Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Vejdirektoratet
Guldalderen 12
Hedehusene
2640
Denmark
Contact person: Niels Gottlieb
Telephone: +45 72443623
E-mail:
MjEwZF02bFokWmE=
NUTS code:
DK0
Internet address(es):
Main address: http://vd.dk
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
93200.R11 Contract- and Discipline Managers.
II.1.2)Main CPV code
71500000
II.1.3)Type of contract
Services
II.1.4)Short description:
This tender comprise the provision of three Managers who shall perform the following services in regard to Construction Management and site supervision; A Contract Manager, a Discipline Manager for the Substructures and a Discipline Manager for Superstructure for the construction of the new Storstrøm Bridge.
II.1.5)Estimated total value
Value excluding VAT: 20 000 000.00 DKK
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)
71310000
71311300
71520000
71521000
71530000
71540000
II.2.3)Place of performance
NUTS code: DK
II.2.4)Description of the procurement:
The new 4 km Storstrøm Bridge between Masnedø and Falster will replace the existing bridge from 1937, which is in poor condition and does not have the capacity to carry the increased railway freight traffic resulting from the opening of the Fehmarn Belt Connection.
The bridge comprises approximately 45 viaduct spans of 80 m in length, and 2 navigational spans of 160 m each. The main bridge is a cable-stayed bridge, with a single pylon, carrying a double-track electrified railway (200 km/h for passenger trains) and a two-lane road (80 km/h), as well as a combined cycle and pedestrian path on a single cross section.
This tender comprise the provision of three Managers who shall perform the following services in regard to Construction Management and site supervision; A Contract Manager, a Discipline Manager for the Substructures and a Discipline Manager for Superstructure.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 20 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2018
End: 31/12/2023
This contract is subject to renewal: no
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: yes
Identification of the project: The project will apply for TEN-T funds.
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
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Submission of a list of the most significant equivalent tasks, see section II.1.4) and II.2.4 ), II.1.5), carried out by the applicant- commenced, in progress or completed — in the course of the last five years according to the date when the applicant was established or started up its business activities.
The requirement for references has been extended from 3 to 5 years to ensure sufficient competition, as the Employer has assessed that only a limited number of similar tasks have been carried out within the last 3 year period.
The contracting authority would prefer that the list includes the following: project name, whether the task was carried out as a turnkey contract, a brief description of the task and the role undertaken by the applicant in connection with its performance (including the value of the part of the task for which the applicant was responsible, and information about the applicant's professional contribution to the project), employer (inc. contact details), contract sum and the time of performance of the task.
For groups of operators (e.g. a consortium), the information is requested to be submitted for each participating operator in the group. If the applicant relies on the capacity of other entities (such as subcontractors, a parent company or sister company etc. or other entities in the group), regardless of the legal nature of the links between the applicant and such other entities, the applicant must provide proof that the applicant has at its disposal the necessary resources from such other entities by producing an undertaking from such entities regarding their obligations in this respect. It must be documented that the entities in question are legally bound towards the applicant. Failing this, the contracting authority will not take into account the capacity of other entities. The contracting authority has drawn up a template for the undertaking of support that the applicant may use.
Minimum level(s) of standards possibly required:
As a minimum requirement, the applicant must have experience in the Construction Management, as Contract Manager and/or Discipline Managers or similar roles for the construction of bridges — rail or road bridges — of more than 1 km. across open waters, rivers or lakes within the last 5 years.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
If the contract is awarded to a group of operators (e.g. a consortium), each participant of the group must undertake joint and several liability and appoint a joint representative.
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
Open 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: 04/01/2018
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
Date: 04/01/2018
Local time: 12:00
Place:
See Provisions on Procurement and Tendering (PPT).
Information about authorised persons and opening procedure:
See Provisions on Procurement and Tendering (PPT).
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:
The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1) (i-iii) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the candidate relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the candidate relies. Reference is made to the contracting authority's ESPD guide.
The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, and the grounds for exclusion set out in section 137(1) (No 2) of the Danish Public Procurement Act, unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.
Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.
As regards section II.1.5), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including the price of all options.
Questions and answers will be posted on the Road Directorate's website: http://www.vejdirektoratet.dk/da/vejsektor/leverandoerportal/sider/aktuelleudbud.aspx under ‘93200.R11 Contract- and Discipline Managers’. Se description in Provisions on Procurement and Tendering (PPT), section 4.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
There is no official mediation institute in Denmark
None
Denmark
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Deadlines and procedures for lodging appeals are set out in (Danish) Act No 492 of 12.5.2010 on the enforcement of the procurement rules, etc., with subsequent changes, lastly in Consolidation Act No 593 of 2.6.2016.
Complaints must be submitted to the Complaints Board:
— Within 45 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,
— Within 30 days calculated from the day after the day when the contracting authority has notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, or
— Within 6 months calculated from the day after the day when the contracting authority has notified the tenderers of the identity of the tenderer with whom the contracting authority intends to enter into a framework agreement.
The complainant must no later than at the same time as lodging the appeal with the Complaints Board for Public Procurement notify the contracting authority that an appeal has been lodged with the Board and whether the appeal has been lodged within the standstill period.
VI.4.4)Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail:
MjEzXllmZzNeWWZnIVde
Internet address:www.kfst.dk
VI.5)Date of dispatch of this notice:
14/11/2017