The Employer intends to purchase new Straddle Carriers (complete with spare parts). Some existing straddle carriers (SC) are approaching the end of their life and therefore the Employer requires urgently replacement: minimum 1 SC should be delivered as soon as practically possible, followed by 2 additional SC (these SC will be used forlandsideoperations only as they will be too high to operate with the existing container cranes). These 3 SC will be moved to the new terminal later on. Furthermore 4 to 6 additional SC will have to be delivered directly to the new terminal, however not earlier than the 4th quarter of 2024 when the new terminal is expected to be opened. The exact numberof SC to be delivered and the exact timing of the delivery (which could be stretched with up to 3 months) will be determined by Employer later at a latest date to be agreed.
Deadline
Fristen for modtagelse af bud var på 2022-08-01.
Indkøbet blev offentliggjort på 2022-06-24.
Objekt Omfanget af udbuddet
Titel:
“Supply of Straddle Carriers for the container terminal in Nordhavn, Copenhagen, Denmark
Straddle Carriers”
Produkter/tjenester: Portaltruck📦
Kort beskrivelse:
“The Employer intends to purchase new Straddle Carriers (complete with spare parts). Some existing straddle carriers (SC) are approaching the end of their...”
Kort beskrivelse
The Employer intends to purchase new Straddle Carriers (complete with spare parts). Some existing straddle carriers (SC) are approaching the end of their life and therefore the Employer requires urgently replacement: minimum 1 SC should be delivered as soon as practically possible, followed by 2 additional SC (these SC will be used forlandsideoperations only as they will be too high to operate with the existing container cranes). These 3 SC will be moved to the new terminal later on. Furthermore 4 to 6 additional SC will have to be delivered directly to the new terminal, however not earlier than the 4th quarter of 2024 when the new terminal is expected to be opened. The exact numberof SC to be delivered and the exact timing of the delivery (which could be stretched with up to 3 months) will be determined by Employer later at a latest date to be agreed.
1️⃣
Yderligere produkter/tjenester: Reparation og vedligeholdelse af motorkøretøjer og beslægtet udstyr📦
Sted for udførelsen: Byen København🏙️
Hovedsted eller sted for udførelsen: Nordhavn
Beskrivelse af udbuddet:
“The Employer intends to purchase 2 new container cranes (complete with spare parts and consumables) and new Straddle Carriers. This tender is for the...”
Beskrivelse af udbuddet
The Employer intends to purchase 2 new container cranes (complete with spare parts and consumables) and new Straddle Carriers. This tender is for the procurement of Straddle Carriers.
The procurement is a two-stage procedure where the first stage is the prequalification of Tenderers and the second stage the tendering with negotiations. The invitation to tender is announced in the TED-database (EU) and EU-supply.com tender portal. The procurement will be carried out according to EU tender regulations through the EU-supply.com tender portal where the full Tender Documents can be downloaded. The Tender Documents consist of the following volumes:
Volume 1: Instruction to Tenderers
Volume 2: Conditions of Contract
Volume 3: Tender Forms and Schedules
Volume 4: Employer’s Requirements
Volume 5: Employer’s Information
There is to be no contact or communication with employees of the Employer other than through the EU-Supply.com tender portal. Any questions or remarks shall be posted through this tender portal.
We herewith invite you to submit a prequalification application which will be evaluated by CMP. The filled out prequalification application shall be submitted latest 01.08.2022 at 12:00 pm (Denmark local time). The Prequalification application must be delivered and registered through the EU-Supply.com tender portal. Late delivery is not acceptable, no matter the reason, and shall be subject to rejection.
In case you are prequalified, you will be informed accordingly, and you may then submit a Tender for the design, manufacturing, supply, erection and handing over of Straddle Carriers for CMP (the Works).
Tenderers are requested to offer as an option various additional works as further described in the Tender Documents, including supply of spare parts and consumables, and repair and maintenance services for the straddle carriers.
The Tender should be in compliance with the Tender Documents. Also, your Tender shall include a detailed technical description of the equipment, installations, components and origin of supplies which you are offering.
You may propose alternatives to the scope of work as further described in the Tender Documents.
The captioned works is to be contracted under “FIDIC CONDITIONS OF CONTRACT for Plant and Design-Build (First Edition 1999)”, supplemented by Particular Conditions.
The Tender shall be submitted to the Employer in two packages; a technical quotation and a financial quotation in EUR, illustrating the financial breakdown of various project components, latest 03.10.2022 as closing date at 12:00 pm (Denmark local time) unless the closing date is postponed by Employer, to be communicated through the EU Tender Portal. The Tender must be delivered and registered through EU-Supply.com. Late delivery is not acceptable, no matter the reason, and shall be subject to rejection.
Further instructions on the method of submission, are mentioned in Volume 1 - “Instructions to Tenderers” of the Tender Documents.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Technical
Kvalitetskriterium (vægtning): 40%
Kvalitetskriterium (navn): Sustainability
Kvalitetskriterium (vægtning): 30%
Omkostningskriterium (navn): Total Cost of Ownership
Omkostningskriterium (vægtning): 30%
Varighed
Startdato: 2023-01-16 📅
Slutdato: 2024-12-31 📅
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The Employer will evaluate the received Prequalification Applications in order to select the 3 best qualified applicants, who then will be informed...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The Employer will evaluate the received Prequalification Applications in order to select the 3 best qualified applicants, who then will be informed accordingly and receive an invitation to submit their Tender.
The best qualified Tenderers will be considered the applicants who, in the opinion of the Employer:
Meet the eligibility requirements, and
Have adequate production facilities, and
Have a good quality system, and
Have the best relevant experience in execution of works of similar nature, extent, and value of the contracts, and
Have met the minimum level of relevant experience required (3 projects carried out in the past 5 years), and
Meet the minimum requirements for the economic standing.
Vis mere Oplysninger om varianter
Der accepteres varianter ✅ Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne: For details about options, please refer to the tender documents
Beskrivelse
Yderligere oplysninger:
“With regard to variants: only alternatives as detailed in the tender documents are accepted.
Deviations will need to be approved by the Employer, and will...”
Yderligere oplysninger
With regard to variants: only alternatives as detailed in the tender documents are accepted.
Deviations will need to be approved by the Employer, and will only be allowed in accordance with the procedure described in Volume 1 of the tender documents.
The contract will after the end date continue for at least two additional years (the Defects Notification Period).
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“The Tenderer is kindly requested via the ESPD to confirm that the Tenderer is eligible for participation. A Tenderer will be considered not-eligible for...”
Liste og kortfattet beskrivelse af betingelserne
The Tenderer is kindly requested via the ESPD to confirm that the Tenderer is eligible for participation. A Tenderer will be considered not-eligible for prequalification if:
- he is bankrupt;
- payments to him have been suspended in accordance with the judgement of a court or a judgement declaring bankruptcy and resulting, in accordance with his national laws, in totalor partial loss of the right to administer and dispose of his property;
- legal proceedings have been instituted against him involving an order suspending payments and which may result, in accordance with his national laws, in declaration of bankruptcy or in any other situation entailing the total or partial loss of the right to administer and dispose of his property;
- he is guilty of serious misrepresentation with regard to information required for participation in an invitation to Tender;
- he has been involved in the tendering process;
- he is not a legally registered company;
- he does not comply with the ILO Convention 94 (Labour Clauses Convention), which regulates payment of workers and work conditions;
- he does not comply with the UN’s Child Convention clause 32 and ILO-convention no. 138
- he is not exempted from any EU-, US-, or OECD-governed or Danish sanctions/restrictions complying at the time for submission of the prequalification application, or he does not comply with these sanctions/restrictions;
- he does not comply with any other eligibility requirements listed in the European Single Procurement Document (ESPD)
The Tenderer shall submit the following general information on his company as part of his Prequalification Application (all of the following information is obligatory to be submitted):
- Company’s profile and structure, number of staff employed.
- Address and contact details for the Tenderer’s head office and main design and fabrication facilities for this project.
- Company registration information:
- Danish companies: Company certificate from the Danish Companies Registrar
- Foreign companies: Documentation from national trade index or legal company index in the country for Company registration (Main office).
- Address and contact details for local Tenderer’s office or local agent.
- Detailed information on the different production facilities for steel construction, machinery-and electrical/electronic/data equipment.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The Tenderer is kindly requested via the ESPD to provide the following information:
Information about the Tenderer’s financial capacity (e.g. past three (3)...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The Tenderer is kindly requested via the ESPD to provide the following information:
Information about the Tenderer’s financial capacity (e.g. past three (3) years financial statements, including profit and loss account and balance sheet, all as certified by its auditors).
The economic standing will be evaluated across the following two parameters:
Total annual revenue:
a statement regarding the Tenderer’s total revenue in the last 3 financial years. If a Tenderer 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.
Solvency ratio:
A statement regarding the Tenderer's solvency ratio (calculated as total equity/total assets * 100) in the last financial year. Where a Tenderer 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.
Note: The Employer reserves the right to make a company credit check.
“Minimum requirements for annual revenues: EUR 13,500,000.
Minimum requirements for solvency of Economic Operator: A Solvency ratio in the last financial...”
Minimum requirements for annual revenues: EUR 13,500,000.
Minimum requirements for solvency of Economic Operator: A Solvency ratio in the last financial year available of at least 20 % — calculated by dividing total equity with total assets: (total equity/total assets * 100) =equity to total assets ratio)
or
a current long-term debt rating of BBB- or above (Standard & Poors and Fitch) and/or Baa3 or above (Moody’s) if available.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The Tenderer is kindly requested via the ESPD to provide the following information:
- Description of the company quality system related to HSES (Health,...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The Tenderer is kindly requested via the ESPD to provide the following information:
- Description of the company quality system related to HSES (Health, Safety, Environment & Security).
- Evidence of relevant experience in execution of works of similar nature, extent, and value of the contracts, including evidence of experience with turnkey projects; This shall include details and references for previous/ongoing similar projects, including examples of similar container terminals where similar Plant, with the same brand of the main Original Equipment Manufacturer (OEM) vendor for the electrical and control installation as offered for this project, has been installed. The minimum level of relevant experience required: 3 projects carried out in the past 5 years.
- Confirmation of the availability of the reference terminals for visits by the Employer.
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“The Tenderer is kindly requested via the ESPD to confirm that the Tenderer meets the standards and certificates below:
- Valid EN-ISO 9001 (quality...”
Liste og kortfattet beskrivelse af regler og kriterier
The Tenderer is kindly requested via the ESPD to confirm that the Tenderer meets the standards and certificates below:
- Valid EN-ISO 9001 (quality management system) and EN-ISO 14001 (environmental management system) certificates.
- Valid IEC/ISO 27001 and EN-IEC 62443 certificates.
Vis mere
Krav om deponering og sikkerhedsstillelse: Please refer to Volume 3 of the tender documents for details.
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem: Please refer to Volume 3 of the tender documents for details.
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The Conditions of Contract comprise the “General Conditions” and the “Particular conditions”, which form part of the “Conditions for Plant and Design-Build”...”
Betingelser for opfyldelse af kontrakten
The Conditions of Contract comprise the “General Conditions” and the “Particular conditions”, which form part of the “Conditions for Plant and Design-Build” First Edition 1999 published by the Fédération Internationale des Ingénieurs-Conceils (FIDIC). The “Particular Conditions” include amendments and additions to the “General Conditions”.
Please refer to Volume 2 "Conditions of Contract" of the tender documents.
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
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-08-01
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Buddet skal være gyldigt indtil: 2023-04-01 📅
Supplerende oplysninger Yderligere oplysninger
“Please note that all communication regarding the procurement (incl. questions and answers) shall happen via the EU Supply portal.
The tenderer is also...”
Please note that all communication regarding the procurement (incl. questions and answers) shall happen via the EU Supply portal.
The tenderer is also required to submit an ESPD to be filled out via EU Supply.
If you experience issues with the tender portal, please contact EU Supply at
Tel: +45 70 20 80 14
email: dksupport@eu-supply.com
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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 stand-still 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.naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
VI.4.4)
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 123-351033 (2022-06-24)
Bekendtgørelse om indgåede kontrakter (2022-08-12) Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 123-351033
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Supply of Straddle Carriers for the container terminal in Nordhavn, Copenhagen, Denmark” Oplysninger om ikke-tilskudsgivende
Der blev ikke modtaget nogen bud eller ansøgninger om deltagelse, eller alle blev afvist
Kilde: OJS 2022/S 157-451300 (2022-08-12)