The tender concerns a contract regarding the delivery of variable message signs (VMS Units) for the Great Belt Link. The VMS Units are to be used in normal traffic situations and in connection with a standard set up to diverge the traffic to be running as bi-directional on one half of the Great Belt Link while the other half is closed due to unforeseen events such as an accident or due to planned maintenance works.
Deadline
Fristen for modtagelse af bud var på 2021-06-14.
Indkøbet blev offentliggjort på 2021-05-12.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Contract Concerning the Delivery of Variable Message Signs for the Great Belt Link”
Produkter/tjenester: Vejudstyr📦
Kort beskrivelse:
“The tender concerns a contract regarding the delivery of variable message signs (VMS Units) for the Great Belt Link. The VMS Units are to be used in normal...”
Kort beskrivelse
The tender concerns a contract regarding the delivery of variable message signs (VMS Units) for the Great Belt Link. The VMS Units are to be used in normal traffic situations and in connection with a standard set up to diverge the traffic to be running as bi-directional on one half of the Great Belt Link while the other half is closed due to unforeseen events such as an accident or due to planned maintenance works.
1️⃣
Yderligere produkter/tjenester: Vejudstyr📦
Yderligere produkter/tjenester: Udstyr til vejtrafikregulering📦
Sted for udførelsen: Vest- og Sydsjælland🏙️
Hovedsted eller sted for udførelsen: Halsskov (Korsør).
Beskrivelse af udbuddet:
“The tender concerns a contract regarding the delivery of variable message signs (VMS Units) for the Great Belt Link. The VMS Units are to be used in normal...”
Beskrivelse af udbuddet
The tender concerns a contract regarding the delivery of variable message signs (VMS Units) for the Great Belt Link. The VMS Units are to be used in normal traffic situations and in connection with a standard set up to diverge the traffic to be running as bi-directional on one half of the Great Belt Link while the other half is closed due to unforeseen events such as an accident or due to planned maintenance works.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Delivery
Kvalitetskriterium (vægtning): 30 %
Kvalitetskriterium (navn): Technical and installation
Kvalitetskriterium (vægtning): 18 %
Kvalitetskriterium (navn): Service and maintenance
Kvalitetskriterium (vægtning): 12 %
Pris (justeringskoefficient): 40 %
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 2 000 000 💰
Varighed
Startdato: 2021-07-01 📅
Slutdato: 2022-06-30 📅
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“The contracting authority is obliged to exclude a tenderer from participation in the tendering procedure if the tenderer is subject to the mandatory grounds...”
Liste og kortfattet beskrivelse af betingelserne
The contracting authority is obliged to exclude a tenderer from participation in the tendering procedure if the tenderer is subject to the mandatory grounds for exclusion set out in s. 135 and 136 of the Procurement Act. The Client will not apply optional grounds for exclusion, see s. 137 of the Procurement Act.
Information on exclusion grounds must be stated in the ESPD, Part III ‘Exclusion Grounds’ in the following section:
— Part III.A: ‘Grounds relating to criminal convictions’;
— Part III.B: ‘Grounds relating to the payment of taxes or social security contributions’;
— Part III.C: ‘Grounds relating to insolvency, conflicts of interest or professional misconduct’;
— the entry regarding a conflict of interest due to the tenderer's participation in the procurement procedure;
— the entry regarding the tenderer's provision of advice or other involvement in the preparation of the procurement procedure;
— the entry regarding the tenderer's serious misrepresentation, withholding of information or ability to submit supporting documentation.
Reference is furthermore made to the Danish Competition and Consumer Authority's guide to the European single procurement document regarding the correct completion of the form.
The client reserves the right to initiate a ‘self-cleaning’ procedure if relevant, see s.138 of the Procurement Act.
According to § 144 of the said Act, an applicant may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities.
A tenderer who relies on the capacity of other entities shall ensure that the contracting authority receives the tenderer's own ESPD together with a separate ESPD with the relevant information for each of the entities that the tenderer relies on. Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate ESPD with the information required in Part II-IV.
Prior to a decision on the award of the contract, documentation for the information stated in the ESPD must be produced, cf. §§ 151-155 of the said Act. At any stage of the tender procedure, A/S Storebælt further reserves the right to request an tenderer to submit documentation, if this is required to ensure that the procedure is conducted correctly.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
1) The candidate’s annual turnover for the last...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
1) The candidate’s annual turnover for the last 3 financial years available, in so far as information on such turnovers is available.
The information shall be stated in the European Single Procurement Document, Part IV.B ‘General yearly turnover’, cf. section VI.3) below.
2) Information on the company’s equity for the last three financial years available.
The information shall be stated in the European Single Procurement Document, Part IV.B ‘Financial ratio’.
If the candidate relies on the economic and financial capacity of other entities, the candidate and the entities in question will be jointly and severally liable for the performance of the contract, see s.144(6) of the Danish Public Procurement Act.
Where an economic operator wants to rely on the capacities of other entities, it shall as part of the tender prove to the contracting authority that it will have at its disposal the resources necessary, for example by producing a commitment by those entities
To that effect. If the tenderer relies on the economic and financial or technical capacity of other entities the other entity must provide a declaration of support. The declaration of support must prove that the entity in question is legally obliged to the tenderer. A form which can be used in this respect is available as part of the tender materiel (Confirmation regarding the capacity of other entity (Form)).
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the candidate must submit the following documentation of economic and financial capacity:
(turnover in the last three financial years available): a statement regarding the operator's overall turnover in the last 3 financial years available, depending on the date when the undertaking was set up or started trading, if the information on these turnovers is available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.
(Equity): the operator's balance sheet or extracts thereof in the last 3 financial years available if publication of the balance sheet is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the three (3) most recent financial report/financial years available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.
“Turnover in the last 3 financial years available: as a minimum requirement, a total annual turnover of at least DKK 60 000 000 is required in each of the 3...”
Turnover in the last 3 financial years available: as a minimum requirement, a total annual turnover of at least DKK 60 000 000 is required in each of the 3 last financial years available. If the candidate relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the 3 last financial years available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the 3 last financial years available.
Equity: as a minimum requirement, an equity of a minimum af DKK 5 000 000 is required in each of the 3 last financial years available. If the candidate relies on the capacity of other entities, the equity is to be calculated as the total of the candidate and such other entities in each of the 3 last financial years available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in each of the 3 last financial years available.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The tenderer must submit the ESPD with the following information:
A list of three (3) comparable deliveries, see sections II.1.4), II.2.4) and II.2.9), that...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The tenderer must submit the ESPD with the following information:
A list of three (3) comparable deliveries, see sections II.1.4), II.2.4) and II.2.9), that the candidate has carried out in the last five (5) years before the expiry of the tender deadline.
Each reference is requested to include a brief description of the delivery performed.
If the tenderer relies on the technical and professional ability of other entities the other entity must provide a declaration of support. The declaration of support must prove that the entity in question is legally obliged to the tenderer. A form which can be used in this respect is available as part of the tender materiel (Confirmation regarding the capacity of other entity (Form)). If the candidate relies on the professional qualifications or professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such specific parts of the services under the contract must be performed by the entity on which the candidate relies.
The ESPD and/or the reference list serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional capacity, see section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9).
No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“With a minimum of three references the Candidate must demonstrate experience with the delivery of the following elements:
— deliveries including at least 5...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
With a minimum of three references the Candidate must demonstrate experience with the delivery of the following elements:
— deliveries including at least 5 VMS-units;
— deliveries of VMS-units on highway or countryroads;
— deliveries of VMS-units for projects, with similar to Danish climate conditions.
The references must overall demonstrate experience with the above mentioned, hence it is not a requirement that one reference documents experience with all of the above mentioned.
The references must have been carried out within the last five (5) years before the expiry of the tender deadline.
Procedure Type af procedure
Åben procedure
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-06-14
10:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Buddet skal være gyldigt indtil: 2021-12-14 📅
Betingelser for åbning af buddene: 2021-06-14
10:00 📅
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure is accessed under ‘Ongoing public procedures’. For access to the procurement documents, the candidate must be registered or register as a user.
If the tender contains several versions of the same document, the latest uploaded version will apply.
Questions
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
As regards section II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected total value.
Finalization of the tender procedure:
The contracting authority is not obliged to award the contract and reserves the right to cancel the tender procedure. Final decision to enter into the contract is subject to a political approval. The procurement is conducted subject to the achievement of the necessary funding basis.
The contracting entity will not pay remuneration to the tenderers who participate in the tender procedure.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://klfu.naevneneshus.dk/🌏 Organ med ansvar for mæglingsprocedurer
Navn: X
Postby: X
Land: Danmark 🇩🇰 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day when the notice was published;
2) 30 calendar days calculated from the day after the day when the contracting authority has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;
3) 6 months after the contracting authority entered into a framework agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act;
4) 20 calendar days calculated from the day after the contracting authority has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).
The Complaints Board’s own complaints procedure is available at www. erhvervsstyrelsen.dk
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 2021/S 094-246403 (2021-05-12)
Bekendtgørelse om indgåede kontrakter (2021-07-09) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 1 593 019 💰
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 094-246403
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Contract concerning the Delivery of Variable Message Signs for the Great Belt Link”
Dato for indgåelse af kontrakten: 2021-07-09 📅
Oplysninger om udbud
Antal modtagne bud: 5
Navn og adresse på kontrahenten
Navn: SWARCO Danmark A/S
Nationalt registreringsnummer: 10970792
Postadresse: Tonsbakken 16-18
Postby: Skovlunde
Postnummer: 2740
Land: Danmark 🇩🇰
Region: Danmark🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 1 593 019 💰
Supplerende oplysninger Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure is accessed under ‘Ongoing public procedures’. For access to the procurement documents, the candidate must be registered or register as a user.
If the tender contains several versions of the same document, the latest uploaded version will apply.
Questions
All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system.
Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
As regards section II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected total value.
Finalisation of the tender procedure:
The contracting authority is not obliged to award the contract and reserves the right to cancel the tender procedure. Final decision to enter into the contract is subject to a political approval. The procurement is conducted subject to the achievement of the necessary funding basis.
The contracting entity will not pay remuneration to the tenderers who participate in the tender procedure.
Vis mere
Kilde: OJS 2021/S 134-356218 (2021-07-09)