Tender for a Design & Built contract regarding structures and civil works for the Kalvebod Passing Track (Sub-project 1)

On 4 April 2024, Folketinget (the Danish Parliament) passed a Law on the upgrading of the Øresund line, wherein it has been decided to construct two Passing Tracks at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to implement the project ’Passing Track Kalvebod’. Several preliminary investigations …

CPV: 44212410 Priboj, 45200000 Radovi na objektima ili dijelovima objekata visokogradnje i niskogradnje, 45221110 Građevinski radovi na mostu, 45221112 Građevinski radovi na željezničkom mostu, 45234100 Građevinski radovi na željezničkoj pruzi
mjesto izvršenja:
Tender for a Design & Built contract regarding structures and civil works for the Kalvebod Passing Track (Sub-project 1)
registar:
A/S Øresund
nagradni broj:
-

1. Buyer

1.1 Buyer

Official name : A/S Øresund
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Housing and community amenities
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Tender for a Design & Built contract regarding structures and civil works for the Kalvebod Passing Track (Sub-project 1)
Description : On 4 April 2024, Folketinget (the Danish Parliament) passed a Law on the upgrading of the Øresund line, wherein it has been decided to construct two Passing Tracks at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to implement the project ’Passing Track Kalvebod’. Several preliminary investigations have been carried out so far. The relevant material is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a restructuring of the Hammelstrupvej Bridge to accommodate four tracks as opposed to the current two tracks and the replacement of two footbridges across the line. The two new tracks will require the establishment of new traction power comprising gallows masts covering both tracks. The current neutral section must also be moved and pumping station 2 must undergo some reconstruction to accommodate the new tracks. Sheet piling must also be installed along the entire section to keep the earth embankment in place and provide room for the two tracks. The project Passing Track Kalvebod will be established in two sub-projects: Sub-Project 1 ”Structures and Civil Works” and Sub-Project 2 ”Track and Traction Power”. This tender concerns the Sub-Project 1. Sub-Project 1 will be particularly logistically complicated to execute in that the work will be carried out without direct access, in very little space, with difficult soil conditions and water and drainage challenges. Ac-cess for vehicles, cyclists and pedestrians must be ensured continuously throughout the construction period and special attention will need to be paid to neighbours and stakeholders in the area. Sub-Project 1 includes all construction and structural works for the passing tracks and bridges/footbridges (including geotechnical conditions for both slopes and structures, removal and relocation of soil, a new drainage system, bridge expansion and two new footbridges, the establishment of sheet piles, noise barriers, traction power systems, and signalling works (to be coordinated and executed by Banedanmark). As regards Sub-Project 1, A/S Øresund wishes to enter into a Design & Build Contract with one Design & Build Contractor. The Client also wants close collaboration with the Design & Build Contractor as regards the Project’s development, including the choice of subsolutions, options for alternative approaches to construction logistics, including the establishment of sheet piles and footbridges, the management of water and soil conditions and the options for sustainable and climate optimised solutions. It is on this basis that the Design & Build Contract will comprise an initial Collaboration and Project Development phase (hereinafter the CPD phase) and a detailed design and execution phase. The purpose of the CPD phase is to ensure the development of the project in a collaboration between the Design & Build Contractor and the Client, where the Design & Build Contractor, the Client and consultants together develop ideas and find solutions in accordance with the Client’s requirements and target price. See Appendix 5 of the CPD for further information about the CPD phase. On the basis of dialogue, collaboration and project development in Phase 1 (CPD phase cf. Appendix 5), the Design & Build Contractor shall submit a final fixed price for the Design & Build contract. The financial framework within which project development can take place (”Target price”) is DKK 330,000,000. For more details see the Design & Build contract. During the project development phase and following receipt of the Design & Build Contractor’s final offer, the Client may cancel the remainder of the agreement if the Design & Build Contractor’s total offer exceeds the Target Price. In this case, the Design & Build Contractor shall continue to receive remuneration for participation in the project development, see the Design & Build contract.
Procedure identifier : 3c96cfc8-86f3-4bc8-9a3f-93f61f0f91e8
Internal identifier : -
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure : The contracting entity may choose to award the contract on the basis of the first initial tender. If the contract is not awarded on the basis of the first initial tender, the contracting entity will conduct individual negotiation meetings with all tenderers who have submitted an initial tender within the deadline stated. The negotiations will be conducted in accordance with the principle of equal treatment, and all tenderers will be given the same amount of time for negotiations with the contracting entity. Successive stages are not used in order to limit the number of tenders to be negotiated. After the negotiations, the contracting entity may choose to issue revised tender documents for further initial or final tenders. The tenderers will be informed thereof at the same time with an invitation to submit an initial or final tender. The contracting entity reserves the right to award the agreement on the basis of the first initial tender. The contracting entity will not pay a participation fee to the tenderers. For further information on the process of the negotiations, reference is made to the tender specifications.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 44212410 Sheet piling
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45221110 Bridge construction work
Additional classification ( cpv ): 45221112 Railway bridge construction work

2.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 332 500 000 Danish krone

2.1.4 General information

Additional information : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifica-tions and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the can-didate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. The candidate shall submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications. Before the award decision is made, the tenderer to whom the contracting entity 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 an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Pursuant to the Danish Investment Screening Act ( https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether the tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity re-serves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic opera-tors and any subcontractors. It should be noted that the stated amount is the target price plus the fixed price for the CPD phase.
Legal basis :
Directive 2014/25/EU
Implementation of the Utilities Directive - The Utilities Directive (Directive 2014/25/EU) is implemented in Danish law by Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022), which also contains supplementary provisions.

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : see section 137(1), para (2) of the Danish Public Procurement Act.
Bankruptcy : see section 137(1), para (2) of the Danish Public Procurement Act.
Corruption : see section 135(1), para (2) of the Danish Public Procurement Act.
Arrangement with creditors : see section 137(1), para (2) of the Danish Public Procurement Act.
Participation in a criminal organisation : see section 135(1), para (1) of the Danish Public Procurement Act.
Money laundering or terrorist financing : see section 135(1), para (5) of the Danish Public Procurement Act.
Fraud : see section 135(1), para (3) of the Danish Public Procurement Act.
Child labour and other forms of trafficking in human beings : see section 135(1), para (6) of the Danish Public Procurement Act.
Insolvency : see section 137(1), para (2) of the Danish Public Procurement Act.
Assets being administered by liquidator : see section 137(1), para (2) of the Danish Public Procurement Act.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : see section 136, para (3) of the Danish Public Procurement Act.
Conflict of interest due to its participation in the procurement procedure : see section 136, para (1) of the Danish Public Procurement Act.
Direct or indirect involvement in the preparation of this procurement procedure : see section 136, para (2) of the Danish Public Procurement Act.
Guilty of grave professional misconduct : see section 136, para (4) of the Danish Public Procurement Act.
Payment of social security contributions : see section 135(3) of the Danish Public Procurement Act.
Business activities are suspended : see section 137(1), para (2) of the Danish Public Procurement Act.
Payment of taxes : see section 135(3) of the Danish Public Procurement Act.
Terrorist offences or offences linked to terrorist activities : see section 135(1), para (4) of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Udbud af totalentreprise om etablering af anlæg og konstruktioner til Overhalingsspor ved Kalvebod (Delprojekt 1)
Description : On 4 April 2024, Folketinget (the Danish Parliament) passed a Law on the upgrading of the Øresund line, wherein it has been decided to construct two Passing Tracks at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to implement the project ’Passing Track Kalvebod’. Several preliminary investigations have been carried out so far. The relevant material is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a restructuring of the Hammelstrupvej Bridge to accommodate four tracks as opposed to the current two tracks and the replacement of two footbridges across the line. The two new tracks will require the establishment of new traction power comprising gallows masts covering both tracks. The current neutral section must also be moved and pumping station 2 must undergo some reconstruction to accommodate the new tracks. Sheet piling must also be installed along the entire section to keep the earth embankment in place and provide room for the two tracks. The project Passing Track Kalvebod will be established in two sub-projects: Sub-Project 1 ”Structures and Civil Works” and Sub-Project 2 ”Track and Traction Power”. This tender concerns the Sub-Project 1. Sub-Project 1 will be particularly logistically complicated to execute in that the work will be carried out without direct access, in very little space, with difficult soil conditions and water and drainage challenges. Ac-cess for vehicles, cyclists and pedestrians must be ensured continuously throughout the construction period and special attention will need to be paid to neighbours and stakeholders in the area. Sub-Project 1 includes all construction and structural works for the passing tracks and bridges/footbridges (including geotechnical conditions for both slopes and structures, removal and relocation of soil, a new drainage system, bridge expansion and two new footbridges, the establishment of sheet piles, noise barriers, traction power systems, and signalling works (to be coordinated and executed by Banedanmark). As regards Sub-Project 1, A/S Øresund wishes to enter into a Design & Build Contract with one Design & Build Contractor. The Client also wants close collaboration with the Design & Build Contractor as regards the Project’s development, including the choice of subsolutions, options for alternative approaches to construction logistics, including the establishment of sheet piles and footbridges, the management of water and soil conditions and the options for sustainable and climate optimised solutions. It is on this basis that the Design & Build Contract will comprise an initial Collaboration and Project Development phase (hereinafter the CPD phase) and a detailed design and execution phase. The purpose of the CPD phase is to ensure the development of the project in a collaboration between the Design & Build Contractor and the Client, where the Design & Build Contractor, the Client and consultants together develop ideas and find solutions in accordance with the Client’s requirements and target price. See Appendix 5 of the CPD for further information about the CPD phase. On the basis of dialogue, collaboration and project development in Phase 1 (CPD phase cf. Appendix 5), the Design & Build Contractor shall submit a final fixed price for the Design & Build contract. The financial framework within which project development can take place (”Target price”) is DKK 330,000,000. For more details see the Design & Build contract. During the project development phase and following receipt of the Design & Build Contractor’s final offer, the Client may cancel the remainder of the agreement if the Design & Build Contractor’s total offer exceeds the Target Price. In this case, the Design & Build Contractor shall continue to receive remuneration for participation in the project development, see the Design & Build contract.
Internal identifier : -

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45234100 Railway construction works
Additional classification ( cpv ): 44212410 Sheet piling
Additional classification ( cpv ): 45200000 Works for complete or part construction and civil engineering work
Additional classification ( cpv ): 45221110 Bridge construction work
Additional classification ( cpv ): 45221112 Railway bridge construction work
Options :
Description of the options : The Contract includes an option relating to the installation of ballast beds for crossover (two points) as well as the installation of a driver’s platform, which is described in more detail in Program Phase Report, cf. Appendix 9 for access to the report and the description of the available technical material. See the Design & Build Contract.

5.1.2 Place of performance

Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 39 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 332 500 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Connecting Europe Facility (CEF) (2021/2027)
Identifier of EU funds : Acronym: 23-DK-TM-KALVEBOD-WORKS
Further details of EU funds : Projektnummer: 101158247 Acronym: 23-DK-TM-KALVEBOD-WORKS Call: CEF-T-2023-MILMOB Type Action: CEF-INFRA Project name: Increasing the railway freight and passenger capacity at Kalvebod to civilian and military dual use (Works)
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the contracting entity. For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Reference is made to the tender specifica-tions and appendix B for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the can-didate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. As its application, the candidate must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies. The candidate shall submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications. Before the award decision is made, the tenderer to whom the contracting entity 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 an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156 of the Danish Public Procurement Act, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. It should be noted that each candidate may only submit one application for prequalification. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the tender documents. Pursuant to the Danish Investment Screening Act ( https://www.retsinformation.dk/eli/lta/2023/1256) economic operators i) that are domiciled outside the EU or EFTA, or ii) are controlled by or subject to significant influence as defined in the Act from an entity domiciled in or a national of a country outside the EU or EFTA must apply to the Danish Business Authority for an authorisation to enter into a “special financial agreement” within a particularly sensitive sector or activity. The contracting entity has assessed that the conclusion of the contract may be subject to the authorisation requirement. The tenderer should clarify whether the tenderer’s conclusion of the contract will be subject to such requirement. Further details are available at https://businessindenmark.virk.dk/guidance/erst-activities-covered-by-the-investment-screening-act/Special-financial-agreements/. Attention is drawn to Article 5k in Regulation (EU) No 833/2014, as amended, which applies to the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1, for the precise definition of the operators that are subject to the prohibition). The contracting entity re-serves the right to require at any time during the tender process that the economic operators prove that they are not subject to the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the place of establishment and ownership of the economic opera-tors and any subcontractors. It should be noted that the stated amount is the target price plus the fixed price for the CPD phase.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Total annual turnover
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the candidates' total annual turnover in the three latest financial year(s) available. As a minimum requirement, a total annual turnover of at least DKK 660 million is required in each of the three latest annual report(s)/financial statement(s) available. If the candidate relies on the capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual report(s)/financial statement(s) available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual report(s)/financial statement(s) available. The information is to be stated in section IV.B of the ESPD. In this procedure, the candidate may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the per-formance of the contract. The ESPD serves as provisional documentation that the candidate fulfils the require-ments in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: A statement regarding the operator's overall turnover in the three latest annual report(s)/financial statement(s) available, depending on when the operator was established or started trading if the figures for this turnover are available. If the candidate participates as a group of operators (e.g., a consortium) or relies on the economic and financial capacity of other entities, the documentation must be submitted for each entity as well.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Equity
Description : The candidate must submit the European Single Procurement Document ("ESPD") with the candidates equity in the latest financial year(s) available. As a minimum requirement, an equity is required of at least DKK 50 million in the latest annual report/financial statement available. If the candidate relies on the capacities of other entities or participates as a goup of operators (e.g. a consortium), the equity is calculated as the total equity of the candidate and such other entities. The information is to be stated in section IV.B of the ESPD. In this procedure, the candidate may rely on the economic and financial capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their economic and financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the contract. The ESPD serves as provisional documentation that the candidate fulfils the requirements in respect of economic and financial capacity. Before the award decision is made, the candidate to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted: The operator's balance sheets or extracts from balance sheets in in the latest annual report/financial statement available, if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. If the candidate participates as a group of operators (e.g., a consortium) or relies on the economic and financial capacity of other entities, the documentation must be submitted for each entity as well.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : References
Description : The candidate must submit the ESPD with a list of the 5 most significant comparable works that the candidate has carried out in the latest 5 years before the expiry of the deadline for application. As a minimum requirement, the candidate must have documented experience within the last 5 years through one or more references with the following: • A railway project involving several of the following disciplines: sheet piling, constructions work along the railway, earthworks, drainage and railway safety • A construction project carried out near an operational railway • A construction project related to the railway, including the construction of a bridge over the railway Only references relating to works carried out at the time of the deadline for application will be given importance in the evaluation of whether the requirements regarding technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the works already performed at the time of the deadline for application will be included in the evaluation of the reference. Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the works to which the delivery relates and the candidates role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the custom-er (recipient). When indicating the date of the delivery, the candidate is requested to indicate the date of com-mencement and finalisation of the delivery. If this is not possible, for example if the tasks were per-formed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified. No more than 5 references may be stated, irrespective of whether the candidate is a single opera-tor, whether the candidate relies on the technical capacity of other entities, or is a group of opera-tors (e.g. a consortium). Where more than 5 references are stated, only the most recent 5 references will be taken into account. Any additional references will be disregarded. If it is not possible to de-cide which references are the most recent 5 references, the references will be selected by drawing lots. In this procedure, the candidate may rely on the technical capacity of other operators to fulfil the suitability requirements. The operator(s) making its/their technical capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. If the candidate relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, such specific parts of the works under the contract must be performed by the entity on which the candidate relies. The ESPD serves as provisional documentation that the candidate fulfils the requirements in re-spect of technical and professional ability. No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Criteria for selection among the suitable candidates
Description : The contracting entity will select three (3) candidates by applying this selection criterion, unless the contracting entity receives no more than three (3) compliant requests for participation. The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant comparable works, of the services covered by the contract based on the references provided in the ESPD, cf. above. The relevance assessment will be made on the basis of the extent to which the references document experience in the delivery of comparable works. Emphasis will be put on: • Experience with works whose complexity imposes strict requirements on project logistics. Complexity is understood as works carried out under a tight schedule, in a confined workspace, and on/near an operational railway. • Experience with similar works with a contract value exceeding DKK 150 million • Experience with works encompassing various disciplines, including earthworks, sheet piling along the railway, bridge works and earth works. In the evaluation of which candidates have documented the most relevant deliveries of comparable works, the extent to which the references, in total, document relevant experience will be considered.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Organisation and Key persons
Description : See Tender specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Collaboration
Description : See Tender specifications
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 03/07/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 19/06/2025 08:00 +00:00
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 contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014. The contract includes social clauses on the use of trainees. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
Electronic invoicing : Required
Electronic payment will be used : yes
Financial arrangement : The contractor must provide a performance bond as security for the performance of the contractor’s obligations to the client, see the Design & Build Contract.

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 -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints of not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 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) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act. 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the complaint was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is nh@naevneneshus.dk . The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/.
Organisation providing additional information about the procurement procedure : A/S Øresund -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : A/S Øresund
Registration number : 15807830
Department : Sund & Bælt Holding A/S
Postal address : Vester Søgade 10
Town : København V
Postcode : 1601
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Mia Iversen
Telephone : +45 33935200
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
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
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 480fe63d-cf2e-48fb-a247-003b8a9f3323 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/05/2025 15:20 +00:00
Notice dispatch date (eSender) : 19/05/2025 16:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00329023-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025