amount of the elements of port expansion work included in the reference:
1) Establishment of quays, including:
— sheet piling,
— quay capping and quay aprons.
2) Establishment of revetments, breakwaters;
3) Dredging and
4) reclamation.
The contemporaneity of the references, i.e. the year/date when the contracts for which the references relate have been initiated or completed. References concerning projects initiated or completed within the year of the application will be evaluated higher than earlier references.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In Part IV, B of the ESPD, the applicant must provide information about the following:
Equity: the applicant's equity in the last 3 completed financial...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In Part IV, B of the ESPD, the applicant must provide information about the following:
Equity: the applicant's equity in the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
Turnover: the applicant's average total annual turnover in the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
Solvency ratio: the applicant's solvency ratio in each of the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
The solvency ratio is calculated as the company’s equity divided by the company’s total assets:
Equity at the end of the year x 100/Assets at the end of the year.
Sum insured: the applicant must provide information demonstrating that the applicant before entering into contract can establish the insurance required.
“Equity: it is a minimum requirement that the applicant has had an equity of minimum 15 000 000 EUR in each of the last 3 completed financial years before...”
Equity: it is a minimum requirement that the applicant has had an equity of minimum 15 000 000 EUR in each of the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
Turnover: it is a minimum requirement that the applicant has had an average total annual turnover of min. 20 000 000 EUR in each of the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
Solvency ratio: it is a minimum requirement that the applicant has had a solvency ratio of min. 15 % in each of the last 3 completed financial years before submission of the application or in the period since the incorporation of the company.
Sum insured: it is a minimum requirement that the applicant can demonstrate that the applicant before entering into contract can establish a sum insured for business and product liability insurance and all-risk insurance for which the client is co-insured and that also covers third parties, with a minimum coverage per claim per year of 10 000 000 DKK.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“In part IV, C of ESPD, the applicant must provide a list of 5 contracts comparable to the contract that is out for tender, i.e. concerning port expansions,...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
In part IV, C of ESPD, the applicant must provide a list of 5 contracts comparable to the contract that is out for tender, i.e. concerning port expansions, with one or more of the following work:
1) Establishment of quays, including:
— sheet piling,
— quay capping and
— quay aprons.
2) Establishment of revetments, breakwaters;
3) Dredging;
4) Reclamation and
5) Underwater constructions for pipes and tunnels, that have been completed or initiated by the applicant in the last 3 calendar years before submission of the application (ongoing contracts can be included in the list), as the list must demonstrate that the minimum requirements below have been met. Information must also be provided concerning the contract price, contract objective and scope and the dates of commencement and conclusion and the name of the client.
As basis for the client's evaluation of the technical capacity of the applicant the objective and scope of the contract must be defined in further detail and divided by the relevant technical disciplines for the specific business area.
The applicant must include only 5 of the best and most relevant contracts in the list as the client wishes to evaluate whether the minimum requirements have been fulfilled and who has submitted the best and most relevant references, cf. below based on the first 5 references listed in part IV C of the ESPD.
Please note that part IV, C of the ESPD has no limits with regard to the number of estimates and references that can be listed.
It is allowed – but not required — to attach short reference sheets (maximum 1-2 pages A4 format) as a supplement to the short text in the ESPD, though the outline divided in relevant work still have to be submitted in the ESPD.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“It is a minimum requirement that the applicant is able to document having initiated or completed the delivery of at least one contract comparable to the...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
It is a minimum requirement that the applicant is able to document having initiated or completed the delivery of at least one contract comparable to the tender, i.e. a port expansion including at least one of the 5 elements above, within the last 3 completed calendar years before submission of the application and where:
1) Establishment of quays, including:
— sheet pile walls,
— quay capping and
— quay aprons have amounted to minimum 6 000 000 EUR of the total reference contract;
2) Establishment of revetments, breakwaters have amounted to minimum 6 000 000 EUR of the total reference contract;
3) The execution of reclamation has amounted to minimum 6 000 000 GBP of the total reference contract;
4) Dredging has amounted to minimum 6 000 000 GBP of the total reference contract or
5) Underwater constructions for pipes and tunnels has amounted to minimum 6 000 000 GBP of the total reference contract. If the reference includes all 3 or more elements, the minimum requirement will be met, if these 3 elements combined, have amounted to minimum 10 000 000 EUR of the total reference contracts.
Quality assurance system: it is a minimum requirement that the applicant is able to document having a quality assurance system, based on the requirements set out in DS/EN ISO 9001 “Quality Management Systems – Requirements” and DS/EN ISO 9000 “Quality Management Systems – Fundamentals and vocabulary” or equivalent.
Vis mere
Krav om deponering og sikkerhedsstillelse:
“Requirements for gurantees are stated in the documents A029103-TC-TC_The Contract (TC) A029103-TC-PT_ Particular Terms (PT)”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“The requirements for payment are stated in the documents A029103-TC-TC_The Contract (TC) A029103-TC-PT_ Particular Terms (PT)”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No specific legal form is required. A group of economic operators which request to participate in the tender process must undertake joint and several...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No specific legal form is required. A group of economic operators which request to participate in the tender process must undertake joint and several liablility to perform the contract. Such group must, furthermore, authorise one member of the group to represent the group with legally binding effect for all members of the group.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2018-11-19
23:59 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 2
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The complaints board for public procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaints regarding a candidate not being pre-qualified must be filed with The complaints board for public procurement within 20 calendar days starting the day after the Contracting Authority has sent notification to the candidates involved, cf. § 171(2) of of the Danish act on Public Procurement (act No. 1564 of 15.12.2015 available at www.retsinformation.dk) or § 7(1) of the Danish Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with the complaints board for public procurement within:
1) 45 calendar days after the Contracting Authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the Contracting Authority has informed the tenderers in question, that the Contracting Authority has entered into a contract based on a Framework Agreement through reopening of competition or a Dynamic Purchasing System, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the Contracting Authority has sent notification to the candidates/tenderers involved that the Contracting Authority has entered into the Framework Agreement, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision;
4) 20 calendar days starting the day after the Contracting Authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement. The complainant must inform the Contracting Authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the complaints board for public procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act. The e-mail of the complaints board for public Procurement is stated in section VI.4.1. The complaints board for public procurement's own guidance note concerning complaints is available at the internet address stated in section VI.4.1.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2018/S 206-471172 (2018-10-22)
Bekendtgørelse om indgåede kontrakter (2019-06-25) Objekt Omfanget af udbuddet
Kort beskrivelse: See II.2.4).
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 499 900 000 💰
Beskrivelse
Hovedsted eller sted for udførelsen: Skagen.
Beskrivelse af udbuddet:
“This tender concerns a turnkey contract for the expansion of the Port of Skagen — phase 3, comprising detailed design and construction of new breakwaters,...”
Beskrivelse af udbuddet
This tender concerns a turnkey contract for the expansion of the Port of Skagen — phase 3, comprising detailed design and construction of new breakwaters, revetments, quay walls, dredging and reclamation works, pavement works, transport channel for fish meal, relocation and elongation of discharge pipe.
The scope of the work is divided into professional disciplines as described in the project descriptions (PD1-PD6):
— PD1: General Project Description,
— PD2: Project Description of port structures,
— PD3: Project Description of revetments, breakwaters and breakwater heads,
— PD4: Project Description of dredging and reclamation,
— PD5: Project Description of roads and pavements,
— PD6: Project Description of installations.
On an overall level the project comprises the following estimated volumes:
— 975 m quay structures,
— 540 m extension of southern breakwater,
— 70 m new northern breakwater and vertical breakwater head,
— 1 000 m new revetments along hinterland,
— reclamation for the port expansion reusing dredged material. Total size of the expansion area (surface) is approx. 19,5 ha,
— 1,1 km access road and 1,1 km site way.
The project is to be delivered in September 2020.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Technical solution and execution methods
Kvalitetskriterium (vægtning): 25 %
Kvalitetskriterium (navn): Delivery schedule and organization
Kvalitetskriterium (vægtning): 15 %
Pris (justeringskoefficient): 60
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2018/S 206-471172
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Expansion of Port of Skagen
Dato for indgåelse af kontrakten: 2019-06-12 📅
Oplysninger om udbud
Antal modtagne bud: 4
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 1
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 4
Navn og adresse på kontrahenten
Navn: Per Aarsleff A/S
Nationalt registreringsnummer: 37542784
Postadresse: Hasselager Allé 5
Postby: Viby J
Postnummer: 8260
Land: Danmark 🇩🇰
Region: Midtjylland🏙️
URL: https://www.aarsleff.dk/🌏
Entreprenøren er en SMV
Oplysninger om underleverandørvirksomhed
Kontrakten vil sandsynligvis blive givet i underentreprise
Kort beskrivelse af den del af kontrakten, der skal udliciteres: Stone throw- and pierworks
Dredging- and buildingworks
Supplerende oplysninger Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 171(2) of of the Danish act on Public Procurement (act No. 1564 of 15.12.2015 available at www.retsinformation.dk) or § 7(1) of the Danish Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement. The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act. The e-mail of The Complaints Board for Public Procurement is stated in section VI.4.1). The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the internet address stated in section VI.4.1).
Vis mere
Kilde: OJS 2019/S 123-301483 (2019-06-25)