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 for landside operations 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 number of 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. The Employer intends to procure all straddle carriers under a single contract, however split in 2 Sections, each with it’s own payment terms. The procurement is a two-stage procedure where the first stage is the prequalification of Tenderers and the second stage the tendering with negotiations.
Deadline
Fristen for modtagelse af bud var på 2022-10-10.
Indkøbet blev offentliggjort på 2022-09-09.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Supply of Straddle Carriers for the container terminal in Nordhavn, Copenhagen, Denmark
Straddle Carriers v2”
Produkter/tjenester: Portaltruck📦
Kort beskrivelse:
“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...”
Kort beskrivelse
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 for landside operations 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 number of 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. The Employer intends to procure all straddle carriers under a single contract, however split in 2 Sections, each with it’s own payment terms. The procurement is a two-stage procedure where the first stage is the prequalification of Tenderers and the second stage the tendering with negotiations.
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:
“Copenhagen Malmö Port, branch of Copenhagen Malmö Port AB, Sverige (CMP, referred to as ‘Employer’) is operating the container terminal in the Port of...”
Beskrivelse af udbuddet
Copenhagen Malmö Port, branch of Copenhagen Malmö Port AB, Sverige (CMP, referred to as ‘Employer’) is operating the container terminal in the Port of Copenhagen, Denmark. The old container terminal is being relocated to a new terminal in the Nordhavn area, which will be operated initially with 2 container cranes and a number of Straddle Carriers. The Employer intends to purchase 2 new container cranes and new Straddle Carriers (complete with spare parts and consumables). 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 for landside operations 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 number of 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. The Employer intends to procure all straddle carriers under a single contract, however split in 2 Sections, each with it’s own payment terms. 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.
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: 2023-01-23 📅
Slutdato: 2024-12-05 📅
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 valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne: For details about options, please refer to the tender documents
Beskrivelse
Yderligere oplysninger:
“Relevant alternatives are further detailed in the tender documents. Deviations will need to beapproved by the Employer, and will only be allowed in...”
Yderligere oplysninger
Relevant alternatives are further detailed in the tender documents. Deviations will need to beapproved by the Employer, and will only be allowed in accordance with the proceduredescribed 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:
“A Tenderer will be considered not-eligible for prequalification, if:
a) he is bankrupt;
b) payments to him have been suspended in accordance with the...”
Liste og kortfattet beskrivelse af betingelserne
A Tenderer will be considered not-eligible for prequalification, if:
a) he is bankrupt;
b) 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 total or partial loss of the right to administer and dispose of his property;
c) 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;
d) he is guilty of serious misrepresentation with regard to information required for participation in an invitation to Tender;
e) he has been involved in the tendering process;
f) he is not a legally registered company;
g) he does not comply with the ILO Convention 94 (Labour Clauses Convention), which regulates payment of workers and work conditions;
h) he does not comply with the UN’s Child Convention clause 32 and ILO-convention no. 138;
i) 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;
j) he does not comply with any other eligibility requirements listed in the European Single Procurement Document (ESPD)
Tenderer shall provide a certified statement and, upon request, provide evidence satisfactory to the Employer that none of these situations applies to him.
Please also consult Volume 3 of the tender material for specific requirements to general company information that needs to be submitted.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The economic standing of the Tenderer (or the parent company, sister company, or subcontractor if the Tenderer financially relies on such entity) will be...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The economic standing of the Tenderer (or the parent company, sister company, or subcontractor if the Tenderer financially relies on such entity) will be evaluated across the following two parameters:
1. 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), this requirement applies to such other entities and not to the Tenderer (unless the Tenderer relies on both it’s own capacity and another entities, in which case this requirement applies to both the Tenderer and such other entities).
Minimum requirements: minimum annual revenues of EUR 13,500,000.
2. Solvency ratio:
A statement regarding the Tenderer's solvency ratio (calculated as total equity/total assets * 100) in the last financial year. 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), this requirement applies to such other entities and not to the Tenderer (unless the Tenderer relies on both it’s own capacity and another entities, in which case this requirement applies to both the Tenderer and such other entities).
Minimum requirements: 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.
“Annual revenue: minimum annual revenues of EUR 13,500,000.
Solvency ratio: A Solvency ratio in the last financial year available of at least 20 % —...”
Annual revenue: minimum annual revenues of EUR 13,500,000.
Solvency ratio: 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
Udvælgelseskriterier som anført i udbudsdokumenterne
Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“List and brief description of rules and criteria: - Valid EN-ISO 9001 (quality management system) and EN-ISO 14001 (environmental management system)...”
Liste og kortfattet beskrivelse af regler og kriterier
List and brief description of rules and criteria: - Valid EN-ISO 9001 (quality management system) and EN-ISO 14001 (environmental management system) certificates (or equivalent)
- Valid IEC/ISO 27001 and EN-IEC 62443 certificate (or equivalent).
Please see tender documents for details.
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 “Particularconditions”, 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 “Particularconditions”, which form part of the “Conditions for Plant and Design-Build” First Edition 1999published by the Fédération Internationale des Ingénieurs-Conceils (FIDIC). The “ParticularConditions” 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: 2022-10-10
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Buddet skal være gyldigt indtil: 2023-02-19 📅
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/
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 177-502285 (2022-09-09)
Supplerende oplysninger (2022-09-15)
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2022/S 177-502285
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: IV.2.2
Gammel værdi
Dato: 2022-10-10 📅
Tid: 12:00
Ny værdi
Dato: 2022-10-14 📅
Tid: 12:00
Andre supplerende oplysninger
“Please note that the deadline for submission of pre-qualification material has been changed to Friday October 14th, 2022, at 12.00 PM.”
Kilde: OJS 2022/S 181-513458 (2022-09-15)
Bekendtgørelse om indgåede kontrakter (2023-04-14) Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 177-502285
Oplysninger om afslutning af indkaldelse af konkurrencen i form af en forhåndsmeddelelse
Den ordregivende myndighed vil ikke tildele yderligere kontrakter på grundlag af ovennævnte forhåndsmeddelelse
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Supply of Straddle Carriers for the container terminal in Nordhavn, Copenhagen, Denmark”
Dato for indgåelse af kontrakten: 2023-04-13 📅
Oplysninger om udbud
Antal modtagne bud: 2
Antal bud, der er modtaget ad elektronisk vej: 2
Navn og adresse på kontrahenten
Navn: konecranes Finland Corporation
Nationalt registreringsnummer: FI 0950895-1
Postadresse: koneenkatu 8
Postby: Hyvinkää
Postnummer: po box662
Land: Finland 🇫🇮
Region: Suomi/Finland 🏙️
Entreprenøren er en SMV
Kilde: OJS 2023/S 077-232448 (2023-04-14)