Tender Details
Title

Denmark – Construction work – 6070.204 Vestvejen – Silkeborgvej, st. 128.500 – 134.200, Udbygning af E45 Vejle - Skanderborg Place of performance: Denmark,Østjylland Main nature of the contract: Works Official name: Vejdirektoratet Type of procedure: Open Denmark – Construction work – 6070.204 Vestvejen – Silkeborgvej, st. 128,500 – 134,200, Extension of E45 Vejle - Skanderborg Place of performance: Denmark, East Jutland Main nature of the contract: Works Official name: Vejdirektoratet Type of procedure: Open

Country
Language
Danish
Organization
Published Date
16.10.2024
Deadline Date
04.12.2024
Overview
626773-2024 - Competition Competition Denmark: Construction work 6070.204 Vestvejen – Silkeborgvej, st. 128.500 – 134.200, Udbygning af E45 Vejle - Skanderborg Denmark, Østjylland (DK042) Estimated value excluding VAT: 625 000 000,00 DKK Type of procedure: Open Buyer Buyer: Vejdirektoratet Email: jkj@vd.dk Denmark, Byen København (DK011), København V LOT-0001: Se punkt 2.1. Construction, foundation and surface works for highways, roads Start date: 06/01/2025 Duration: 28 Months Deadline for receipt of tenders: 04/12/2024 - 11:00:00 (UTC+1) 626773-2024 - Competition Denmark – Construction work – 6070.204 Vestvejen – Silkeborgvej, st. 128.500 – 134.200, Udbygning af E45 Vejle - Skanderborg OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Vejdirektoratet Email: jkj@vd.dk Legal type of the buyer: Central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: 6070.204 Vestvejen – Silkeborgvej, st. 128.500 – 134.200, Udbygning af E45 Vejle - Skanderborg Description: Denne entreprise er en del af projektet 6070 Udbygning af E45 Vejle - Skanderborg, som indgår i Infrastrukturplan 2035. Entreprisen omfatter i hovedtræk sideudvidelse af ca. 6 km motorvej fra 2 til 3 spor, nyanlæg af 1,2 km motortrafikvej, 0,6 km hovedlandevej, 8 ramper, 0,2 km kommuneveje samt 0,25 km shunter. Desuden skal der bl.a. etableres 3 vejoverføringer, 3 faunapassager, sideudvidelse af en stiunderføring og permanent forankret spuns langs motorvej i begge sider ved Kællingegravene. I entreprisen indgår også nedrivnings- og opbrydningsarbejder. Procedure identifier: 2007c277-231d-409d-bf93-af9a0f217c08 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 2.1.2. Place of performance Country subdivision (NUTS): Østjylland (DK042) Country: Denmark Additional information: Entreprisen udføres i Region Midtjylland, Hedensted og Horsens Kommune. 2.1.3. Value Estimated value excluding VAT: 625 000 000,00 DKK 2.1.4. General information Additional information: Tilbud skal afgives på dansk, men bilag vedr. betingelser for deltagelse accepteres på dansk, engelsk, norsk og svensk. Eventuelle spørgsmål stilles til e-mailadressen anført i udbudsmaterialet, bestemmelser om udbud og tilbud, afsnit 4. Spørgsmål og svar vil blive gjort tilgængelige på internetadressen anført under punkt 5.1.11. Legal basis: Directive 2014/24/EU Udbudsloven - https://www.retsinformation.dk/eli/lta/2023/10 2.1.6. Grounds for exclusion Sources of grounds for exclusion: Notice Participation in a criminal organisation: Se udbudsloven § 135, stk. 1, nr. 1. Corruption: Se udbudsloven § 135, stk. 1, nr. 2. Fraud: Se udbudsloven § 135, stk. 1, nr. 3. Terrorist offences or offences linked to terrorist activities: Se udbudsloven § 135, stk. 1, nr. 4. Money laundering or terrorist financing: Se udbudsloven § 135, stk. 1, nr. 5. Child labour and other forms of trafficking in human beings: Se udbudsloven § 135, stk. 1, nr. 6. Breaching obligation relating to payment of taxes: Se udbudsloven § 135, stk. 3. Breaching obligation relating to payment of social security contributions:  Se udbudsloven § 135, stk. 3. Conflict of interest due to its participation in the procurement procedure: Se udbudsloven § 136, stk. 1, nr. 1. Direct or indirect involvement in the preparation of this procurement procedure: Se udbudsloven § 136, stk. 1, nr. 2. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: Se udbudsloven § 136, stk. 1, nr. 3. Grave professional misconduct: Se udbudsloven § 136, stk. 1, nr. 4. Bankruptcy: Se udbudsloven § 137, stk. 1, nr. 2. Analogous situation like bankruptcy under national law: Se udbudsloven § 137, stk. 1, nr. 2. Insolvency: Se udbudsloven § 137, stk. 1, nr. 2. Assets being administered by liquidator: Se udbudsloven § 137, stk. 1, nr. 2. Arrangement with creditors: Se udbudsloven § 137, stk. 1, nr. 2. Business activities are suspended: Se udbudsloven § 137, stk. 1, nr. 2. __________________________________________________________________________________ DOKUMENTATION: Ved tilbudsgivning skal tilbudsgiver udfylde det fælles europæiske udbudsdokument (ESPD) som foreløbigt bevis for ikke at være omfattet af udelukkelsesgrundene. Den tilbudsgiver, med hvem ordregiver agter at indgå kontrakt, skal forinden kontrakttildeling fremsende serviceattest fra Erhvervsstyrelsen eller tilsvarende dokumentation, jf. udbudsloven § 135, stk. 1-3 samt § 137, stk. 1, nr. 2. Dokumentationen skal opfylde kravene i § 153, og den må højest være 6 måneder gammel. Ovennævnte dokumentation skal ligeledes fremsendes for enheder (underleverandører/underrådgivere/underentreprenører), som tilbudsgiveren har baseret sin økonomiske og finansielle kapacitet eller tekniske og faglige kapacitet på med henblik på opfyldelse af minimumskrav. __________________________________________________________________________________ UDBUDSLOVEN § 134a: Udover ovennævnte udelukkelsesgrunde gøres opmærksom på udbudsloven § 134a, der medfører, at ordregiver skal udelukke tilbudsgivere, som er etableret i et land, der er optaget på EU-listen over ikkesamarbejdsvillige skattejurisdiktioner og ikke har tiltrådt GPA-aftalen eller øvrige handelsaftaler, som er forpligtende for Danmark. 5. Lot 5.1. Lot: LOT-0001 Title: Se punkt 2.1. Description: Se punkt 2.1. Internal identifier: 6070.204 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45233000 Construction, foundation and surface works for highways, roads 5.1.3. Estimated duration Start date: 06/01/2025 Duration: 28 Months 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Sources of selection criteria: Notice Criterion: General yearly turnover Description: Tilbudsgiver skal oplyse virksomhedens nettoomsætning for det seneste regnskabsår i udfyldt "Det fælles europæiske udbudsdokument" (ESPD). Den påtænkte vinder af udbuddet skal inden tildeling, som dokumentation for nettoomsætning, fremsende kopi af årsregnskab eller revisorpåtegnet oplysning om nettoomsætning. For virksomheder, der har været etableret i en kortere periode, fremsendes oplysningerne for så lang en periode af regnskabsåret som muligt. Hvis tilbudsgiver er en sammenslutning af virksomheder, skal oplysningerne gives for hver enkelt virksomhed, idet summen af virksomhedernes nettoomsætning skal opfylde minimumskravet. Hvis tilbudsgiver er en sammenslutning af virksomheder, skal der gives fuldmagt til en person, der bemyndiges til at tegne sammenslutningen. Samtlige deltagende virksomheder hæfter solidarisk for kontraktens opfyldelse. Hvis tilbudsgiver baserer sig på andre enheders formåen (fx underleverandører eller andre enheder i koncernen), skal tilbudsgiver godtgøre, at de har ret til at råde over de nødvendige ressourcer hos disse enheder. Dette skal ske ved at fremlægge tilsagn fra disse enheder i form af en erklæring om solidarisk hæftelse. Der ønskes ikke økonomiske og finansielle oplysninger om øvrige planlagte underleverandører, hvis økonomiske og finansielle kapacitet tilbudsgiveren ikke baserer sig på med henblik på at opfylde minimumskravet. _________________________________________________________________________________ Minimumskrav til egnethed: Nettoomsætning for seneste regnskabsår skal være mindst 100 mio. DKK. Criterion: References on specified works Description: Tilbudsgiver skal i ESPD eller i et særskilt bilag beskrive referencer, der dokumenterer, at minimumskravene under nærværende punkt er opfyldt. Beskrivelsen skal omfatte projektnavn, kontraktform for virksomhedens egen kontrakt (hoved-, fag- eller totalentreprise), ordregiver, kontraktsum, udførelsesperiode samt beskrivelse af projektet. Ved igangværende referencer skal det beskrives, hvor stor en del af opgaven, der er gennemført. Der ønskes ikke referencer på fremtidige opgaver. Der ønskes maksimalt 5 referencer. Det maksimale antal referencer gælder det samlede antal referencer for tilbudsgiver og de virksomheder, som tilbudsgiver baserer sin formåen på. Hvis tilbudsgiver er en sammenslutning af virksomheder, skal der afleveres en referenceliste for hver virksomhed, idet virksomhedernes samlede referencer skal opfylde minimumskravet. Hvis tilbudsgiver baserer sig på andre enheders formåen (fx underleverandører eller andre enheder i koncernen), skal tilbudsgiver godtgøre, at tilbudsgiver råder over de nødvendige ressourcer hos disse enheder. Dette skal ske ved at fremlægge tilsagn fra disse enheder om deres forpligtelser i så henseende. Tilsagn kan gives ved enhedens udfyldelse af felt hertil i ESPD og underskrift af ESPD. Hvis tilbudsgiver baserer sig på andre enheders tekniske og faglige kapacitet, henledes opmærksomheden på udbudsloven, § 144, stk. 3. Der ønskes ikke tekniske og faglige oplysninger om øvrige planlagte underleverandører, hvis tekniske og faglige kapacitet tilbudsgiveren ikke baserer sig på med henblik på at opfylde minimumskravet. ___________________________________________________________________________________ Minimumskrav til egnethed: - Erfaring med udførelse af vejanlæg (jord-, afvandings- og belægningsarbejder) indenfor de seneste 5 år. - Erfaring med udførelse af in-situ støbte betonkonstruktioner, i form af nyanlæg af broer eller udvidelse af broer eller etablering af svømmebassiner, parkeringskældre eller andre større kælderanlæg, indenfor de seneste 5 år. - Erfaring med projektering af støjskærme indenfor de seneste 5 år. Hvis projekteringen varetages af en underleverandør/rådgiver, skal denne opfylde minimumskravet. Se udbudsloven §144, stk. 5, §155, nr. 3 og §177. - Erfaring med opsætning af støjskærme langs veje i drift indenfor de seneste 5 år. - Erfaring med udførelse af trafikafvikling på motorvej i drift indenfor de seneste 7 år. - Erfaring med gennemførelse af minimum én entreprise indenfor anlægsområdet med en kontraktsum på minimum 100 mio. kr., ekskl. moms., indenfor de seneste 7 år. 5.1.10. Award criteria Criterion: Type: Price Description: Kriterium for tildeling er pris Weight (percentage, exact): 100 5.1.11. Procurement documents Languages in which the procurement documents are officially available: Danish Address of the procurement documents: https://udbudsportalen.app.vd.dk/da/forthcoming?showDetails=46f78a2e-a7d1-44ac-87b1-7bb982ac59f9 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://bookshelf.ibinder.com/etendering/5aa64596-8a1b-46bc-8ea3-ee0f7628d82d/tenders/J3A4YHOO0/public Languages in which tenders or requests to participate may be submitted: Danish Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 04/12/2024 11:00:00 (UTC+1) Deadline until which the tender must remain valid: 2 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: Udbudsmaterialet indeholder en arbejdsklausul iht. Cirkulære nr. 9471 af 30. juni 2014 om arbejdsklausuler i offentlige kontrakter. Udbudsmaterialet indeholder krav om, at leverandøren skal anvende personer under oplæring. Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Information about review deadlines: I henhold til lov om Klagenævnet for Udbud gælder følgende frister for indgivelse af klage: Klage over ikke at være blevet prækvalificeret skal være indgivet til Klagenævnet for Udbud inden 20 kalenderdage fra dagen efter afsendelse af en underretning til de berørte ansøgere om, hvem der er blevet udvalgt, jf. udbudslovens § 171, stk. 2, eller klagenævnslovens § 2, stk. 1, nr. 1, når underretningen er ledsaget af en begrundelse for beslutningen. I andre situationer skal klage over udbud være indgivet til Klagenævnet for Udbud inden: 1. 45 kalenderdage efter, at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort. 2. 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen. 3. seks måneder efter, at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. klagenævnslovens § 2, stk. 2, eller udbudslovens § 171, stk. 4. 4. 20 kalenderdage regnet fra dagen efter, ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2. Senest samtidig med, at en klage indgives til Klagenævnet for Udbud, skal klageren skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. klagenævnslovens § 6, stk. 4. I tilfælde, hvor klagen ikke er indgivet i standstill-perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen, jf. klagenævnslovens § 12, stk. 1. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Klagenævnet for udbud Organisation providing more information on the review procedures: Konkurrence- og Forbrugerstyrelsen TED eSender: Publications Office of the European Union 8. Organisations 8.1. ORG-0001 Official name: Vejdirektoratet Registration number: 60729018 Department: Anlægsdivisionen Postal address: Carsten Niebuhrs Gade 43, 5. sal Town: København V Postcode: 1577 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Contact point: John Kjærsgaard Email: jkj@vd.dk Telephone: +45 7244 3333 Internet address: https://www.vejdirektoratet.dk/ Information exchange endpoint (URL): https://udbudsportalen.app.vd.dk/da/ Buyer profile: https://udbudsportalen.app.vd.dk/da/ Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Klagenævnet for udbud Registration number: 37795526 Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postcode: 8800 Country subdivision (NUTS): Vestjylland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone: +45 7240 5600 Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ Roles of this organisation: Review organisation 8.1. ORG-0003 Official name: Konkurrence- og Forbrugerstyrelsen Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Email: kfst@kfst.dk Telephone: +45 41 71 50 00 Internet address: https://kfst.dk/ Roles of this organisation: Organisation providing more information on the review procedures 8.1. ORG-0000 Official name: Publications Office of the European Union Registration number: PUBL Town: Luxembourg Postcode: 2417 Country subdivision (NUTS): Luxembourg (LU000) Country: Luxembourg Email: ted@publications.europa.eu Telephone: +352 29291 Internet address: https://op.europa.eu Roles of this organisation: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 4a0eac3d-62cb-417e-b8c3-6995412221b9 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 07:00:42 (UTC) Languages in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 626773-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626773-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626773-2024/pdf German document download: https://ted.europa.eu/de/notice/626773-2024/pdf Greek document download: https://ted.europa.eu/el/notice/626773-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626773-2024/pdf English document download: https://ted.europa.eu/en/notice/626773-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626773-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/626773-2024/pdf French document download: https://ted.europa.eu/fr/notice/626773-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/626773-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626773-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626773-2024/pdf Italian document download: https://ted.europa.eu/it/notice/626773-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626773-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/626773-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626773-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/626773-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626773-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/626773-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626773-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/626773-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626773-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626773-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/626773-2024/pdf 626773-2024 - Competition Competition Denmark: Construction work 6070.204 Vestvejen – Silkeborgvej, st. 128,500 – 134,200, Extension of E45 Vejle - Skanderborg Denmark, East Jutland (DK042) Estimated value excluding VAT: DKK 625,000,000.00 Type of procedure: Open Buyer Buyer: Vejdirektoratet Email: jkj@vd.dk Denmark, City of Copenhagen (DK011) , Copenhagen V LOT-0001: See point 2.1. Construction, foundation and surface works for highways, roads Start date: 06/01/2025 Duration: 28 Months Deadline for receipt of tenders: 04/12/2024 - 11:00:00 (UTC+1) 626773-2024 - Competition Denmark – Construction work – 6070.204 Vestvejen – Silkeborgvej, st. 128,500 – 134,200, Extension of E45 Vejle - Skanderborg OJ S 202/2024 16/10/2024 Contract or concession notice – standard regime Works 1. Buyer 1.1. Buyer Official name: Vejdirektoratet Email: jkj@vd.dk Legal type of the buyer: Central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: 6070.204 Vestvejen – Silkeborgvej, st. 128,500 – 134,200, Extension of E45 Vejle - Skanderborg Description: This contract is part of the project 6070 Extension of E45 Vejle - Skanderborg, which is part of the Infrastructure Plan 2035. The undertaking mainly includes lateral extension of approx. 6 km of motorway from 2 to 3 lanes, new construction of 1.2 km of motorway, 0.6 km of main road, 8 ramps, 0.2 km of municipal roads and 0.25 km of shunts. In addition, there must, among other things, 3 road overpasses, 3 fauna crossings, side extension of a path underpass and permanently anchored sheet piling along the motorway on both sides of the Kællingegravene will be established. The contract also includes demolition and demolition work. Procedure identifier: 2007c277-231d-409d-bf93-af9a0f217c08 Type of procedure: Open The procedure is accelerated: no 2.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45000000 Construction work 2.1.2. Place of performance Country subdivision (NUTS): East Jutland (DK042) Country: Denmark Additional information: The undertaking is carried out in Region Central Jutland, Hedensted and Horsens Municipality. 2.1.3. Value Estimated value excluding VAT: DKK 625,000,000.00 2.1.4. General information Additional information: Offers must be submitted in Danish, but annexes regarding conditions for participation are accepted in Danish, English, Norwegian and Swedish. Any questions should be sent to the e-mail address listed in the tender documents, regulations on tenders and offers, section 4. Questions and answers will be made available at the internet address listed under point 5.1.11. Legal basis: Directive 2014/24/EU Procurement Act - https://www.retsinformation.dk/eli/lta/2023/10 2.1.6. Grounds for exclusion Sources of grounds for exclusion: Notice Participation in a criminal organisation: See section 135 of the Public Procurement Act. 1, no. 1. Corruption: See section 135 of the Public Procurement Act, subsection 1, no. 2. Fraud: See the Public Procurement Act § 135, subsection 1, no. 3. Terrorist offenses or offenses linked to terrorist activities: See the Public Procurement Act § 135, subsection 1, no. 4. Money laundering or terrorist financing:See section 135, subsection of the Public Procurement Act. 1, no. 5. Child labor and other forms of trafficking in human beings: See the Procurement Act § 135, subsection 1, no. 6. Breaching obligation relating to payment of taxes: See the Public Procurement Act § 135, subsection 3. Breaching obligation relating to payment of social security contributions: See section 135 of the Public Procurement Act. 3. Conflict of interest due to its participation in the procurement procedure: See section 136 of the Public Procurement Act. 1, no. 1. Direct or indirect involvement in the preparation of this procurement procedure: See the Public Procurement Act § 136, subsection 1, no. 2. Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure: See section 136 of the Public Procurement Act, subsection 1, no. 3. Grave professional misconduct: See section 136 of the Public Procurement Act. 1, no. 4. Bankruptcy: See section 137, subsection of the Public Procurement Act. 1, no. 2. Analogous situation like bankruptcy under national law: See section 137 of the Public Procurement Act. 1, no. 2. Insolvency: See section 137, subsection of the Public Procurement Act. 1, no. 2. Assets being administered by liquidator: See section 137, subsection of the Public Procurement Act. 1, no. 2. Arrangement with creditors: See section 137, subsection of the Public Procurement Act. 1, no. 2. Business activities are suspended: See the Public Procurement Act § 137, subsection 1, no. 2. _____________________________________________________________________________ DOCUMENTATION: When tendering, the tenderer must complete the common European tendering document (ESPD) as preliminary proof of not being covered by the grounds for exclusion. The tenderer with whom the contracting authority intends to enter into a contract must, before awarding the contract, send a service certificate from the Danish Business Authority or similar documentation, cf. section 135(1) of the Public Procurement Act. 1-3 and § 137, subsection 1, no. 2. The documentation must meet the requirements of § 153, and it must not be more than 6 months old. The above-mentioned documentation must also be submitted for entities (subcontractors/subadvisors/subcontractors) on which the tenderer has based its economic and financial capacity or technical and professional capacity in order to meet minimum requirements. __________________________________________________________________________________ PROCUREMENT ACT § 134a: In addition to the above grounds for exclusion, attention is drawn to § 134a of the Public Procurement Act, which means that the contracting authority must exclude tenderers who are established in a country that is on the EU list of non-cooperative tax jurisdictions and has not acceded to the GPA agreement or other trade agreements which are binding for Denmark. 5. Lot 5.1. Lot: LOT-0001 Title: See point 2.1. Description: See point 2.1. Internal identifier: 6070.204 5.1.1. Purpose Main nature of the contract: Works Main classification (cpv): 45233000 Construction, foundation and surface works for highways, roads 5.1.3. Estimated duration Start date: 06/01/2025 Duration: 28 Months 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds.The procurement is covered by the Government Procurement Agreement (GPA): yes 5.1.9. Selection criteria Sources of selection criteria: Notice Criterion: General annual turnover Description: The tenderer must state the company's net turnover for the most recent financial year in the completed "Common European Tender Document" (ESPD). The intended winner of the tender must, before awarding, submit 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, the information must be provided 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 units (e.g. subcontractors or other units in the group), the tenderer must prove that they have the right to dispose of 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. Economic and financial information is not 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: Net turnover for the most recent financial year must be at least DKK 100 million. DKK. Criterion: References on specified works Description: The tenderer must describe in the ESPD or in a separate annex references that document that the minimum requirements under this point have been met. The description must include project name, form of contract for the company's own contract (main, specialist or turnkey contract), client, contract sum, execution period and description of the project. In the case of ongoing references, it must be described how large a part of the task has been completed. References for future assignments are not desired. A maximum of 5 references is required. The maximum number of references applies to the total number of references for the tenderer and the companies on which the tenderer bases its ability. If the tenderer is an association of companies, a list of references must be submitted for each company, as the companies' total references must meet the minimum requirement. If the tenderer relies on the capabilities of other units (e.g. subcontractors 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 about their obligations in this regard.Commitments can be given by the unit filling in the appropriate field in the ESPD and signing the ESPD. If the tenderer relies on the technical and professional capacity of other entities, attention is drawn to the Public Procurement Act, § 144, subsection 3. Technical and professional information is not requested about other planned subcontractors whose technical and professional capacity the tenderer does not rely on in order to meet the minimum requirement. ___________________________________________________________________________________ Minimum requirements for suitability: - Experience in carrying out road construction (earthworks, drainage and paving works) within the last 5 years. - Experience with the execution of in-situ cast concrete structures, in the form of new construction of bridges or expansion of bridges or establishment of swimming pools, parking garages or other large basement facilities, within the last 5 years. - Experience with designing noise screens within the past 5 years. If the design is handled by a subcontractor/consultant, this must meet the minimum requirement. See §144, subsection of the Public Procurement Act. 5, §155, no. 3 and §177. - Experience with setting up noise screens along roads in operation within the last 5 years. - Experience of performing traffic management on motorways in operation within the past 7 years. - Experience of carrying out at least one contract within the construction area with a contract sum of at least DKK 100 million. DKK, excl. VAT., within the last 7 years. 5.1.10. Award criteria Criterion: Type: Price Description: Award criteria is price Weight (percentage, exact): 100 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: Danish Address of the procurement documents: https://udbudsportalen.app.vd.dk/da/forthcoming?showDetails=46f78a2e-a7d1-44ac-87b1-7bb982ac59f9 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://bookshelf.ibinder.com/etendering/5aa64596-8a1b-46bc-8ea3-ee0f7628d82d/tenders/J3A4YHOO0/public Languages ​​in which tenders or requests to participate may be submitted: Danish Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 04/12/2024 11:00:00 (UTC+1) Deadline until which the tender must remain valid: 2 Months Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: The tender material contains an employment clause in accordance with Circular No. 9471 of 30 June 2014 on employment clauses in public contracts. The tender documents contain requirements that the supplier must use people undergoing training. Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Information about review deadlines: According to the Act on the Complaints Board for Tenders, the following deadlines apply for submitting complaints:Complaints about not having been prequalified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending a notification to the affected applicants about who has been selected, cf. section 171, subsection of the Tender Act. 2, or section 2, subsection of the Appeals Board Act. 1, no. 1, when the notification is accompanied by a justification for the decision. In other situations, a complaint about a tender must be submitted to the Complaints Board for Tenders within: 1. 45 calendar days after the contracting authority has published an announcement 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. 3. six months after the contracting authority has entered into a framework agreement, calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers, cf. section 2 of the Danish Appeals Board Act. 2, or § 171, subsection of the Public Procurement Act. 4. 4. 20 calendar days counted from the day after the contracting authority has communicated its decision, cf. Section 185, subsection of the Public Procurement Act. 2. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period, cf. section 6, subsection of the Complaints Board Act. 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. Section 12, subsection of the Complaints Board Act. 1. 5.1.15. Techniques Framework agreement: No framework agreement Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Klagenævnet for tenders Organization providing more information on the review procedures: The Danish Competition and Consumer Authority TED eSender: Publications Office of the European Union 8. Organizations 8.1. ORG-0001 Official name: Vejdirektoratet Registration number: 60729018 Department: Anlægsdivisionen Postal address: Carsten Niebuhrs Gade 43, 5. sal Town: København V Postcode: 1577 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Contact point: John Kjærsgaard Email: jkj@vd.dk Telephone: +45 7244 3333 Internet address: https://www.vejdirektoratet.dk/ Information exchange endpoint (URL): https://udbudsportalen.app.vd.dk/da/ Buyer profile : https://udbudportalen.app.vd.dk/da/ Roles of this organization: Buyer 8.1. ORG-0002 Official name: Klagenævnet for tenders Registration number: 37795526 Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postcode: 8800 Country subdivision (NUTS): Vestjylland (DK041) Country: Denmark Email: klfu@naevneneshus.dk Telephone:+45 7240 5600 Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ Roles of this organization: Review organization 8.1. ORG-0003 Official name: Competition and Consumer Agency Registration number: 10294819 Postal address: Carl Jacobsens Vej 35 Town: Valby Postcode: 2500 Country subdivision (NUTS): Byen København (DK011) Country: Denmark Email: kfst@kfst.dk Telephone: +45 41 71 50 00 Internet address: https://kfst.dk/ Roles of this organization: Organization providing more information on the review procedures 8.1. ORG-0000 Official name: Publications Office of the European Union Registration number: PUBL Town: Luxembourg Postcode: 2417 Country subdivision (NUTS): Luxembourg (LU000) Country: Luxembourg Email: ted@publications.europa.eu Telephone: +352 29291 Internet address: https://op.europa.eu Roles of this organization: TED eSender 11. Notice information 11.1. Notice information Notice identifier/version: 4a0eac3d-62cb-417e-b8c3-6995412221b9 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 15/10/2024 07:00:42 (UTC) Languages ​​in which this notice is officially available: Danish 11.2. Publication information Notice publication number: 626773-2024 OJ S issue number: 202/2024 Publication date: 16/10/2024 Czech document download: https://ted.europa.eu/cs/notice/626773-2024/pdf Danish document download: https://ted.europa.eu/da/notice/626773-2024/pdf German document download: https://ted.europa.eu/de/notice/626773-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/626773-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/626773-2024/pdf English document download: https://ted. europa.eu/en/notice/626773-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/626773-2024/pdf Finnish document download: https://ted.europa.eu/ fi/notice/626773-2024/pdf French document download: https://ted.europa.eu/fr/notice/626773-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/ 626773-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/626773-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/626773-2024/ pdf Italian document download: https://ted.europa.eu/it/notice/626773-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/626773-2024/pdf Latvian document download : https://ted.europa.eu/lv/notice/626773-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/626773-2024/pdf Dutch document download: https:/ /ted.europa.eu/nl/notice/626773-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/626773-2024/pdf Portuguese document download: https://ted.europa .eu/pt/notice/626773-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/626773-2024/pdf Slovak document download: https://ted.europa.eu/sk /notice/626773-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/626773-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/626773-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/ notice/626773-2024/pdf
NAICS
Business Highway Highway Scenic and Sightseeing Transportation InformationT Highway
CPVS
Foundation work Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Mains Construction, foundation and surface works for highways, roads Foundation work for highways, roads, streets and footpaths Construction work for highways, roads System, storage and content management software development services Vats Cotton wool
UNSPSC
House Business cases Sales tax Trade agreements
Regions
Europe Northern Europe Western Europe
Sectors
Civil Works Building Roads and Highways-Bridge Roadways Construction Energy-Power and Electrical Computer Hardwares and Consumables Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert