Denmark-Hedehusene: Construction work
2021/S 233-612571
Contract notice
Works
Section I: Contracting authority
National registration number: 60729018
Postal address: Guldalderen 12
Town: Hedehusene
NUTS code: DK01 Hovedstaden
Postal code: 2640
Country: Denmark
Contact person: Silas Christian Nørager
E-mail: scn@vd.dk
Telephone: +45 72443333
Internet address(es):
Main address: http://vejdirektoratet.dk
Address of the buyer profile: http://vejdirektoratet.dk
Section II: Object
933005-TE010 Nordhavnstunnel
The Danish Road Directorate shall construct the Nordhavnstunnel on behalf of the City of Copenhagen. This design and build contract covers the construction of a 1,4 km cut-and-cover road tunnel in Copenhagen from Svanevænget across the Svanemøllehavn harbour and out to Nordhavn.
This tender covers the design and build contract for the construction of the Nordhavntunnel.
The Nordhavnstunnel is a road tunnel containing a dual carriageway with two lanes in each direction, extending the existing Nordhavnsvej out to Nordhavn.
The Nordhavnstunnel starts at the end of the Nordhavnsvej tunnel at Strandvænget in Østerbro, crosses the Svanemøllehavnen harbour and the Kalkbrænderiløb, arriving in Nordhavn, where two ramps join the tunnel to the local road network at a new extension of Kattegatvej. The tunnel continues past the ramps into a blind tunnel as a preparation for Østlig Ringvej, which is a future tunnel extension to Lynetteholm.
This tender covers the structural works, road works and the mechanical and electrical works for the tunnel, with exception to SCADA, network, ITS and CCTV, which is tendered in a separate contract. The mechanical and electrical systems between the Nordhavnsvej tunnel and the Nordhavnstunnel shall be integrated.
This tender also includes the construction of a new local road, Baltikavej West, a reconfiguration of the at-grade junction Strandvænget-Nordhavnsvej-Strandpromenaden, and the construction of an at-grade junction at Baltikavej-Kattegatvej-Oceanvej.
The Nordhavnstunnel is to be built as a cut-and-cover tunnel, which will require the temporary relocation of 600 boats residing in the Svanemøllehavnen harbour. This tender covers the temporary relocation of the 600 boats and temporary removal of the Svanemøllehavnen harbour.
For further information on the project please visit our website: https://www.vejdirektoratet.dk/nordhavn-tunnel
If the number of compliant applications exceeds the above limit, applicants with the most relevant references for technical capacity, in accordance with section III.1.3), will be selected.
Relevance of the references is assessed against the descriptions of the works provided in the tender documents in this tender, with emphasis on the scope and value being comparable to the works tendered herein.
If the number of compliant applications exceeds the desired number and there are affiliated companies among the applications, only one of the affiliated applicants will be selected.
Section III: Legal, economic, financial and technical information
The applicant shall submit information about the applicant’s annual turnover for the last 3 years in the completed "European Single Procurement Document" (ESPD).
As documentation for turnover, the applicant must submit copies of the annual accounts or information about the annual turnover certified by an accountant.
For applicants that have been established for less than 3 years, the financial information must be submitted for as long a period as possible.
If the applicant is a group of companies (e.g. consortium), the information must be submitted for each company that is part of the group, and the total sum of the annual turnover of the companies must fulfil the minimum requirement.
If the applicant is a group of companies, a representative of the group must be authorised to sign on behalf of the group. All participating companies are joint and severally liable for the performance of the contract.
If the applicant relies on the economic and financial standing of other entities (for example, subcontractors or other entities in the group), the applicant must provide proof that the applicant has at its disposal the necessary resources from such entities. This must be done by submitting a letter of support from such entities.
The contracting entity does not wish to receive information about other intended subcontractors on whose economic and financial standing the applicant does not rely to fulfil the minimum requirement.
The word "possibly" is a mistake in the EU form.
Minimum requirement: The applicant’s annual turnover for each year, for the past three financial years, must be at least DKK 4,000,000,000.
The applicant shall submit up to 12 references that document the applicant’s experience within the last 5 years with the type activities specified herein.
The applicant must in the description field of the ESPD or in a separate document provide a description for each reference, including project name, type of contract, contracting entity, contract price, period of execution, and description of the project. The reference shall clearly identify which company the reference originates from. References from projects in progress, shall state how far the works are completed. References for future projects shall not be submitted.
For the 2 most important references, the applicant shall enclose statements from the relevant contracting entities documenting satisfactory performance. For the remaining references, the applicant shall provide contact details to the relevant contracting entity, which can be contacted to confirm the references.
If the applicant is a group of companies, references must be submitted for each company, and the total number of references of the companies shall fulfil the minimum requirement.
If the applicant relies on the technical and professional ability of other entities (for example subcontractors or other entities in the group), the applicant must provide proof that the applicant has at its disposal the necessary resources from such other entities. This must be done by providing a declaration from such entities regarding their obligations in this respect.
If the applicant relies on the technical and professional ability of other entities, reference is made to article 144 (3) of the Danish Public Procurement Act.
The applicant shall not submit information about other intended subcontractors, on whose technical and professional ability the applicant does not rely on, to fulfil the minimum requirement.
The word "possibly" is a mistake in the EU form.
Minimum requirements:
The applicant shall submit references covering the performance of the following activities.
• Design and construction of cut-and-cover tunnels
• Design and construction of road tunnels
• Design and construction of marine works
• Design management, design and construction of mechanical and electrical installations in tunnels
The tender documents contain a labour clause pursuant to ILO Convention no. 94.
The tender documents contain requirements that the supplier must engage apprentices.
The successful tenderer shall provide a bid bond of DKK 50,000,000 no later than at the end of the stand still period. Requirements are provided in the ITT.
Section IV: Procedure
Section VI: Complementary information
The deadline stated in section IV.2.2 applies to the application for prequalification.
Application for prequalification must be submitted electronically at the URL address specified in section I.3.
In addition to the specifications in sections III.1.2 and III.1.3, the application must contain information about the applicant's ownership situation, including information about affiliated companies.
The application must enclose a completed "European Single Procurement Document" (ESPD). Where the applicant is a group of companies, an ESPD shall be submitted for each company. Where the applicant relies on the financial or technical capabilities of another entity, an ESPD shall be submitted for the entity.
In Part II, section A of the ESPD, a contact person for the applicant shall be stated.
The application for prequalification will be accepted in the following languages Danish, English, Norwegian and Swedish.
Tenders must be submitted in English.
In addition to the mandatory exclusion grounds, see article 135 - 136 of the Danish Public Procurement Act, the exclusion grounds stated in article 137(1) and 137(2) apply to the tender procedure.
The tender procedure is conducted using a two-envelope system. The procedure is described in the tender documents.
This tender will follow a competitive procedure with negotiation. The contracting entity expects two negotiation rounds and reserve the rights to award the contract based on the initial tender. The procedure is described in the tender documents.
Questions shall be submitted to the e-mail addresses stated in the tender documents.
Questions and answers will be made available at the internet address stated in section I.3).
The Danish Road Directorate will pay DKK 2,500,000 to each of the tenderers who submit a compliant final tender and are not awarded the contract.
Postal address: Dahlerups Pakhus Langelinie Allé 17
Town: København Ø
Postal code: DK-2100
Country: Denmark
E-mail: klfu@erst.dk
Internet address: http://www.klfu.dk
Town: N/A
Country: Denmark
Deadlines and procedures for lodging complaints are set out in act no. 492 from the 12th of May 2010 for the Danish Complaints Board for Public Procurement, with following amendments.
Complaints for not being prequalified must be lodged with the Danish Complaints Board for Public Procurement within 20 calendar days. The deadline is calculated from the day after the day when the contracting entity has notified the applicants about the prequalification. However, the complaint period will only start when the notification includes a short explanation for the contracting entity's decision.
In other situations, complaints regarding the procurement must be lodged with the Danish Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.
2) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision to continue the contract, see article 185(2) of the Danish Public Procurement Act.
The complainant must not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement notify the contracting entity 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 article 3(1) of the Act on the Danish Complaints Board for Public Procurement. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether the complainant has requested that the complaint be granted suspensive effect, see article 12(1) of the Act on the Danish Complaints Board for Public Procurement.
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 the website of the Danish Complaints Board for Public Procurement.
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: DK-2500
Country: Denmark
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk