loading
  • NL-1118 CP Schiphol
  • 07.04.2017
  • Ausschreibung
  • (ID 2-256489)

Pier A General Contractor — Schiphol Capital Programme


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Verkehr
    Art der Leistung Bauleistung / Objektplanung Gebäude / Objektplanung Verkehrsanlagen
    Sprache Englisch
    Aufgabe
    With this tender Schiphol aims to select a General Contractor for the detailed engineering and construction of a new pier A as part of Schiphol's Capital Programme.
    Leistungsumfang
    The Pier A- Airside building consisting of:
    A three storey building of approx. 400 m by 40 m with 50 000 m² occupied space on various levels. Ground floor ramp, parking and bussing; first floor Schengen departures/arrivals, 2nd and 3rd floor non-schengen departures/arrivals with segregation.
    Building works consist of piled foundations, structural shell and core, full internal fit out, including departure gate lounges, pedestrian routes, partitioned area, floor, ceilings, lifts escalators, travellators, stairs, and air bridges.
    Areas for specialised use such as passport control, search and baggage screening, passenger assembly areas, bussing gates, retail outlets, toilets and other uses.
    A Temporary Connector consisting of an elevated corridor connecting Pier B with new Pier A at level 1 of approx. 3 000 m².
    Aprons And Stands consisting of paving of approximately 57 000 m² area to accommodate five (5) narrow-body and three (3) wide-body (or six (6) narrow-body) aircraft simultaneously, plus all stand equipment, navigation aids, head of stand roads and ramp parking.
    Adresse des Bauherren NL-1118 CP Schiphol
    TED Dokumenten-Nr. 60120-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Netherlands-Schiphol: Building construction work

      2017/S 033-060120

      Contract notice – utilities

      Works

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Schiphol Nederland BV
      3710536
      Evert van de Beekstraat 202
      Schiphol
      1118 CP
      Netherlands
      Contact person: Stefan Langerak
      E-mail: MjE3O1BdVlRhUFpOYi9iUldYX1deWx1dWw==
      NUTS code: NL

      Internet address(es):

      Main address: http://www.schiphol.nl

      Address of the buyer profile: http://www.schiphol.nl/aanbestedingen

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.tenderned.nl/tenderned-web/aankondiging/detail/publicatie/akid/ed7d59ac4c9fc761c58993de6304a5a1
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.tenderned.nl/tenderned-web/aankondiging/detail/publicatie/akid/ed7d59ac4c9fc761c58993de6304a5a1
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Airport-related activities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Pier A General Contractor — Schiphol Capital Programme.

       

      Reference number: C1500
      II.1.2)Main CPV code
      45210000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      With this tender Schiphol aims to select a General Contractor for the detailed engineering and construction of a new pier A as part of Schiphol's Capital Programme.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71220000
      II.2.3)Place of performance
      NUTS code: NL
      NUTS code: NL326
      II.2.4)Description of the procurement:

       

      The Pier A- Airside building consisting of:

      A three storey building of approx. 400 m by 40 m with 50 000 m² occupied space on various levels. Ground floor ramp, parking and bussing; first floor Schengen departures/arrivals, 2nd and 3rd floor non-schengen departures/arrivals with segregation.

      Building works consist of piled foundations, structural shell and core, full internal fit out, including departure gate lounges, pedestrian routes, partitioned area, floor, ceilings, lifts escalators, travellators, stairs, and air bridges.

      Areas for specialised use such as passport control, search and baggage screening, passenger assembly areas, bussing gates, retail outlets, toilets and other uses.

      A Temporary Connector consisting of an elevated corridor connecting Pier B with new Pier A at level 1 of approx. 3 000 m².

      Aprons And Stands consisting of paving of approximately 57 000 m² area to accommodate five (5) narrow-body and three (3) wide-body (or six (6) narrow-body) aircraft simultaneously, plus all stand equipment, navigation aids, head of stand roads and ramp parking.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Action Plan / Weighting: 60
      Price - Weighting: 40
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 02/10/2017
      End: 31/12/2019
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:
      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 07/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Rechtbank van Amsterdam
      Parnassusweg 220
      Amsterdam
      1076AV
      Netherlands
      Telephone: +31 203617000
      E-mail: MTVdYG1kXmNvYGlrbWpeYG5xamBtZGliRkIpbV1caG47bWBeY29ua21cXGYpaWc=
      Fax: +31 203617000

      Internet address:http://www.rechtspraak.nl/Organisatie-en-contact/Organisatie/Rechtbanken/Rechtbank-Amsterdam

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      Klachtenmeldpunt Schiphol Group
      Evert van de Beekstraat 202
      Schiphol
      1118 CP
      Netherlands
      Telephone: +31 206019111
      E-mail: MThsXWZcXWpXY2RZW2BsOGtbYGFoYGdkJmZk
      Fax: +31 206019111

      Internet address:http://www.schiphol.nl

      VI.5)Date of dispatch of this notice:
      14/02/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 16.02.2017
Zuletzt aktualisiert 16.02.2017
Wettbewerbs-ID 2-256489 Status Kostenpflichtig
Seitenaufrufe 185