RE-TENDER - Centre for Coastal Nature and Sport Fishing, Assens Harbour (dissemination)

The present re-tender deals with concept proposals for exhibition and experience design at the National Centre for Coastal Nature and Sport Fishing at the Middle Pier at Assens Harbour. The project is tendered as a turnkey contract. The Centre for Coastal Nature and Sport Fishing will be an experience centre …

CPV: 32321200 Audiovisuelle Geräte, 39154000 Messeeinrichtungen, 45000000 Bauarbeiten, 71200000 Dienstleistungen von Architekturbüros, 71530000 Beratung im Bauwesen, 92520000 Dienstleistungen von Museen und zugehörige Dienste, 92521100 Museumsausstellungen
Ausführungsort:
RE-TENDER - Centre for Coastal Nature and Sport Fishing, Assens Harbour (dissemination)
Vergabestelle:
Assens Municipality
Vergabenummer:
1

1. Buyer

1.1 Buyer

Official name : Assens Municipality
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : RE-TENDER - Centre for Coastal Nature and Sport Fishing, Assens Harbour (dissemination)
Description : The present re-tender deals with concept proposals for exhibition and experience design at the National Centre for Coastal Nature and Sport Fishing at the Middle Pier at Assens Harbour. The project is tendered as a turnkey contract. The Centre for Coastal Nature and Sport Fishing will be an experience centre which, through experiences and stories about the sea, coasts, lakes, streams, fish and angling, will make visitors marvel at life beneath the water's surface, and which will make visitors want to try their hand at unique nature experiences. We are looking for a turnkey contractor who can deliver a strong and inspiring concept, thereby creating an attraction of international class. A concluded design competition has defined the building framework for the centre, which will have a beautiful location in the transition between the market town (Assens), the coast (the Little Belt) and the coastal landscapes (the Funen archipelago). The centre is expected to open spring 2027. Reference is also made to the tender documents, which comprise a detailed description of the project.
Procedure identifier : 3eea7c84-d2d9-40c3-86c6-fee54dac67f6
Previous notice : 537545-2024
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tender is conducted as a restricted tender in accordance with the Public Procurement Act §§ 58-60. This procurement procedure involves dividing the process into two phases: (i) a prequalification phase and (ii) a tender phase. In the initial prequalification phase, any company can apply for prequalification on the basis of the tender notice. After the application deadline, the Client will select the companies that are best suited to submit tenders for the task. In the subsequent tender phase, the applicants selected by the Client in the prequalification phase will be invited to submit a tender for the project by submitting a proposed solution.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 92520000 Museum services and preservation services of historical sites and buildings
Additional classification ( cpv ): 92521100 Museum-exhibition services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 39154000 Exhibition equipment

2.1.2 Place of performance

Postal address : Nordre Havnevej
Town : Assens
Postcode : 5610
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 15 500 000 Danish krone

2.1.4 General information

Additional information : Pursuant to section 134a of the Danish Public Procurement Act, the Client must exclude a candidate or tenderer from participation in the tender procedure if the applicant or tenderer is established in a country that is included on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements obliging Denmark to open the market for public contracts to tenderers established in that particular country. The client will ensure the absence of the exclusion ground prior to the award decision. The client further draws attention to the fact that pursuant to Article 5k of Council Regulation (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia's actions destabilising the situation in Ukraine ('the Regulation'), a ban on awarding contracts to Russian companies and Russian-controlled companies, etc. applies. The prohibition also applies to the award of contracts to tenderers using supporting entities or sub-consultants covered by Article 5k of the Regulation if the value of the deliveries of such a supporting entity or sub-consultant accounts for more than 10 % of the value of the contract. The client may therefore, at any stage of the procurement process, require applicants and tenderers to document that they are not in a situation falling within the scope of Article 5k of the Regulation. In this connection, the Client may ask candidates or tenderers to sign the declaration of honour attached to the tender documents regarding the absence of this connection.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : RE-TENDER - Centre for Coastal Nature and Sport Fishing, Assens Harbour (dissemination)
Description : The present re-tender deals with concept proposals for exhibition and experience design at the National Centre for Coastal Nature and Sport Fishing at the Middle Pier at Assens Harbour. The project is tendered as a turnkey contract. The Centre for Coastal Nature and Sport Fishing will be an experience centre which, through experiences and stories about the sea, coasts, lakes, streams, fish and angling, will make visitors marvel at life beneath the water's surface, and which will make visitors want to try their hand at unique nature experiences. We are looking for a turnkey contractor who can deliver a strong and inspiring concept, thereby creating an attraction of international class. A concluded design competition has defined the building framework for the centre, which will have a beautiful location in the transition between the market town (Assens), the coast (the Little Belt) and the coastal landscapes (the Funen archipelago). The centre is expected to open spring 2027. Reference is also made to the tender documents, which comprise a detailed description of the project.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 71200000 Architectural and related services
Additional classification ( cpv ): 92520000 Museum services and preservation services of historical sites and buildings
Additional classification ( cpv ): 92521100 Museum-exhibition services
Additional classification ( cpv ): 71530000 Construction consultancy services
Additional classification ( cpv ): 32321200 Audio-visual equipment
Additional classification ( cpv ): 39154000 Exhibition equipment

5.1.2 Place of performance

Postal address : Nordre Havnevej
Town : Assens
Postcode : 5610
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Additional information : The centre will be established at the Middle Pier, Assens Harbour

5.1.3 Estimated duration

Duration : 30 Month

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : In accordance with section 49(2) of the Danish Public Procurement Act, the client has considered dividing the contract into two parts. In this connection, it is the Client's assessment that the realisation of the tendered project can be carried out most appropriately in two separate agreements: A consultancy contract for the design of the centre's buildings and its facilities, and a turnkey contract for the dissemination of the centre and its exhibitions. The present turnkey competition only concerns the dissemination in the turnkey of the centre's buildings and the facilities and hotspots located along the harbour.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Exhibition concept
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name :
Description : Functionality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Experience and organisation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 : Danish Complaints Board for Public Procurement -
Information about review deadlines : According to the Act on the Danish Complaints Board for Public Procurement, the following deadlines apply for filing a complaint: * Complaints about not having been prequalified must be submitted to the Danish Complaints Board for Public Procurement within 20 calendar days from the day following the sending of a notification to the affected applicants of who has been selected, cf. section 171 of the Danish Public Procurement Act, (2) or Section 2(1)(1) of the Danish Complaints Board Act, where the notification is accompanied by a statement of reasons for the decision. In other situations, an complaint against a call for competition must be filed with the Danish Complaints Board for Public Procurement before: (1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union announcing the award of a contract. The period shall begin on the day following that on which the notice was published. (2) 30 calendar days from the day following that on which the contracting entity notifies the tenderers concerned that a contract based on a framework agreement reopening competition or a dynamic purchasing system has been awarded, if the notification has given reasons for the decision. (3) six months after the contracting entity has concluded a framework agreement, counting from the day following the day on which the contracting entity notifies the candidates and tenderers concerned, cf. section 2(2) of the Danish Complaints Board Act or section 171(2) of the Danish Public Procurement Act. 4. (4) 20 calendar days from the day after the contracting entity has notified its decision, cf. section 185(2) of the Danish Public Procurement Act. At the latest at the same time as a complaint is filed with the Danish Complaints Board for Public Procurement, the complainant shall inform in writing the contracting entity that the complaint be submitted to the Danish Complaints Board for Public Procurement and whether the complaint was filed during the standstill period, cf. section 6(4) of the Danish Complaints Board Act. In cases where the complaint has not been filed during the standstill period, the complainant must also state whether suspensive effect of the complaint is requested, cf. section 12(1) of the Danish Complaints Board Act. At the same time as filing a complaint, a complaint fee of DKK 20,000 must be paid to the Danish Complaints Board for Public Procurement.
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority -

6. Results

Value of all contracts awarded in this notice : 15 500 000 Danish krone

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : TRIAS AVI SPÓŁKA Z OGRANICZONĄ ODPOWIEDZIALNOŚCIĄ
Tender :
Tender identifier : Konkurrenceforslag
Identifier of lot or group of lots : LOT-0001
Value of the tender : 15 500 000 Danish krone
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Indgået kontrakt
Date on which the winner was chosen : 18/12/2024
Date of the conclusion of the contract : 27/03/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 4
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5

8. Organisations

8.1 ORG-0001

Official name : Assens Municipality
Registration number : 29189692
Postal address : Rådhus Allé 5
Town : Assens
Postcode : 5610
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Contact point : Rasmus Kirk Christensen
Telephone : +45 51613982
Internet address : https://www.assens.dk/
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Danish Competition and Consumer Authority
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : https://kfst.dk/
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : TRIAS AVI SPÓŁKA Z OGRANICZONĄ ODPOWIEDZIALNOŚCIĄ
Size of the economic operator : Micro, small, or medium
Registration number : 1080013783
Postal address : 21 Kabaretowa st.
Town : Warsaw
Postcode : 01-942
Country subdivision (NUTS) : Miasto Warszawa ( PL911 )
Country : Denmark
Telephone : +48 22 839 49 35
Internet address : https://www.trias.pl/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

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
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 25298cf4-5534-4f99-804f-d1710b248e36 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 19/05/2025 07:57 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00324409-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025