The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will be an immersed tunnel containing two dual carriageways and a twin-track railway traversing the 19 km distance across the Fehmarnbelt (*transportation infrastructure) between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany. The Tunnel Electrical and Mechanical ('TEM') contract covers the mechanical, electrical, instrumentation, control and automation (MEICA) systems for the tunnel. The purpose of the MEICA systems is to enable Femern A/S to efficiently control the operation, maintenance, safety and security of the tunnel through an integrated set of systems. Femern A/S requires MEICA systems that deliver a high level of reliability, availability, maintainability and safety.
Deadline
Fristen for modtagelse af bud var på 2021-03-09.
Indkøbet blev offentliggjort på 2021-01-27.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Tender for the Tunnel Electrical and Mechanical Contract for the Fehmarnbelt Fixed Link”
Produkter/tjenester: Udførelse af elektriske installationer📦
Kort beskrivelse:
“The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will...”
Kort beskrivelse
The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will be an immersed tunnel containing two dual carriageways and a twin-track railway traversing the 19 km distance across the Fehmarnbelt (*transportation infrastructure) between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany. The Tunnel Electrical and Mechanical ('TEM') contract covers the mechanical, electrical, instrumentation, control and automation (MEICA) systems for the tunnel. The purpose of the MEICA systems is to enable Femern A/S to efficiently control the operation, maintenance, safety and security of the tunnel through an integrated set of systems. Femern A/S requires MEICA systems that deliver a high level of reliability, availability, maintainability and safety.
Vis mere
Anslået værdi uden moms: EUR 750 000 000 💰
The TEM contractor will be required to design, install and complete the tunnel MEICA systems (*design and build electrical and mechanical contract) and provide reliability-centred maintenance (*maintenance) for the tunnel MEICA systems for a period envisaged to be 3 years (coinciding with the defects notification period in the TEM contract). In addition, the TEM contractor will be required to provide IT services for a period of up to 10 years after hand over.
The MEICA systems shall provide a safe travel environment, monitor the tunnel and respond to incidents in accordance with the road and rail safety strategies for the tunnel. The systems shall be integrated through the control system to provide coordinated control and response of the individual systems.
The mechanical systems include:
• ventilation (jet fans in the road and rail tubes and pressurisation for the central gallery);
• drainage;
• cooling to the basements of the special elements;
• emergency doors in the road and rail tubes;
• fire-fighting and suppression systems;
• cabinets for emergency stations and fire hydrants;
• cable ways in the gallery;
• building services.
The electrical systems include:
• LV and MV electricity distribution;
• uninterrupted power supply systems;
• lighting to the road tubes (including light attenuation screens at entrances and exits), gallery, portal building and special elements;
• aesthetic lighting system in the road tubes;
• emergency lighting in the road and rail tubes.
The instrumentation, control and automation (ICA) systems include:
• monitoring systems (CCTV, automated incident detection, air quality monitoring, fire detection, weather stations and access control);
• Central control systems (it platform, tunnel control logic, human machine interface, road traffic management, data network, link control room arrangement and integrations) (*control system);
• communication systems (public address system, distributed antennae systems for TETRA, GSM-R, GSM, FM and DAB transmissions, FM/DAB break-in functions and phones in roadside emergency stations).
The TEM contract is large scale and complex. It requires the contractor to manage design, planning, procurement, programming, installation, testing, integration into a centralised control system and testing, commissioning and handover of a large number of individual systems (as stated above) covering multiple disciplines and supply chains (*multi-disciplinary works).
The contract requires the contractor to install, test and commission the systems in the tunnel. The tunnel is constructed by the civil works contractors placing pre-cast concrete tunnel elements in sequence from both the portals at Rødbyhavn and Puttgarden. The elements comprise 10 ‘special elements’ located at approximately 1.8 km intervals and 79 ‘standard elements’. The special elements provide plant rooms below road and rail level. The MEICA systems are arranged as repeating 1.8 km lengths (covering approximately 900 m each side of a special element) for design, installation, testing and commissioning. Execution of the contract requires work across a very long geographical area in a number of locations at the same time and transport of materials, people and equipment over a long duration contract (*logistics). The repeating lengths allow for incremental testing and continuous improvement.
The contract requires configuration of a central control system covering a large complex infrastructure asset to allow the tunnel to be managed in all operational scenarios. The delivery of the control system requires a strong process driven approach focusing on system performance and human machine interaction.
The TEM contractor is expected to carry out the works with full focus on safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations, use of apprentices) (*compliance with CSR requirements).
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 750 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 108
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser:
“After Femern A/S has taken over the works the contractor is to provide IT service for a period of 6 years, which Femern A/S can extent by 2 years up to 2...”
Beskrivelse af fornyelser
After Femern A/S has taken over the works the contractor is to provide IT service for a period of 6 years, which Femern A/S can extent by 2 years up to 2 times resulting in a potential total of 10 years of IT service.
Vis mere Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4).
This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references – as a whole – document
— delivery of functionally comparable works;
— delivery of works of comparable volume;
— a continuous and sustained flow of relevant experience over time.
When considering whether works are functionally comparable (and as such considered relevant experience) please refer to section II.1.4) and II.2.4) where the works are described – and in particular to the are-as marked by a * in a parenthesis (e.g. ‘(*multi-disciplinary works)’), which will be given special weight in the assessment.
When assessing to which extent the references document ‘delivery of works of comparable volume’; the value of references documented is less and less impactful the lesser the references are not of functionally comparable works.
When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how.
Vis mere Omfanget af udbuddet
Oplysninger om EU-midler:
“The construction of the fixed link across the Fehmarn Belt receives EU funding from the CEF programme under project code 2014-EU-TM-0221-W.” Beskrivelse
Yderligere oplysninger:
“Sections II.1.5) and II.2.6); the amount is an estimate of the contract price for the entire term of the contract.
A economic operator may only submit one...”
Yderligere oplysninger
Sections II.1.5) and II.2.6); the amount is an estimate of the contract price for the entire term of the contract.
A economic operator may only submit one application. If a legal entity participates in more than one application (in any capacity), the contracting entity may request proof that this has not limited the competition in conflict with applicable competition laws.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
The candidate's equity ratio in each of the 3...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
The candidate's equity ratio in each of the 3 latest financial years available
The candidate's total annual turnover in each of the 3 latest financial years available.
If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the entities in question will be required to issue a financial guarantee in favour of the contracting entity covering any financial claims against the contractor in relation to the performance of the contract. See Tender Specifications paragraph 3.2 for further on the securities required.
Please note that in relation to the fulfilment of minimum requirements, see below, the financial capacity of another entity may be disregarded, in case the financial statements of such entity are consolidated with the financial statements of the candidate or any other financially supporting entity (i.e. to avoid double counting).
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the award decision 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. The intention is that in connection with the contracting entity's pre-qualification of candidates, the following documentation of economic and financial capacity must be submitted:
The operator's balance sheets or extracts from balance sheets in the three latest annual reports/financial statements available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity ratio and the total annual turnover in each of the 3 latest financial years available. For groups of operators (e.g. a consortium), the mentioned documentation 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 be provided as well.
Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C.
“As a minimum requirement, an equity to total assets ratio is required of at least 15 % in each of the three latest annual reports/financial statements...”
As a minimum requirement, an equity to total assets ratio is required of at least 15 % in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2).
The equity to total assets ratio is calculated as the operator’s total equity divided by the operator’s total as-sets (both as interpreted by the IFRS), calculated as a percentage. The equity to total assets ratio is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the candidate relies on the financial capacities of other entities, the equity to total assets ratio is calculated as the total equity of the candidate and such other entities divided by their total assets, calculated as a percentage. For groups of opera-tors (e.g. a consortium), the equity to total assets ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD.
As a minimum requirement, a total annual turnover of at least EUR 750 million is required in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2).
If the candidate relies on the financial capacities 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 latest annual reports/financial statements available (naturally taking into account any consolidated financial accounts such that any turn-over, etc., is not counted twice). For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the ESPD with:
A portfolio of references documenting up to 10 of the most significant comparable works, see sections II.1.4) and...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the ESPD with:
A portfolio of references documenting up to 10 of the most significant comparable works, see sections II.1.4) and II.2.4), that the candidate has carried out in the latest 5 years before the expiry of the deadline for application.
Works are considered carried out in the latest 5 years, if the candidate has completed (handed-over to the customer) the works within the latest 5 years (i.e. if hand-over is within the 5-year period the entire works are considered). When assessing whether a reference fulfils any of the minimum requirements regarding technical and professional capacity, only references which have been completed will be considered.
In case the candidate submits a reference where the candidate has yet to complete the works, only the works carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant experience, see section II.2.9), however, such a reference may form part of demonstrating a continuous and sustained flow of relevant experience. In such a case the candidate is requested to specify which parts have been performed.
Each reference is requested to include a description of the deliveries made. The description should include a clear description of how it relates to the works set out in sections II.1.4) and II.2.4) (in particular to the areas marked by a * in a parenthesis) and the candidate's role(s) in the performance of the delivery.
Each reference is also requested to include the financial value of the delivery, the date of delivery and the name of the customer (recipient), including point of contact. When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible the candidate is asked to indicate how the date is specified.
The portfolio of references may not include more than 10 references, irrespective of whether the candidate is a single operator, a group of operators (e.g. a consortium) or whether the candidate (single operator or group of operators) relies on the technical capacity of other entities or. In case more than 10 references are submitted, only the 10 references that commenced first will be considered by the contracting entity (which may be to the detriment of the candidate in relation to establishing a continuous and sustained flow of relevant experience over time). However, if the candidate has clearly indicated which 1-2 references fulfil the minimum requirements, then these references will always be among the 10 references to be considered, irrespective of the time of commencement.
If the candidate relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, see section II.2.4), such specific parts of the works under the con-tract must be performed by the entity on which the candidate relies, e.g. by acting as a sub-contractor to the candidate regarding the relevant parts of the works or by making the necessary employees and/or facilities available for the candidate’s performance of the relevant parts of the works.
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see this section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9).
Prior to award, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. However, no additional documentation of technical and professional capacity will be required from the candidate. Where a candidate relies on the professional experience of other entities, it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“As a minimum requirement, the candidate must have at least
1) one (1) reference regarding a design and build of a E&M system (cf. section II.2.4) of a total...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
As a minimum requirement, the candidate must have at least
1) one (1) reference regarding a design and build of a E&M system (cf. section II.2.4) of a total con-tract value of no less than EUR 50 000 000; and
2) one (1) reference regarding design and implementation of an instrumentation, monitoring and control (SCADA) system (cf. section II.2.4) of a total contract value of no less than EUR 3 000 000.
The works covered by No 1) and 2) must have been completed and handed-over to the customer. The minimum requirement may be fulfilled by submitting two separate references covering No 1) and 2), respectively, or by submitting one reference covering both No 1) and 2) (in which case the total contract value is only required to be no less than EUR 50 000 000). The candidate should clearly indicate which reference(s) in the application that fulfils the minimum requirements.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements on labour clauses in Denmark and Germany.
The contract includes social clauses on training and apprenticeship agreements.
The contract lays down requirements on compliance with the law on processing of personal data.
If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
Vis mere Oplysninger om det personale, der er ansvarligt for kontraktens udførelse
Pligt til at oplyse navn og faglige kvalifikationer for det personale, der er udpeget til at udføre kontrakten
Procedure Type af procedure
Konkurrencepræget procedure med forhandling
Oplysninger om reduktion af antallet af løsninger eller tilbud under forhandling eller dialog
Anvendelse af en trinvis procedure for gradvist at reducere antallet af løsninger, der skal drøftes, eller af tilbud, der skal forhandles
Oplysninger om forhandling
Den ordregivende myndighed forbeholder sig ret til at tildele kontrakten på grundlag af de første tilbud uden at føre forhandlinger
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 135-331480
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-03-09
13:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2021-04-12 📅
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: 12
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 in section I.3). For access to the procurement documents, the candidate must be registered or register as a user.
If the application contains several versions of the same document, the latest uploaded version will apply.
All communication in connection with the tender procedure must take place through the electronic tendering system. Questions must be submitted not later than 1 March 2021. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.
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 tele-phone (+45) 70 20 80 14.
The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act. A guide on how to complete the ESPD is attached to the Tender Specifications as an appendix, including explanations regarding groups of operators and supporting entities.
The candidate should take note that in accordance with the tender specifications the ultimate parent company (where relevant) of the candidate (or as the case may be for each consortium member) or the ultimate parent company (where relevant) of any entity relied on for economic and financial capacity, will be required to issue a parent company undertaking in connection with signing the contract.
The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. Further, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated.
As regards section II.2.7), the stated duration of the contract is based on the preliminary assumption that contract signing will take place in late 2022 with commencement January 2023 (but counted from January 2023). As the case is the award of contract and signing of contract may be done following the first negotiation tender, in which case the duration may be correspondingly longer. Further, as part of the negotiations the contracting entity intends to assess whether the programme can be accelerated, which may result in a somewhat shorter duration of the contract. Finally, the stated duration only includes the time from commencement until the end of the defect notification period; and as such it does not include the duration of the IT Service Agreement, which may run for a further 7 years.
The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents.
The contracting entity will pay remuneration to the tenderers for participation. The remuneration is up to EUR 750 000; rules for entitlement to participation fee are set out in the tender specifications.
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/🌏 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 entity has published a notice in the Official Journal of the European Union that the contracting entity 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 entity 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 entity entered into a framework agreement calculated from the day after the day when the contracting entity 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 entity 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 entity 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 within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 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 https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
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 021-048866 (2021-01-27)
Supplerende oplysninger (2021-02-05) Objekt Omfanget af udbuddet
Titel:
“Tender for the Tunnel Electrical and Mechanical contract for the Fehmarnbelt Fixed Link”
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2021/S 021-048866
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: II.2.9)
Sted for den tekst, der skal ændres: Information about the limits on the number of candidates to be invited
Gammel værdi
Tekst:
“The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in...”
Tekst
The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4).
This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references – as a whole – document
— delivery of functionally comparable works,
— delivery of works of comparable volume,
— a continuous and sustained flow of relevant experience over time.
When considering whether works are functionally comparable (and as such considered relevant experience) please refer to section II.1.4) and II.2.4) where the works are described – and in particular to the are-as marked by a * in a parenthesis (e.g. “(*multi-disciplinary works)”), which will be given special weight in the assessment.
When assessing to which extent the references document ‘delivery of works of comparable volume’; the value of references documented is less and less impactful the lesser the references are not of functionally comparable works.
When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how.
Vis mere Ny værdi
Tekst:
“The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in...”
Tekst
The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4).
This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references – as a whole – document
— delivery of functionally comparable works,
— delivery of works of comparable volume,
— a continuous and sustained flow of relevant experience over time.
When considering whether works are functionally comparable (and as such considered relevant experience) please refer to section II.1.4) and II.2.4) where the works are described – and in particular to the areas marked by a * in a parenthesis (e.g. ‘(*multi-disciplinary works)’), which will be given special weight in the assessment.
When assessing to which extent the references document ‘delivery of works of comparable volume’; the value of references documented is less and less impactful the lesser the references are of functionally comparable works.
When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how.
Vis mere
Kilde: OJS 2021/S 028-068365 (2021-02-05)
Bekendtgørelse om indgåede kontrakter (2022-05-30) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 750 000 000 💰
Beskrivelse
Hovedsted eller sted for udførelsen: Rødbyhavn
Beskrivelse af udbuddet:
“The TEM contractor will be required to design, install and complete the tunnel MEICA systems (*design and build electrical and mechanical contract) and...”
Beskrivelse af udbuddet
The TEM contractor will be required to design, install and complete the tunnel MEICA systems (*design and build electrical and mechanical contract) and provide reliability-centred maintenance (*maintenance) for the tunnel MEICA systems for a period envisaged to be 3 years (coinciding with the defects notification period in the TEM contract). In addition, the TEM contractor will be required to provide IT services for a period of up to 10 years after hand over.
The MEICA systems shall provide a safe travel environment, monitor the tunnel and respond to incidents in accordance with the road and rail safety strategies for the tunnel. The systems shall be integrated through the control system to provide coordinated control and response of the individual systems.
The mechanical systems include:
• ventilation (jet fans in the road and rail tubes and pressurisation for the central gallery)
• drainage
• cooling to the basements of the special elements
• emergency doors in the road and rail tubes
• fire-fighting and suppression systems
• cabinets for emergency stations and fire hydrants
• cable ways in the gallery
• building services.
The electrical systems include:
• LV and MV electricity distribution
• uninterrupted power supply systems
• lighting to the road tubes (including light attenuation screens at entrances and exits), gallery, portal building and special elements
• aesthetic lighting system in the road tubes
• emergency lighting in the road and rail tubes.
The instrumentation, control and automation (ICA) systems include:
• monitoring systems (CCTV, automated incident detection, air quality monitoring, fire detection, weather stations and access control)
• Central control systems (it platform, tunnel control logic, human machine interface, road traffic management, data network, link control room arrangement and integrations) (*control system)
• communication systems (public address system, distributed antennae systems for TETRA, GSM-R, GSM, FM and DAB transmissions, FM/DAB break-in functions and phones in roadside emergency stations).
The TEM contract is large scale and complex. It requires the contractor to manage design, planning, procurement, programming, installation, testing, integration into a centralised control system and testing, commissioning and handover of a large number of individual systems (as stated above) covering multiple disciplines and supply chains (*multi-disciplinary works).
The contract requires the contractor to install, test and commission the systems in the tunnel. The tunnel is constructed by the civil works contractors placing pre-cast concrete tunnel elements in sequence from both the portals at Rødbyhavn and Puttgarden. The elements comprise 10 “special elements” located at approximately 1.8km intervals and 79 “standard elements”. The special elements provide plant rooms below road and rail level. The MEICA systems are arranged as repeating 1.8km lengths (covering approximately 900m each side of a special element) for design, installation, testing and commissioning. Execution of the contract requires work across a very long geographical area in a number of locations at the same time and transport of materials, people and equipment over a long duration contract (*logistics). The repeating lengths allow for incremental testing and continuous improvement.
The contract requires configuration of a central control system covering a large complex infrastructure asset to allow the tunnel to be managed in all operational scenarios. The delivery of the control system requires a strong process driven approach focusing on system performance and human machine interaction.
The TEM contractor is expected to carry out the works with full focus on safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations, use of apprentices) (*compliance with CSR requirements).
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Execution and logistics
Kvalitetskriterium (vægtning): 15 %
Kvalitetskriterium (navn): Key Persons and organization
Kvalitetskriterium (vægtning): 7.5 %
Kvalitetskriterium (navn): Technology
Pris (justeringskoefficient): 70 %
Beskrivelse
Yderligere oplysninger:
“Section II.1.7); The amount was an estimate of the contract price for the entire term of the contract as stated in the Contract Notice (2021/S...”
Yderligere oplysninger
Section II.1.7); The amount was an estimate of the contract price for the entire term of the contract as stated in the Contract Notice (2021/S 021-048866).
Section IV.2.1); The number is related to the Contract Notice. The Contracting Entity has also published a notice for changes or additional information with notice number 2021/S 028-068365 in the OJ S.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 021-048866
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Tender for the Tunnel Electrical and Mechanical contract for the Fehmarnbelt Fixed Link”
Dato for indgåelse af kontrakten: 2022-05-30 📅
Oplysninger om udbud
Antal modtagne bud: 3
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 3
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 3
Kontrakten er blevet tildelt en gruppe af økonomiske aktører ✅ Navn og adresse på kontrahenten
Navn: Sociedad Ibérica de Construccines Eléctricas S.A.
Nationalt registreringsnummer: A28002335
Postadresse: C/La Granja 72
Postby: Alcobendas
Postnummer: 28108
Land: Spanien 🇪🇸
Region: Madrid 🏙️
Entreprenøren er en SMV
Navn: SICE Tecnología Y Sistemas S.A.
Nationalt registreringsnummer: A82804170
Navn: Cobra Instalaciones Y Servicios S.A.
Nationalt registreringsnummer: A46146387
Postadresse: Cardenal Marcelo Spinola, No. 10
Postby: Madrid
Postnummer: 28016
Navn: Moncobra S.A.
Nationalt registreringsnummer: A78990413
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 579 027 126 💰
Supplerende oplysninger Yderligere oplysninger
“Section V.2.4); the amount is the contract price (corresponding to SICE-Cobra’s evaluation-technical price of 522,864,125.00).” 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 entity has published a notice in the Official Journal of the European Union that the contracting entity 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 entity 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 entity entered into a framework agreement calculated from the day after the day when the contracting entity 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 entity 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 entity 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 within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 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 https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Vis mere
Kilde: OJS 2022/S 107-295409 (2022-05-30)