23948sdkhjf

Fakta om udbudet

EU-nr
2014/S 236-415922
Offentliggjort
08.12.2014
Udbudstype
Udbud efter forhandling

Bestilling af materiale

Til
07.01.2015 Kl. 12:00

Addresse
Copenhagen Airports A/S
Lufthavnsboulevarden 6
For the attention of: Hans Grundtvig Lindrum
2770 Kastrup
Telephone: +45 31125788
E-mail: hans.lindrum@cph.dk

Anmodning om deltagelse

Til
12.01.2015 Kl. 12:00

Addresse
Copenhagen Airports A/S
Lufthavnsboulevarden 6
For the attention of: Hans Grundtvig Lindrum
2770 Kastrup
Telephone: +45 31125788
E-mail: hans.lindrum@cph.dk

Udbyder

Copenhagen Airports A/S

Vindere

(19.06.2015)
Per Aarsleff A/S
Industriholmen 2
2650 Hvidovre

Opdateringer

Rettelse
(12.12.2014)

I stedet for:

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The contract may be awarded to a single candidate or a consortium (or a special purpose vehicle formed by a consortium), but in the case of a consortium liability will be joint and several. Each member of the consortium shall submit a signed statement of personal, joint and several liability. Statement form is available from the contracting entity.
Læses:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The contract may be awarded to a single candidate or a consortium (or a special purpose vehicle formed by a consortium), but in the case of a consortium liability will be joint and several. Each member of the consortium shall submit a signed statement of joint and several liability. Statement form is available from the contracting entity.

Renovation of Runway 04R/22L including side extension of shoulders (Rettet)


Copenhagen Airports A/S

Works
Directive 2004/17/EC

Section I: Contracting entity


I.1)

Name, addresses and contact point(s)


Copenhagen Airports A/S
Lufthavnsboulevarden 6
For the attention of: Hans Grundtvig Lindrum
2770 Kastrup
DENMARK
Telephone: +45 31125788
E-mail: hans.lindrum@cph.dk

Internet address(es):

General address of the contracting entity: http://www.cph.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)


I.2)

Main activity

Airport-related activities



I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no



Section II: Object of the contract


II.1)

Description


II.1.1)

Title attributed to the contract by the contracting entity:

Renovation of Runway 04R/22L including side extension of shoulders.



II.1.2)

Type of contract and location of works, place of delivery or of performance

Works
Execution
Main site or location of works, place of delivery or of performance: Copenhagen Airports.

NUTS code DK012


II.1.3)

Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract



II.1.4)

Information on framework agreement


II.1.5)

Short description of the contract or purchase(s):

The contract covers renovation of Runway 04R/22L including side extension of the shoulders.
The construction work approximately includes the following:
— Asphalt pavement 15.000 - 20.000 tons,
— Asphalt milling 150.000 m²,
— Rainwater drainage 5.500 m pipe and 100 wells,
— Soil and tarrain work 90.000 - 110.000 m³,
— Gravel work 20.000 - 35.000 m³,
— Electrical works.



II.1.6)

Common procurement vocabulary (CPV)


45235200


II.1.7)

Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes



II.1.8)

Information about lots

This contract is divided into lots: no



II.1.9)

Information about variants


II.2)

Quantity or scope of the contract


II.2.1)

Total quantity or scope:

Estimated value excluding VAT
Range: between 80 000 000 and 110 000 000 DKK



II.2.2)

Information about options

Options: no



II.2.3)

Information about renewals

This contract is subject to renewal: no



II.3)

Duration of the contract or time limit for completion

Starting 18.5.2015 Completion 16.10.2015



Section III: Legal, economic, financial and technical information


III.1)

Conditions relating to the contract


III.1.1)

Deposits and guarantees required:

The contracting entity reserves the rights to require guarantees. Will appear from the tender documents.



III.1.2)

Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The terms concerning financing and payments will be set out in the tender documents.



III.1.3)

Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The contract may be awarded to a single candidate or a consortium (or a special purpose vehicle formed by a consortium), but in the case of a consortium liability will be joint and several. Each member of the consortium shall submit a signed statement of personal, joint and several liability. Statement form is a available from the contracting entity.



III.1.4)

Other particular conditions:

The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The candidate must provide general and product liability insurance with a minimum coverage of DKK 10 000 000 for property damage and personal injury.
Employees working in the airport s restricted area shall obtain security clearance.



III.2)

Conditions for participation


III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: To be eligible for participating in this contract award procedure a certificate or declaration duly signed demonstrating that the candidates are not in any of the situations listed in Article 45 of Directive 2004/18/EC must be provided.
Any candidate who is found by the contracting entity to be guilty of misrepresentation in providing any information required as a condition of participation in the tender procedure or fails to supply information, may be declared ineligible and will not be selected to continue in the process.
Declaration form is available from the contracting entity.



III.2.2)

Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: The candidates must have the economic and financial capacity to perform the tasks covered in the contract.
The following minimum requirement apply:
— Minimum equity DKK 50 000 000 (recent financial year),
— Minimum annual total turnover on works similar to the work of the tender of DKK 300 000 000 (average within the past 3 years).
The following documents must be provided as evidence of economic and financial capacity:
— Statement of the total turnover, revenue before taxes, equity and total assets covering the past 3 completed financial years. The statement shall point out the part of the total turnover, that is related to construction works performed as a main contractor.
If the candidate is a consortium, the above mentioned information shall be provided by all participants.



III.2.3)

Technical capacity

Information and formalities necessary for evaluating if the requirements are met: The candidates must have the technical and professional capacity to perform the tasks covered by the contract.
The following minimum requirement apply:
Minimum one construction work reference with a minimum sum of DKK 100 000 000.
1. A concise description of the candidate s business including an organization chart, name of the company, contact information, ownership, CVR number and the responsible contact person (max. 2 A4 pages).
2. An overview of the candidate s personnel and manpower resources on average within the past 3 years — categorized in accordance with educational and professional qualifications. Furthermore an overview of relevant equipment.
3. A description of the candidate s QA-system and environmental management system.
If the candidate is a consortium, the above mentioned information shall be provided by all participants.
4. An indication of the portion of the contract that the candidate intends possibly to subcontract.
5. A list of the 6 most relevant works carried out by the candidate within the past 5 years, detailing the scope and nature, time of delivery, the value of the contract, the amount of work subcontracted and contact information of the recipients. By relevant works means construction work of a similar size and complexity, and preferably performed in airports or equivalent areas with constrained execution possibilities (max. 1 A4 page per reference).
If the candidate is a consortium the max. are 6 references no matter the amount of participants.



III.2.4)

Information about reserved contracts


III.3)

Conditions specific to services contracts


III.3.1)

Information about a particular profession


III.3.2)

Staff responsible for the execution of the service


Section IV: Procedure


IV.1)

Type of procedure


IV.1.1)

Type of procedure

Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no



IV.2)

Award criteria


IV.2.1)

Award criteria

The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate



IV.2.2)

Information about electronic auction

An electronic auction will be used: no



IV.3)

Administrative information


IV.3.1)

File reference number attributed by the contracting entity:


IV.3.2)

Previous publication(s) concerning the same contract

no



IV.3.3)

Conditions for obtaining specifications and additional documents

Time limit for receipt of requests for documents or for accessing documents: 7.1.2015 - 12:00
Payable documents: no



IV.3.4)

Time limit for receipt of tenders or requests to participate

12.1.2015 - 12:00



IV.3.5)

Language(s) in which tenders or requests to participate may be drawn up

Danish. English.



IV.3.6)

Minimum time frame during which the tenderer must maintain the tender


IV.3.7)

Conditions for opening of tenders


Section VI: Complementary information


VI.1)

Information about recurrence

This is a recurrent procurement: no



VI.2)

Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: no



VI.3)

Additional information:

The additional documents mentioned in IV.3.3 only consist of the consortium form mentioned in III.1.3 and the declaration form mentioned in III.2.1.
Minimum 3 and maximum 5 candidates will be selected to participate. The most qualified candidates will be selected, based on the information regarding technical capacity in accordance with III.2.3, 2, 4 and 5.
The expected duration of the work on site is 6 weeks divided between July and august 2015, where the runway is closed. The time before July will mainly consist of planning and mobilisation. After august, the documentation and the finishing work will be carried out. There is a possibility that the duration of the work on site will be extended with up to 3 weeks. The exact duration and the time of execution will appear from the tender material.
The language used in the tender procedure (including tender material, proposals, negotiations and contract) will be Danish.
Requests to participate shall be sent/delivered in 2 hard copied clearly marked ‘EU-tender — Renovation of Runway 04R/22L including side extension of the shoulders’.



VI.4)

Procedures for appeal


VI.4.1)

Body responsible for appeal procedures


Klagenævnet for Udbud
Dahlerups Pakhus Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: www.klfu


VI.4.2)

Lodging of appeals


Precise information on deadline(s) for lodging appeals: Information on the Danish complaint system can be found at the following address: http://www.kfst.dk/offentligkonkurrence/klager-over-udbud


VI.4.3)

Service from which information about the lodging of appeals may be obtained


Konkurrence- og Forbrugerstyrelsen
Carls Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715100
Internet address: www.kfst.dk


VI.5)

Date of dispatch of this notice:

2.12.2014

Send til en kollega

0.094