The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The Project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord. The Danish Road Directorate wish to appoint a main consultant, who will support the Danish Road Directorate with the delivery of the Project.
Deadline
Fristen for modtagelse af bud var på 2020-01-13.
Indkøbet blev offentliggjort på 2019-12-07.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Nordhavnstunnel, Hovedrådgivning
93300.R01
Produkter/tjenester: Arkitekt-, konstruktions-, ingeniør- og inspektionsvirksomhed📦
Kort beskrivelse:
“The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The Project...”
Kort beskrivelse
The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The Project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord. The Danish Road Directorate wish to appoint a main consultant, who will support the Danish Road Directorate with the delivery of the Project.
Vis mere
Anslået værdi uden moms: DKK 150 000 000 💰
The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for construction of the Nordhavnstunnel (in the following called ‘the Project’). The Project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord. It is decided that the tunnel shall be established as the long tunnel option from Nordhavnsvej to Kattegatvej’s extension, with preparation for a possible future Østlig Ringvej (eastern ringroad). The basis for the technical solution is described in the Environmental Impact Statement and its appendices (https://www.vejdirektoratet.dk/side/dokumenter-33) and is expected to be constructed in accordance with the ‘Proposal for law for construction of Nordhavnstunnel’, which can be found on the public hearing portal Høringsportalen (https://hoeringsportalen.dk/Hearing/Details/63140). The Danish Road Directorate wish to appoint a consultant, who will support the Danish Road Directorate with the delivery of the Project. The scope of services covers the consultancy for multidisciplinary design, tender, evaluation, designer’s representative, possible site supervision, commissioning and handover of the Project. It is expected that the replacement harbour Færgehavn Nord will be carried out as a detail design and a traditional contract and that the Nordhavnstunnel will be carried out as an illustrative design and a design and build contract. The main consultant shall be capable of producing deliverables and tender documents on Danish and English.
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: 105
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“In case the number of compliant requests exceeds the limit above, applicants, whose companies are not affiliated, will be selected. Applicants that are...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
In case the number of compliant requests exceeds the limit above, applicants, whose companies are not affiliated, will be selected. Applicants that are selected are those who have the most relevant references pursuant to the details on technical ability. The references, cf. tender notices, clause III 1.3), shall be assessed in relation to the description, in the tender notices, clause II.1.4), of the task put out to tender in that, in the assessment of the relevance of the references, it shall be taken into account that content and size are comparable with the services put out to tender.
If less than 5 applicants meet the minimum requirements, the Danish Road Directorate will choose the number of applicants that do meet the minimum requirements and are suitable.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“See Section 2, b) in the draft to the agreement on consultancy and assistance regarding Nordhavnstunnel, main consultancy.” Beskrivelse
Yderligere oplysninger:
“The estimated value under section II.1.5) is a maximum estimate. The total value of the contract is expected to be between 110 000 000 DKK and 150 000 000...”
Yderligere oplysninger
The estimated value under section II.1.5) is a maximum estimate. The total value of the contract is expected to be between 110 000 000 DKK and 150 000 000 DKK, excl. VAT.
The duration in months under section II.2.7) is an estimate.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant shall submit information about the company's net revenue for the past financial year (audited or copy of financial statements).
For companies...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant shall submit information about the company's net revenue for the past financial year (audited or copy of financial statements).
For companies that have been established for less than a year, information covering the longest possible period shall be submitted.
If the applicant is a group of operators (e.g. a consortium), the information shall be submitted for each individual company and the sum of the companies' net revenue shall observe the minimum requirement.
If the applicant is a group of operators (e.g. a consortium), power of attorney shall be given to one person who shall be authorised to sign for the group of operators (e.g. a consortium). All participating companies shall be jointly and severally liable for the fulfilment of the contract.
If the applicant relies on the abilities of other entities (such as sub-consultants or other entities in the group), the applicant shall demonstrate that the applicant has the required resources at these entities at their disposal.
This shall be done by presenting a commitment from these entities in the form of a declaration of joint and several liability.
Information is not required about other planned sub-consultants whose economic and financial capacity the applicant is not relying on in order to meet the minimum requirement.
“The net revenue for the most recent financial year shall be at least 220 000 000 DKK.” Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant shall submit a list of references documenting experience with consulting in connection with traditional contracts or design and build...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant shall submit a list of references documenting experience with consulting in connection with traditional contracts or design and build contracts relating to tunnel works carried out as a cut-and-cover tunnel or as an immersed tunnel and consulting in connection with traditional contracts or design and build contracts relating to harbours. The reference list should not contain bored tunnels.
The references shall be in the process of construction or be completed within the past 5 years.
The requirement for references is extended from 3 to 5 years to ensure sufficient competition, as the contracting authority has assessed that the number of comparative tasks in the past 3 years has been limited.
The list of references should include information about project name, type of contract, contracting authority,contract price, date of execution as well as a description of the project.
A maximum of 8 references may be submitted.
If the applicant is a group of operators (e.g. a consortium), references shall be submitted for each individual company, so as to the combined references of the companies meet the minimum requirement.
If the applicant relies on the abilities of other entities (such as sub-consultants or other entities in the group), the applicant shall demonstrate that the applicant has the required resources at these entities at their disposal.
This shall be done by producing a statement from these entities on their obligations in this regard.
If the applicant relies on other entities’ technical and professional capacity, attention is directed to Section 144(3) of the Public Procurement Act.
Information is not required about other planned sub-consultants whose technical and professional capacity the applicant is not relying on in order to meet the minimum requirement.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“Experience in the past 5 years with:
Consulting in connection with traditional contracts or design and build contracts relating to tunnel works carried out...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
Experience in the past 5 years with:
Consulting in connection with traditional contracts or design and build contracts relating to tunnel works carried out as a cut-and-cover tunnel or as an immersed tunnel and consultancy in connection with traditional contracts or design and build contracts relating to harbours.
Procedure Type af procedure
Begrænset procedure
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2019/S 219-537557
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-01-13
12:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2020-01-22 📅
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: 6
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The deadline stipulated in Section IV.2.2) applies to the application for pre-qualification.
The application for pre-qualification shall be submitted...”
The deadline stipulated in Section IV.2.2) applies to the application for pre-qualification.
The application for pre-qualification shall be submitted electronically at the URL address listed in Section I.3).
The application shall — in addition to the foregoing III.1.2) and III.1.3) — contain information on the applicant's ownership, including information on consolidated companies.
As an appendix to the application, a completed 'Single European Procurement Document' (ESPD) shall be attached. The document is available in the same location as tender documents, see Section. I.3).
In the ESPD, Part II, Section A, a contact person shall be stated for the entire tendering process.
In addition to the mandatory exclusion grounds, see Sections 135-136 of the Public Procurement Act, the exclusion grounds stipulated in Section 137(1)(ii) of the Public Procurement Act shall apply to the tender.
For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the applicant relies.
The application for pre-qualification will be accepted in English, Danish, Norwegian and Swedish.
Tenders shall be submitted in Danish or English. Refer to the tender documents (Instruction to Tenderes) for a description of the tender process.
The tender will be carried out by using a 2-envelope system. The procedure is described in detail in the tender documents.
Any questions shall be submitted to the email address specified in the tender documents, Instruction to Tenderes, Section 4.
Questions that are submitted after 19.12.2019 will not be answered before 2.1.2020.
Questions and answers will be made available on the Internet address stated in I.3), under current tenders.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud/Danish Complaints Board for Public Procurement
Postadresse: Nævnenes Hus/The Danish Appeals Boards Authority, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
URL: www.klfu.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Precise information on deadline(s) for appeal:
Deadlines and procedures for appeals stated in the 'Act on the Danish Complaints Board for Public...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Precise information on deadline(s) for appeal:
Deadlines and procedures for appeals stated in the 'Act on the Danish Complaints Board for Public Procurement', Act No 492 of 12.5.2010 as amended, latest Consolidated Act No 593 of 2.6.2016.
Complaints about not being pre-qualified shall be lodged with the Complaints Board for Public Procurement within 20 calendar days.
The deadline is calculated from the day following the day on which the contracting authority has sent a notification to interested applicants about who has been pre-qualified. However, the deadline only begins when a brief explanation has been given in the notification of the relevant reasons for the contracting authority's decision.
In other situations complaints about tenders shall be submitted to the Complaints Board for Public Procurement within:
45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has awarded a contract. The deadline is calculated from the day after the day on which the announcement has been published.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Danish Competition and Consumer Authority
Postadresse: Valby
Postby: Carl Jacobsens Vej 35
Postnummer: 2500
Land: Danmark 🇩🇰
Kilde: OJS 2019/S 239-586620 (2019-12-07)
Supplerende oplysninger (2020-01-02) Objekt Omfanget af udbuddet
Kort beskrivelse:
“The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The project...”
Kort beskrivelse
The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord. The Danish Road Directorate wish to appoint a main consultant, who will support the Danish Road Directorate with the delivery of the project.
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2019/S 239-586620
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: III.1.2)
Sted for den tekst, der skal ændres: Economic and financial standing
Gammel værdi
Tekst:
“List and brief description of selection criteria:
The applicant shall submit information about the company's net revenue for the past financial year...”
Tekst
List and brief description of selection criteria:
The applicant shall submit information about the company's net revenue for the past financial year (audited or copy of financial statements).
For companies that have been established for less than a year, information covering the longest possible period shall be submitted.
If the applicant is a group of operators (e.g. a consortium), the information shall be submitted for each individual company, and the sum of the companies' net revenue shall observe the minimum requirement.
If the applicant is a group of operators (e.g. a consortium), power of attorney shall be given to one person who shall be authorised to sign for the group of operators (e.g. a consortium). All participating companies shall be jointly and severally liable for the fulfilment of the contract.
If the applicant relies on the abilities of other entities (such as subconsultants or other entities in the group), the applicant shall demonstrate that the applicant has the required resources at these entities at their disposal.
This shall be done by presenting a commitment from these entities in the form of a declaration of joint and several liability.
Information is not required about other planned subconsultants whose economic and financial capacity the applicant is not relying on in order to meet the minimum requirement.
Minimum level(s) of standards possibly required:
The net revenue for the most recent financial year shall be at least 220 000 000 DKK.
Vis mere Ny værdi
Tekst:
“List and brief description of selection criteria:
The applicant shall submit information about the company's net turnover for the past financial year...”
Tekst
List and brief description of selection criteria:
The applicant shall submit information about the company's net turnover for the past financial year (audited or copy of financial statements).
For companies that have been established for less than a year, information covering the longest possible period shall be submitted.
If the applicant is a group of operators (e.g. a consortium), the information shall be submitted for each individual company, and the sum of the companies' net turnover shall observe the minimum requirement.
If the applicant is a group of operators (e.g. a consortium), power of attorney shall be given to one person who shall be authorised to sign for the group of operators (e.g. a consortium). All participating companies shall be jointly and severally liable for the fulfilment of the contract.
If the applicant relies on the abilities of other entities (such as subconsultants or other entities in the group), the applicant shall demonstrate that the applicant has the required resources at these entities at their disposal.
This shall be done by presenting a commitment from these entities in the form of a declaration of joint and several liability.
Information is not required about other planned subconsultants whose economic and financial capacity the applicant is not relying on in order to meet the minimum requirement.
Minimum level(s) of standards possibly required:
The net turnover for the most recent financial year shall be at least 220 000 000 DKK.
Vis mere
Kilde: OJS 2020/S 003-003716 (2020-01-02)
Bekendtgørelse om indgåede kontrakter (2020-04-14) Objekt Omfanget af udbuddet
Kort beskrivelse:
“The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The Project...”
Kort beskrivelse
The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for the construction of the Nordhavnstunnel. The Project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord.The Danish Road Directorate wish to appoint a main consultant, who will support the Danish Road Directorate with the delivery of the Project.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 150 000 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for construction of the Nordhavnstunnel (in the following...”
Beskrivelse af udbuddet
The Danish Road Directorate shall perform as the client on behalf of Copenhagen Municipality for construction of the Nordhavnstunnel (in the following called ‘the Project’). The Project entails the construction of a tunnel across the Svanemølle bay in continuation of the Nordhavnsvej-tunnel and the construction of a replacement harbour in Færgehavn Nord. It is decided that the tunnel shall be established as the long tunnel option from Nordhavnsvej to Kattegatvej’s extension, with preparation for a possible future Østlig Ringvej (Eastern Ringroad). The basis for the technical solution is described in the Environmental Impact Statement and its appendices (https://www.vejdirektoratet.dk/side/dokumenter-33) and is expected to be constructed in accordance with the ‘Proposal for law for construction of Nordhavnstunnel’, which can be found on the public hearing portal Høringsportalen (https://hoeringsportalen.dk/Hearing/Details/63140). The Danish Road Directorate wish to appoint a consultant, who will support the Danish Road Directorate with the delivery of the Project. The scope of services covers the consultancy for multidisciplinary design, tender, evaluation, designer’s representative, possible site supervision, commissioning and handover of the Project. It is expected that the replacement Harbour Færgehavn Nord will be carried out as a detail design and a traditional contract and that the Nordhavnstunnel will be carried out as an illustrative design and a design and build contract. The main consultant shall be capable of producing deliverables and tender documents on Danish and English.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Project organisation and competencies
Kvalitetskriterium (vægtning): 32.500.000 DKK
Kvalitetskriterium (navn): Description of the solution for the contract
Kvalitetskriterium (vægtning): 17.500.000 DKK
Pris (justeringskoefficient): 98.212.500 DKK
Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“See section 2 (b) in the draft to the agreement on consultancy and assistance regarding Nordhavnstunnel, main consultancy.” Beskrivelse
Yderligere oplysninger:
“The award model is of the type of pricing model, which is described in more detail in the tender material. The specified weighting for quality criteria is...”
Yderligere oplysninger
The award model is of the type of pricing model, which is described in more detail in the tender material. The specified weighting for quality criteria is the difference between the grade 0 and grade 10. The grade is converted into a one-off supplement or deduction, which is added to the offer amount.
The specified weight for price is the winner's offer price.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2019/S 239-586620
Tildeling af kontrakt
1️⃣
Titel: Nordhavnstunnel, Hovedrådgivning
Dato for indgåelse af kontrakten: 2020-03-24 📅
Oplysninger om udbud
Antal modtagne bud: 5
Navn og adresse på kontrahenten
Navn: Rambøll Danmark A/S
Postby: Copenhagen
Land: Danmark 🇩🇰
Region: Danmark🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 150 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 150 000 000 💰
Supplerende oplysninger Yderligere oplysninger
“The deadline stipulated in section IV.2.2) applies to the application for pre-qualification.
The application for pre-qualification shall be submitted...”
The deadline stipulated in section IV.2.2) applies to the application for pre-qualification.
The application for pre-qualification shall be submitted electronically at the URL address listed in section I.3).
The application shall — in addition to the foregoing III.1.2) and III.1.3) — contain information on the applicant's ownership, including information on consolidated companies.
As an appendix to the application, a completed ‘Single European Procurement Document’ (ESPD) shall be attached. The document is available in the same location as tender documents, see section I.3).
In the ESPD, Part II, section A, a contact person shall be stated for the entire tendering process.
In addition to the mandatory exclusion grounds, see sections 135-136 of the Public Procurement Act, the exclusion grounds stipulated in section 137(1)(ii) of the Public Procurement Act shall apply to the tender.
For groups of operators (e.g.a consortium), a separate ESPD must be submitted for each participating operator. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the applicant relies.
The application for pre-qualification will be accepted in English, Danish, Norwegian and Swedish.
Tenders shall be submitted in Danish or English. Refer to the tender documents (Instruction to Tenderes) for a description of the tender process.
The tender will be carried out by using a two-envelope system. The procedure is described in detail in the tender documents.
Any questions shall be submitted to the email address specified in the tender documents, instruction to tenderes, section 4.
Questions that are submitted after 19 December 2019 will not be answered before 2 January 2020.
Questions and answers will be made available on the Internet address stated in I.3), under current tenders.
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Precise information on deadline(s) for appeal:
Deadlines and procedures for appeals stated in the ‘Act on the Danish Complaints Board for Public...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Precise information on deadline(s) for appeal:
Deadlines and procedures for appeals stated in the ‘Act on the Danish Complaints Board for Public Procurement’, Act No 492 of 12 May 2010 as amended, latest Consolidated Act No 593 of 2 June 2016.
Complaints about not being pre-qualified shall be lodged with the Complaints Board for Public Procurement within 20 calendar days.
The deadline is calculated from the day following the day on which the contracting authority has sent a notification to interested applicants about who has been pre-qualified. However, the deadline only begins when a brief explanation has been given in the notification of the relevant reasons for the contracting authority's decision.
In other situations complaints about tenders shall be submitted to the Complaints Board for Public Procurement within:
45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has awarded a contract. The deadline is calculated from the day after the day on which the announcement has been published.
Vis mere
Kilde: OJS 2020/S 076-180222 (2020-04-14)