The contract includes replacement of emergency doors in the Great Belt tunnel. The Great Belt Tunnel consists of two main pipes connected by 31 transverse tunnels, the two outermost of which are direct passage. The current emergency doors that were fitted in the mid-ninetieth are worn out and need to be replaced.
Deadline
Fristen for modtagelse af bud var på 2022-02-24.
Indkøbet blev offentliggjort på 2022-01-24.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Replacement of emergency doors in the Great Belt Tunnel
Produkter/tjenester: Branddøre📦
Kort beskrivelse:
“The contract includes replacement of emergency doors in the Great Belt tunnel. The Great Belt Tunnel consists of two main pipes connected by 31 transverse...”
Kort beskrivelse
The contract includes replacement of emergency doors in the Great Belt tunnel. The Great Belt Tunnel consists of two main pipes connected by 31 transverse tunnels, the two outermost of which are direct passage. The current emergency doors that were fitted in the mid-ninetieth are worn out and need to be replaced.
Vis mere
Anslået værdi uden moms: DKK 24 000 000 💰
1️⃣
Yderligere produkter/tjenester: Brandbekæmpelses-, rednings- og sikkerhedsudstyr📦
Yderligere produkter/tjenester: Installation af elektrisk og mekanisk udstyr📦
Sted for udførelsen: Sjælland🏙️
Hovedsted eller sted for udførelsen: Zealand
Beskrivelse af udbuddet:
“The main parts of the delivery include manufacture and delivery of a prototype door set, manu-facture and delivery of an additional 60 door sets,...”
Beskrivelse af udbuddet
The main parts of the delivery include manufacture and delivery of a prototype door set, manu-facture and delivery of an additional 60 door sets, dismantling of existing emergency doors and installation of the new emergency doors. All assembly work is expected to be carried out in two weeks blocking of the north tunnel and two weeks blocking in the south tunnel primary in June 2023 and some work remaining installations can be carried out in a one week total blocking of both tunnel tubes in July 2023.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Design
Kvalitetskriterium (vægtning): 25
Kvalitetskriterium (navn): Detailed Time Schedule
Kvalitetskriterium (navn): Service and Maintenance
Kvalitetskriterium (vægtning): 10
Pris (justeringskoefficient): 40
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 24 000 000 💰
Varighed
Startdato: 2022-07-01 📅
Slutdato: 2023-12-31 📅
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If the Client receives applications from more than three suitable applicants, the shortlisting of the applicants invited to tender will be based on an...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If the Client receives applications from more than three suitable applicants, the shortlisting of the applicants invited to tender will be based on an evaluation of which applicants have documented references with the most significant comparable delivery and installation works, see Section II.2.4) and III.1.3), regarding specially designed emergency doors. The Client will carry out an overall assessment of the applicants references assessed on the content and contract value of the reference.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The ESPD must include information on:
1) The applicant’s annual turnover for the last three (3) financial years available, in so far as information on such...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The ESPD must include information on:
1) The applicant’s annual turnover for the last three (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 “Average annual turnover”.
2) Information on the applicant’s equity the last three (3) financial years available.
The information shall be stated in the European Single Procurement Document, Part IV.B “Fi-nancial ratio”.
If the applicant relies on the economic and financial capacity of other entities, the applicant 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 application prove to the Client that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect.
If the applicant 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 applicant. 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 applicant 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 Client intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
ESPD DOCUMENTATION BEFORE AWARD:
TURNOVER: three (3) latest audited annual financial report or balance sheets, if publication of the balance sheet is required under law in the country in which the applicant is established, or an auditor’s certificate with the requested financial numbers.
For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicants in the group. Where an applicant relies on the economic and financial capaci-ty of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must also be provided.
If the applicant relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the applicant and such other entities in each of the 3 last financial years available. For groups of applicants (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three (3) last financial years available.
EQUITY: three (3) latest audited annual financial report or balance sheets, if publication of the balance sheet is required under law in the country in which the applicant is established, or an auditor’s certificate with the requested financial numbers.
For groups of applicants (e.g. a consortium), the information in the most recent financial re-port/financial year available must be submitted for each participating applicant in the group. Where an applicant 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: An average annual turnover of at least DKK 10.000.000 over the last three (3) financial years available is required.
EQUITY: Positive equity in...”
TURNOVER: An average annual turnover of at least DKK 10.000.000 over the last three (3) financial years available is required.
EQUITY: Positive equity in every of the last three (3) financial years available is required.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The ESPD must include information on:
A list of the 5 most significant comparable delivery and installation works, see Section II.1.4). and II.2.4),...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The ESPD must include information on:
A list of the 5 most significant comparable delivery and installation works, see Section II.1.4). and II.2.4), regarding specially designed emergency doors.
With comparable the following will be taken into consideration:
— (i) delivery and (ii) installation of specially designed emergency doors under similar scale and work conditions such as the Great Belt Tunnel. References can regard e.g. road- as well as railway-tunnels.
The references must have been performed within the last 3 years.
Only references relating to services carried out at the time of application will be given im-portance in the evaluation of which applicants have documented the most relevant deliveries and in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see below. Hence, in the event of an ongoing task, only the part of the deliveries already having been performed at the time of application will be included in the evaluation of the reference.
Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the services set out in the Sections II.1.4) and II.2.4) to which the delivery related and the applicants role(s) in the performance of the delivery.
The reference is furthermore requested to include the financial value of the delivery (amount), date of delivery and/or installation and name of the customer (recipient). When indicating the date of the delivery and/or installation, the applicant is requested to indicate the date when the delivery and/or installation was commenced and finalized.
If the applicant 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 applicant relies. If the applicant 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 applicant. A form which can be used in this respect is available as part of the tender materiel (confirmation regregarding the capacity of other entity (form)). The ESPD serves as provisional documentation that the applicant fulfils the minimum suitability requirements in respect of technical and profes-sional capacity, see Section III.1.3) and the applicants compliance with the selection criterion, see Section II.2.9).
ESPD DOCUMENTATION BEFORE AWARD:
No additional documentation of technical and professional capacity will be required from the applicant. However, the Client reserves the right to contact the applicant 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):
“The applicant must demonstrate experience with at least one (1) delivery and installation work, see Contract Notice Section II.1.4). and II.2.4), regarding...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The applicant must demonstrate experience with at least one (1) delivery and installation work, see Contract Notice Section II.1.4). and II.2.4), regarding specially designed emergency doors.
With comparable the following will be taken into consideration:
— (i) delivery and (ii) installation of specially designed emergency doors under similar work conditions such as the Great Belt Tunnel. References can regard e.g. road- as well as railway-tunnels. However, at least one (1) railway tunnel references must be included.
The minimum requirement can for example be met in the following ways:
1. One reference involving both (i) delivery and (ii) installation of specially designed emer-gency doors under similar work conditions such as the Great Belt Tunnel (incl. one (1) railway tunnel references).
2. One reference, which include (i) delivery alone, plus one reference, which include (ii) in-stallation of specially designed emergency doors under similar work conditions such as the Great Belt Tunnel (incl. one (1) railway tunnel references) alone.
Vis mere
Krav om deponering og sikkerhedsstillelse:
“- Appendix 08.1, section 8, Performance Bond (demand guarantee) 10 % of the Contract Price
- Appendix 08.1.1 Health, Safety, Environment and Quality...”
Krav om deponering og sikkerhedsstillelse
- Appendix 08.1, section 8, Performance Bond (demand guarantee) 10 % of the Contract Price
- Appendix 08.1.1 Health, Safety, Environment and Quality (HSEQ)
- Appendix 08.1.2 The Client's minimum requirements for per-formance bond (advance payment guarantee)
- Appendix 08.1.3 The Client's minimum requirements for per-formance bond
- Appendix 08.1.4 Insurance requirements
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“APPENDIX 08.1, SECTION 7.2.1:
- The Contract Price must be paid in accordance with the payments schedule.
APPENDIX 08.1, SECTION 12.2.2.:
- In case of delay...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
APPENDIX 08.1, SECTION 7.2.1:
- The Contract Price must be paid in accordance with the payments schedule.
APPENDIX 08.1, SECTION 12.2.2.:
- In case of delay to the milestone Installation Date 1, liquidated damages in the amount of DKK 300.000 will be payable.
- In case of delay to the milestone Installation Date 2, liquidated damages in the amount of DKK 300.000 will be payable.
- In case of delay to the milestone Installation Date 3, liquidated damages in the amount of DKK 300.000 will be payable.
- In case of delays to the milestone Handover Date, liquidated damages in the amount of two (2) ‰ of the Contract Price per calendar day will be payable until Handover has taken place.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten: - Labour clause on ILO 94 terms
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-02-24
10:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2022-03-11 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Supplerende oplysninger Yderligere oplysninger
“CONTENT OF THE APPLICATION FOR SELECTION:
Participation in the tendering procedure may only take place by electronic means via the electronic tendering...”
CONTENT OF THE APPLICATION FOR SELECTION:
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the Client. The tendering procedure may be accessed under the tab "Ongoing public procedures". For access to the procurement documents, the applicant must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. Applicants are requested to keep updated via the electronic tendering system. If the applicant encounters problems with the system, please contact support by e-mail, dksup-port@eu-supply.com, or telephone (+45) 70 20 80 14.
The applicants must enclose the European Single Procurement Document (ESPD) with an indication of information of exclusion grounds and suitability, see ESPD Part III "exclusion ground".
The ESPD must be filled in electronically via the electronic tendering system Digitale Udbud.
Applicants can find further guidance in “02 - ESPD Guide to the ESPD on Digitale Udbud (ENG)”.
INFORMATION TO GROUNDS FOR EXCLUSION:
The Client is obliged to exclude an applicant/tenderer from participation in the tendering procedure if the tenderer is subject to the mandatory grounds for exclusion set out in ss.135 and 136 of the Procurement Act. The Client will not apply optional grounds for exclusion; see s.137 of the Procurement Act cf. section 10 in the Danish Implementing Order for the Utility Directive. Information on exclusion grounds must be stated in the ESPD, Part III "exclusion grounds". The Client reserves the right to initiate a "self-cleaning" procedure if relevant, see s.138 of the Procurement Act cf. section 10 in the Danish Implementing Order for the Utility Directive.
ESPD DOCUMENTATION BEFORE AWARD:
Before the Client makes its decision regarding award of the contract, supporting evidence of the information stated in the European single procurement document must be provided, see ss.151 and 152 of the Procurement Act cf. section 11 in the Danish Implementing Order for the Utility Directive.
The tenderer must document that the tenderer is not subject to the mandatory grounds for exclusion stated in s.135 (1) of the Procurement Act (regarding criminal convictions) and (3) (regarding payment of taxes and social contributions), and that certain persons attached to the tenderer are not subject to the mandatory exclusion grounds set out in s.135(1), cf. s.135(2) of the Procurement Act cf. section 10 in the Danish Implementing Order for the Utility Directive.
Danish tenderers may submit a service certificate (Serviceattest) issued by the Danish Busi-ness Authority (Erhvervsstyrelsen).
The specific documentation requirement for a foreign tenderer and persons attached to a for-eign tenderer will depend on the documentation available in the country in which the foreign tenderer is established.
ON-SITE VISIT:
On 21 March 2022 at 9.30 PM an on-site visit will be held for all tenderers at A/S Storebælt, Storebæltsvej 70, DK- 4220 Korsør. The meeting will be conducted in English. During the meeting the Client will show the existing emergency doors in the tunnel, examples of the cross tunnels where the doors are placed and the preparations site on Zealand.
Tenderers must inform the contact person via Digitale Udbud no later than the date stated in Instructions to Tenderers, section 5, if the tenderer plans to participate in the on-site visit and the names of the persons accompanying the tenderer. Each tenderer can participate with max 2 persons. The Client will provide the attendees with safety instructions before entering the tunnel.
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:
“Precise information on deadline(s) for review procedures:
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Precise information on deadline(s) for review procedures:
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. 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. 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 stand-still 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 2022/S 020-050149 (2022-01-24)
Bekendtgørelse om indgåede kontrakter (2022-06-23) Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 020-050149
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Replacement of emergency doors in the Great Belt Tunnel
Dato for indgåelse af kontrakten: 2022-06-19 📅
Navn og adresse på kontrahenten
Navn: Ludwig Elkuch AG
Postby: Bendern
Land: Liechtenstein 🇱🇮
Region: Liechtenstein 🏙️
Entreprenøren er en SMV
Kilde: OJS 2022/S 122-348251 (2022-06-23)