On the basis of the "Act on the construction of a new railway over Vestfyn", Act no. 1424 of 17/12/2019, the Danish Road Directorate with the project "92900 New railway over Vestfyn" is constructing a new approx. 35 km long double-track and electrified railway at 250 km/h over Vestfyn between Odense Vest and Kauslunde, and including 33 bridges. The project is part of the Infrastructure Plan 2035. ____________________________________________________________________________________________ The tender consists of two separate lots that form part of the overall construction project "92900 New line over Vestfyn", and each lot includes a main contract. The tenderer may bid for one contract or both contracts. The tenderer has the option of giving a discount when awarding both partial contracts. When submitting an offer for both contracts, the tenderer can indicate whether the tenderer wishes to be awarded only one contract. See also the document "”Bestemmelser om udbud og tilbud (BUT) – 92900.201 & 202”, section 6 Tilbud and section 8.1 Tildeling af de to delkontrakter.. The execution of both contracts, 92900.201 (E201) and 92900.202 (E202), is expected to start at the end of June 2024 and must be completed on 30 April 2027. ____________________________________________________________________________________________ The construction works include – but are not limited to – earthworks, drainage, bridge works, affected roads and paths, as well as the execution of any replacement road(s) including access ramps and slip pockets and/or bypass roads. Furthermore, the construction works include the construction of the track box of the individual railway line, including the delivery and laying of sub-ballast as well as shards to 7 cm under the future sleeper. __________________________________________________________________________________________ The estimated value in the tender notice, section 2.1.3 is an estimate. The estimated contract value includes the value of two different incentive pools, which the contractor has the opportunity to participate in: Pool-1: Up to 100% of a "Time incentive pool" and Pool-2: Up to 50% of a "Risk and optimization pool”. Requirements for obtaining a share in the incentive pools and rules for the regulation of the pools appear in the contract, section 10 Bonus.
Deadline
Fristen for modtagelse af bud var på 2024-05-15.
Indkøbet blev offentliggjort på 2024-03-14.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Udbudsbekendtgørelse (2024-03-14) Objekt Omfanget af udbuddet
Titel: 92900.201 & 202 Hovedentrepriserne "Spedsbjerg – Gribsvad, Ny bane over Vestfyn" & "Gribsvad - Ålsbo, Ny bane Vestfyn"
Kort beskrivelse:
“On the basis of the "Act on the construction of a new railway over Vestfyn", Act no. 1424 of 17/12/2019, the Danish Road Directorate with the project "92900...”
Kort beskrivelse
On the basis of the "Act on the construction of a new railway over Vestfyn", Act no. 1424 of 17/12/2019, the Danish Road Directorate with the project "92900 New railway over Vestfyn" is constructing a new approx. 35 km long double-track and electrified railway at 250 km/h over Vestfyn between Odense Vest and Kauslunde, and including 33 bridges. The project is part of the Infrastructure Plan 2035.
____________________________________________________________________________________________
The tender consists of two separate lots that form part of the overall construction project "92900 New line over Vestfyn", and each lot includes a main contract. The tenderer may bid for one contract or both contracts. The tenderer has the option of giving a discount when awarding both partial contracts. When submitting an offer for both contracts, the tenderer can indicate whether the tenderer wishes to be awarded only one contract. See also the document "”Bestemmelser om udbud og tilbud (BUT) – 92900.201 & 202”, section 6 Tilbud and section 8.1 Tildeling af de to delkontrakter..
The execution of both contracts, 92900.201 (E201) and 92900.202 (E202), is expected to start at the end of June 2024 and must be completed on 30 April 2027.
____________________________________________________________________________________________
The construction works include – but are not limited to – earthworks, drainage, bridge works, affected roads and paths, as well as the execution of any replacement road(s) including access ramps and slip pockets and/or bypass roads. Furthermore, the construction works include the construction of the track box of the individual railway line, including the delivery and laying of sub-ballast as well as shards to 7 cm under the future sleeper.
__________________________________________________________________________________________
The estimated value in the tender notice, section 2.1.3 is an estimate. The estimated contract value includes the value of two different incentive pools, which the contractor has the opportunity to participate in: Pool-1: Up to 100% of a "Time incentive pool" and Pool-2: Up to 50% of a "Risk and optimization pool”. Requirements for obtaining a share in the incentive pools and rules for the regulation of the pools appear in the contract, section 10 Bonus.
Vis mere
Kontrakttype: Bygge og anlæg
Produkter/tjenester: Bygge- og anlægsarbejder📦
Anslået værdi uden moms: 842 000 000 DKK 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 2
1️⃣
Beskrivelse af udbuddet:
“The project is part of the Infrastructure Plan 2035. The contract 92900.201 "Spedsbjerg – Gribsvad, Ny bane over Vestfyn" includes all construction works,...”
Beskrivelse af udbuddet
The project is part of the Infrastructure Plan 2035. The contract 92900.201 "Spedsbjerg – Gribsvad, Ny bane over Vestfyn" includes all construction works, cf. section 2.1 of this tender notice, for the establishment of: approx. 9 (nine) km of new railway (excluding anything over 7 cm under future sleepers, running current, etc.); 8 (eight) bridges; and 1 (one) GSM-R mast in Gribsvad including planning. The contractor must prepare all necessary drawings, working drawings and calculations etc. for the execution of interim constructions, scaffolding, special execution methods, etc.
Vis mere
Yderligere oplysninger:
“The duration of the contract is an estimate, as it depends on the duration of the construction project. The contract contains possiblities for contracting...”
Yderligere oplysninger
The duration of the contract is an estimate, as it depends on the duration of the construction project. The contract contains possiblities for contracting authorities to amend the agreement, cf. the contract, section 15 Ændringer and SB §§ 23 and 24.
The estimated value in the tender notice, point 5.1.5 is an estimate. The estimated contract value includes the value of two different incentive pools, which the contractor has the opportunity to obtain a share of: Pool-1: Up to 100% of a "Time incentive pool", which initially amounts to: DKK 1,000,000.00 (1. DKK million), excluding VAT, and Pool-2: Up to 50% of a "Risk and optimization pool", which initially amounts to: DKK 50,000,000.00 (DKK 50 million), excluding VAT. Requirements for obtaining a share in the incentive pools and rules for the regulation of the pools appear in the contract, section 10 Bonus.
Vis mere
Hovedsted eller sted for udførelsen:
“92900.201 Spedsbjerg – Gribsvad, Ny bane over Vestfyn, is situated in the municipalities of Odense and Assens.”
Sted for udførelsen: Fyn🏙️ Varighed
Startdato: 2024-06-26 📅
Slutdato: 2027-04-30 📅
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Contract 92900.201 does not include options.” Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 100
Titel
Partiets identifikationsnummer: LOT-0001
2️⃣
Beskrivelse af udbuddet:
“The project is part of the Infrastructure Plan 2035. The contract 92900.202 "Gribsvad - Aalsbo, Ny bane over Vestfyn" includes all construction works, cf....”
Beskrivelse af udbuddet
The project is part of the Infrastructure Plan 2035. The contract 92900.202 "Gribsvad - Aalsbo, Ny bane over Vestfyn" includes all construction works, cf. section 2.1 of this tender notice, for the establishment of: approx. 6 (six) km of new railway (excluding anything over 7 cm under future sleepers, running current, etc.); and 5 (five) bridges. The contractor must prepare all necessary drawings, working drawings and calculations etc. for the execution of interim constructions, scaffolding, special execution methods, etc.
Vis mere
Yderligere oplysninger:
“The duration of the contract is an estimate, as it depends on the duration of the construction project. The contract contains possiblities for contracting...”
Yderligere oplysninger
The duration of the contract is an estimate, as it depends on the duration of the construction project. The contract contains possiblities for contracting authorities to amend the agreement, cf. the contract, section 15 Ændringer and SB §§ 23 and 24.
The estimated value in the tender notice, point 5.1.5 is an estimate. The estimated contract value includes the value of two different incentive pools, which the contractor has the opportunity to obtain a share of: Pool-1: Up to 100% of a "Time incentive pool", which initially amounts to: DKK 1,000,000.00 (1. DKK million), excluding VAT, and Pool-2: Up to 50% of a "Risk and optimization pool", which initially amounts to: DKK 30,000,000.00 (DKK 30 million), excluding VAT. Requirements for obtaining a share in the incentive pools and rules for the regulation of the pools appear in the contract, section 10 Bonus.
Vis mere
Hovedsted eller sted for udførelsen:
“92900.202 "Gribsvad - Aalsbo, Ny bane over Vestfyn" is situated in the municipalities of Assens and Middelfart” Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“The contract 92900.202 contains no options” Titel
Partiets identifikationsnummer: LOT-0002
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-05-15 13:00:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 40
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Net revenue: The tenderer shall inform about the operator's revenue for the most recent financial year in the completed "European Single Procurement...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Net revenue: The tenderer shall inform about the operator's revenue for the most recent financial year in the completed "European Single Procurement Document" (ESPD).
__________________________________________________________________________________________
The intended winner of the tender must, before awarding, send a copy of the annual accounts or certified statement of net turnover as documentation for net turnover.
For companies that have been established for a shorter period, the information is sent for as long a period of the financial year as possible.
If the tenderer is an association of companies (e.g. consortium), the information must be given for each individual company, as the sum of the companies' net turnover must meet the minimum requirement. If the tenderer is an association of companies, a power of attorney must be given to a person authorized to sign the association. All participating companies are jointly and severally liable for the fulfillment of the contract.
If the tenderer relies on the capabilities of other entities (e.g. other actors/companies or other units in the group), the tenderer must demonstrate that the tenderer has the necessary resources at these units.
This must be done by presenting commitments from these entities in the form of a declaration of joint and several liability.
__________________________________________________________________________________________
No information is requested about other planned subcontractors whose economic and financial capacity the tenderer does not rely on in order to meet the minimum requirement.
__________________________________________________________________________________________
MINIMUM REQUIREMENTS FOR SUITABILITY: The net turnover for the most recent financial year must be at least DKK 100 million. DKK when awarded one contract. The net turnover for the most recent financial year must be at least DKK 200 million. DKK when awarded two contracts.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“References: The contracting authority has assessed that the number of comparative tasks in the past five years has been limited, according to Section 155(1)...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
References: The contracting authority has assessed that the number of comparative tasks in the past five years has been limited, according to Section 155(1) of the Public Procurement Act. 1, no. 1), 2nd point, applies, in order to ensure adequate competition. References to documentation for the tenderer's technical and professional capacity can thus be carried out within the past seven years. The extension from five to seven years takes place on the basis of a concrete assessment of how large a project pool there has been of comparable projects that the tenderers can use as reference projects in relation to the requirements.
__________________________________________________________________________________________
The tenderer must describe in the ESPD or in a separate annex, references which document that the minimum requirements in relation to technical and professional capacity have been met. The list of references must indicate a minimum of two and a maximum of five references that document the minimum requirements stated in A) below. If the tenderer submits more than five references, the contracting authority will only look at the first five references. The list of references must for each reference contain points 1a-1e): 1a) Title/description of the reference project: 1b) Implementation period; 1c) Enterprise sum; 1d) Customer, preferably including contact details for this; 1e) Indication of which minimum requirements the reference meets.
__________________________________________________________________________________________
In the case of offers from consortia (associations), all companies must submit ESPD. The minimum requirements in point A) must be met by the companies together, and the companies must submit a minimum of two and a maximum of five references IN TOTAL.
--
If the tenderer relies on other entities' professional qualifications or experience regarding the execution of specific parts of the works covered by the agreement, the specific parts of the works under the agreement must be carried out by the unit on which the tenderer bases its offer. If the tenderer relies on other units, the tenderer and the supporting unit(s) must all submit the ESPD. The minimum requirements in point A) must be met for the tenderer and the supporting entity(ies) together. Requirements for the number of references (minimum two and maximum five) apply to the tenderer and the supporting entity(ies) IN TOTAL.
---
Information is not requested on other planned subcontractors whose technical and professional capacity the tenderer does not rely on in order to meet the minimum requirements.
__________________________________________________________________________________________
MINIMUM REQUIREMENTS FOR SUITABILITY: A) The tenderer must have a minimum of 2 (two) references documenting that the tenderer has carried out comparable construction tasks, as referred to in this tender, within the past seven years. "Comparable construction tasks" means construction and/or track projects that for each task contain the following (A1 and A2): A1: A total construction sum of at least DKK 75 million. DKK; __ A2: The construction task must include at least the following three professional disciplines: earthworks; drainage and concrete structures
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“The most important terms with implications for payment are stated in:
The contract, section 13 Betaling; as well as the document "Særlige betingelser for...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
The most important terms with implications for payment are stated in:
The contract, section 13 Betaling; as well as the document "Særlige betingelser for arbejder og leverancer i bygge- og anlægsvirksomhed (SB) – 92900.201 & 202", section D. Betaling.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The following conditions A) - C) below apply to the contract
__________________________________________________________________________________________
A)...”
Betingelser for opfyldelse af kontrakten
The following conditions A) - C) below apply to the contract
__________________________________________________________________________________________
A) The tenderer, consortium/association participants, any supporting entities and/or subcontractors must not be subject to sanctions, including sanctions pursuant to COUNCIL REGULATION (EU) 2022/576 of 08-04-2022 amending Regulation (EU) no 833/2014.
__________________________________________________________________________________________
B) The contract contains a labor clause in accordance with ILO Convention No. 94 and the Danish Circular No. 9471 of 30 June 2014 on labor clauses in public contracts.
__________________________________________________________________________________________
C) The contract contains requirements that the contractor must use persons undergoing training.
“Points A) to F) below apply to both lots. ____________________________________________________________________________________________
A) The Danish Public...”
Points A) to F) below apply to both lots. ____________________________________________________________________________________________
A) The Danish Public Procurement Act = UBL. The Danish Executive order no. 1078 of 29-06-2022 on the procedures for entering into contracts within water and energy supply, transport and postal services = impl.bkg.
____________________________________________________________________________________________
B) Offers can only be submitted in Danish. The contract and working language is, as a general rule, Danish, exceptions are stated in the contract, section 2 Aftalegrundlag. All communication with and all deliveries to the customer must therefore take place and be designed in Danish. However, standard product sheets, manuals and the like can be delivered in English by prior agreement with the contracting authority. The contractor's expenses for translations and/or interpreting assistance are not the responsibility of the contracting authority.
____________________________________________________________________________________________
C) Refer to the document "Bestemmelser om udbud og tilbud (BUT) – 92900.201 & 202" for further information on requirements for tenders and offers as well as procedures for the tender process. If the offer contains several editions (versions) of the same document, the latest uploaded edition will be the valid one.
____________________________________________________________________________________________
D) Questions must be sent to the e-mail addresses listed in "Bestemmelser om udbud og tilbud (BUT) – 92900.201 & 202", section 4. Kommunikation. Questions and answers will be made available under "Current tenders" at the internet address listed in section 5.1.11 of the tender notice. Questions received later than 6 (six) days before the deadline cannot be expected to be answered.
____________________________________________________________________________________________
E) The tenderer, consortium/association participants, any supporting entities must complete and submit the “European Single Procurement Document” (hereinafter referred to as the “ESPD”). The ESPD serves as preliminary evidence for the conditions mentioned in UBL § 148, cf. impl.bkg. § 12. See also "Bestemmelser om udbud og tilbud (BUT) – 92900.201 & 202", sections 5.2 ESPD og 5.3 Dokumentation for oplysninger afgivet i ESPD.
____________________________________________________________________________________________
F) The contracting authority may request tenderers to supplement, clarify or complete the tender in accordance with Article 76, No. 4 of the Utilities Directive, if the tender does not meet the formal requirements of the tender documents. However, the contracting authority is not obliged to do so.
Vis mere Gennemgå organ
Navn: The Complaints Board for Public Procurement
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +4572405600📞
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Danish Competition and Consumer Authority
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41 71 50 00📞
URL: https://kfst.dk/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Deadlines for and procedures for complaints appear in the "Act on the Complaints Board for Tenders", executive order no. 593 of 02-06-2016, last amended by...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Deadlines for and procedures for complaints appear in the "Act on the Complaints Board for Tenders", executive order no. 593 of 02-06-2016, last amended by act no. 736 of 23.06.2023.
Complaints about tenders must be submitted to the Complaints Board for Tenders before:
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 on which the order has been published.
2) 30 calendar days counted from the day after the day on which the contracting authority has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic procurement system has been entered into, if the notification has given a reason for the decision.
Vis mere Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2024/S 054-157950 (2024-03-14)
Udbudsbekendtgørelse (2024-04-26) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 842 000 000 DKK 💰
Procedure Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-05-30 10:00:00 📅
Ændringer Ny værdi
Tekst:
“The deadline for submitting bids has been postponed to May 30, 2024, at 10:00 AM” Andre supplerende oplysninger
“The tender documents have been updated according to the correction sheets 1-5 available at the address provided under section 5.1.11 Tender documents”
Kilde: OJS 2024/S 084-252281 (2024-04-26)
Bekendtgørelse om indgåede kontrakter (2024-07-16) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 842 000 000 DKK 💰
Samlet værdi af indkøbsaftalen (ekskl. moms): 934 007 826 DKK 💰
Samlet værdi af udbuddet (ekskl. moms) (højeste bud): 652157547.65 💰
Samlet værdi af udbuddet (ekskl. moms) (laveste tilbud): 554 444 455 💰
Tildeling af kontrakt
1️⃣
Der tildeles en kontrakt/et parti ✅
Partiets identifikationsnummer: LOT-0001
Kontraktnummer: 92900.201
Dato for indgåelse af kontrakten: 2024-07-11 📅
Titel: 92900.201 Spedsbjerg - Gribsvad, Ny bane over Vestfyn
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Højeste tilbud: 652157547.65 💰
Laveste tilbud: 554 444 455 💰
Kontraktens/parcellens samlede værdi: 554 444 455 DKK 💰
Navn og adresse på kontrahenten
Navn: M.J. Eriksson A/S
Nationalt registreringsnummer: 71432017
Postadresse: Brogrenen 10
Postnummer: 2635
Postby: Ishøj
Region: Københavns omegn🏙️
Land: Danmark 🇩🇰
E-mail: mje@mje.dk📧
Telefon: +45 43 73 04 21📞
URL: https://mjeriksson.dk/🌏
2️⃣
Partiets identifikationsnummer: LOT-0002
Oplysninger om udbud
Antal modtagne bud fra SMV'er: 1
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Højeste tilbud: 449105943.79 💰
Laveste tilbud: 379 563 371 💰
Kontraktens/parcellens samlede værdi: 379 563 371 DKK 💰
Navn og adresse på kontrahenten
Navn: Gustav H. Christensen A/S
Nationalt registreringsnummer: 25519183
Postadresse: Enggårdvej 33-35
Postnummer: 7400
Postby: Herning
Region: Vestjylland🏙️
E-mail: ghc@ghc1.dk📧
URL: https://ghc1.dk/🌏
Ordregivende myndighed Navn og adresser
Region: Københavns omegn🏙️
Kilde: OJS 2024/S 138-427225 (2024-07-16)