Purchase of jet fans for the tunnel at the Great Belt Link

BACKGROUND: The 160 jet fans in the railway tunnel on the Great Belt Link is at the end-of-life cycle and is required to be replaced. The main purposes of the jet fans are to remove smoke during a fire and ventilate for safe working environment. The tunnel is approximately 8 …

CPV: 42522000 Negospodinjski ventilatorji
Kraj izvršitve:
Purchase of jet fans for the tunnel at the Great Belt Link
Organ za podeljevanje:
A/S Storebælt
Številka dodelitve:
-

1. Buyer

1.1 Buyer

Official name : A/S Storebælt
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 : Purchase of jet fans for the tunnel at the Great Belt Link
Description : BACKGROUND: The 160 jet fans in the railway tunnel on the Great Belt Link is at the end-of-life cycle and is required to be replaced. The main purposes of the jet fans are to remove smoke during a fire and ventilate for safe working environment. The tunnel is approximately 8 km long and at its deepest point the tunnel is 75 meters below sea level. The tunnel consists of two separate tunnels called the south and north tunnel with one railway track in each tunnel. The two tunnels are connected by 31 cross tunnels, which partly function as an escape route between the two tunnels and partly contain installations, such as switch-boards and transformers. THE SCOPE OF THE TENDER The scope of this tender is to provide project management, design, manufacturing, factory testing (FAT), delivery to site, supervision at site and documentation for the new jet fans. Currently there are 80 jet fans installed in each tube, totally 160 jet fans. The new jet fans shall be installed at the same location as the existing to minimize the works for power supply and fixtures to the concrete. The existing brackets, which is fixed to the concrete wall in the tunnel shall be reused for mounting the new jet fans. The new jet fans will have higher capacity than the existing jet fans, but the quantity of jet fans will remain the same 80 jet fans per tunnel, totally 160 new jet fans. The jet fans shall be delivered with connected power and control cables connected to minimize the works at site. The installation of the jet fans is done during limited closures of the railway tunnel. The installation of the jet fans is not part of the scope of this tender. It is part of this tender to provide supervision of the installation and testing of all jet fans 24 hours a day during the railway tunnel closures. The primary scope of the supervision is to approve the installation and testing done by a third party contactor and the secondary scope is to assist if there are issues with the supplied jet fans and related equipment supplied in this tender. The installation and testing at site of the jet fans are planned into two main phases. • Phase 1 – July 2026 – Test installation of one jet fan in the tunnel. • Phase 2 – May and June 2027 – Installation and testing of the rest of the jet fans. Further information and details are described in tender material.
Procedure identifier : 9e4cadb5-6491-4c9b-a436-bab7c710432c
Internal identifier : -
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42522000 Non-domestic fans

2.1.2 Place of performance

Postal address : Halsskovvej 150
Town : Korsør
Postcode : 4220
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information : The place of delivery of the jet fans is the above address. The supervision will take place during the installation, which is in the tunnels at the Great Belt Link.

2.1.3 Value

Estimated value excluding VAT : 38 000 000 Danish krone

2.1.4 General information

Additional information : PARTICIPATION IN THE TENDER PROCEDURE Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the Client. 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 specifications for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. ESPD AND DOCUMENTATION 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 cf. the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022) section 12. The ESPD document can be found via the electronic tendering system. 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. GROUNDS OF EXCLUSION The candidate will be excluded from participation in the tender procedure if the candidate is subject to the mandatory grounds for exclusion set out in section 134a, 135 and 136 of the Danish Public Procurement Act cf. section 11 (1)(1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022) and the optional ground of exclusion set out in section 137(1), para 1 and 2 of the Danish Public Procurement Act cf. section 11(1)(1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022), unless the candidate has provided sufficient documentation that it is reliable in in accordance with section 138 of the Public Procurement Act, cf. section 11(1)(2) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022). Before the award decision is made, the tenderer to whom the Client 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 cf. section 12 of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022). As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the Client 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 Client only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The Client encourages all tenderers to submit the ESPD documentation together with their offer. LETTER OF COMMITMENT If the canddiate relies on the capacity of an other entity, the candidate must submit a letter of commitment. If the declaration of support relates to economic and financial standing, the undersigned entity undertakes joint and several liability. If the declaration of support relates to technical and professional ability, the undersigned entity must be used as subsupplier/subcontractor regarding the performance of the task. The form is enclosed as Document 03. LIMITATION OF CANDIDATES The Client will select the number of candidates by applying the selection criteria stated in this Contract Notice, unless the Client receives no more than the stated number of compliant requests for participation. NUMBERS OF APPLICATIONS FOR PREQUALIFICATION It should be noted that each candidate may only submit one application for prequalification. CONTRACT PRICE It should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, The estimate is based on the Clients knowledge to the market standard price. DURATION OF THE CONTRACT It should be noted that the indicated duration of the contract is a estimate based on date of delivery and performed supervision during installation of the jet fans. DECLARATION REGARDING COUNCIL REGULATION (EU) NO 833/2014 Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for 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 exact delimitation of the actors covered by the prohibition). The Client may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. ** The Client reserves the right to use the procedure in article 76(4) of the Utilities Directive if the applications for prequalificaion or the tenders does not meet the formal requirements of the tender material, are incomplete or incorrect or if specific documents are missing The Client also reserves the right to clarify any ambiguities in the application for prequalification or in the tenders within the scope of the procurement legislation.
Legal basis :
Directive 2014/25/EU
Directive 2014/25/EU - 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 cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Bankruptcy : See section 137(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Corruption : See section 135(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Arrangement with creditors : See section 137(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Participation in a criminal organisation : See section 135(1), para (1) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Breaching of obligations in the fields of environmental law : See section 137(1), para (1) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Money laundering or terrorist financing : See section 135(1), para (5) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Fraud : See section 135(1), para (3) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Child labour and other forms of trafficking in human beings : See section 135(1), para (6) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Insolvency : See section 137(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Breaching of obligations in the fields of labour law : See section 137(1), para (1) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Assets being administered by liquidator : See section 137(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
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 cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Conflict of interest due to its participation in the procurement procedure : See section 136, para (1) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Direct or indirect involvement in the preparation of this procurement procedure : See section 136, para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Guilty of grave professional misconduct : See section 136, para (4) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Breaching of obligations in the fields of social law : See section 137(1), para (1) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Payment of social security contributions : See section 135(3) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Business activities are suspended : See section 137(1), para (2) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Payment of taxes : See section 135(3) and section 137(1), para (6) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).
Terrorist offences or offences linked to terrorist activities : See section 135(1), para (4) of the Danish Public Procurement Act cf. section 11(1), para (1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022).

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Purchase of jet fans for the tunnel at the Great Belt Link
Description : BACKGROUND: The 160 jet fans in the railway tunnel on the Great Belt Link is at the end-of-life cycle and is required to be replaced. The main purposes of the jet fans are to remove smoke during a fire and ventilate for safe working environment. The tunnel is approximately 8 km long and at its deepest point the tunnel is 75 meters below sea level. The tunnel consists of two separate tunnels called the south and north tunnel with one railway track in each tunnel. The two tunnels are connected by 31 cross tunnels, which partly function as an escape route between the two tunnels and partly contain installations, such as switch-boards and transformers. THE SCOPE OF THE TENDER The scope of this tender is to provide project management, design, manufacturing, factory testing (FAT), delivery to site, supervision at site and documentation for the new jet fans. Currently there are 80 jet fans installed in each tube, totally 160 jet fans. The new jet fans shall be installed at the same location as the existing to minimize the works for power supply and fixtures to the concrete. The existing brackets, which is fixed to the concrete wall in the tunnel shall be reused for mounting the new jet fans. The new jet fans will have higher capacity than the existing jet fans, but the quantity of jet fans will remain the same 80 jet fans per tunnel, totally 160 new jet fans. The jet fans shall be delivered with connected power and control cables connected to minimize the works at site. The installation of the jet fans is done during limited closures of the railway tunnel. The installation of the jet fans is not part of the scope of this tender. It is part of this tender to provide supervision of the installation and testing of all jet fans 24 hours a day during the railway tunnel closures. The primary scope of the supervision is to approve the installation and testing done by a third party contactor and the secondary scope is to assist if there are issues with the supplied jet fans and related equipment supplied in this tender. The installation and testing at site of the jet fans are planned into two main phases. • Phase 1 – July 2026 – Test installation of one jet fan in the tunnel. • Phase 2 – May and June 2027 – Installation and testing of the rest of the jet fans. Further information and details are described in tender material.
Internal identifier : -

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42522000 Non-domestic fans

5.1.2 Place of performance

Postal address : Halsskovvej 150
Town : Korsør
Postcode : 4220
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information : The place of delivery of the jet fans is the above address. The supervision will take place during the installation, which is in the tunnels at the Great Belt Link.

5.1.3 Estimated duration

Duration : 30 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 38 000 000 Danish krone

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
Additional information : PARTICIPATION IN THE TENDER PROCEDURE Participation in the tender procedure may only take place by electronic means via the electronic tendering system used by the Client. 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 specifications for information concerning questions and answers. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com , or telephone (+45) 70 20 80 14. ESPD AND DOCUMENTATION 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 cf. the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022) section 12. The ESPD document can be found via the electronic tendering system. 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. GROUNDS OF EXCLUSION The candidate will be excluded from participation in the tender procedure if the candidate is subject to the mandatory grounds for exclusion set out in section 134a, 135 and 136 of the Danish Public Procurement Act cf. section 11 (1)(1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022) and the optional ground of exclusion set out in section 137(1), para 1 and 2 of the Danish Public Procurement Act cf. section 11(1)(1) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022), unless the candidate has provided sufficient documentation that it is reliable in in accordance with section 138 of the Public Procurement Act, cf. section 11(1)(2) of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022). Before the award decision is made, the tenderer to whom the Client 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 cf. section 12 of the Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (Ministerial Order No. 1078 of 29 June 2022). As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the tenderer may submit to the Client 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 Client only accepts certificates of registration in an official list from tenderers established in the country holding the official list. The Client encourages all tenderers to submit the ESPD documentation together with their offer. LETTER OF COMMITMENT If the canddiate relies on the capacity of an other entity, the candidate must submit a letter of commitment. If the declaration of support relates to economic and financial standing, the undersigned entity undertakes joint and several liability. If the declaration of support relates to technical and professional ability, the undersigned entity must be used as subsupplier/subcontractor regarding the performance of the task. The form is enclosed as Document 03. LIMITATION OF CANDIDATES The Client will select the number of candidates by applying the selection criteria stated in this Contract Notice, unless the Client receives no more than the stated number of compliant requests for participation. NUMBERS OF APPLICATIONS FOR PREQUALIFICATION It should be noted that each candidate may only submit one application for prequalification. CONTRACT PRICE It should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, The estimate is based on the Clients knowledge to the market standard price. DURATION OF THE CONTRACT It should be noted that the indicated duration of the contract is a estimate based on date of delivery and performed supervision during installation of the jet fans. DECLARATION REGARDING COUNCIL REGULATION (EU) NO 833/2014 Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for 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 exact delimitation of the actors covered by the prohibition). The Client may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. ** The Client reserves the right to use the procedure in article 76(4) of the Utilities Directive if the applications for prequalificaion or the tenders does not meet the formal requirements of the tender material, are incomplete or incorrect or if specific documents are missing The Client also reserves the right to clarify any ambiguities in the application for prequalification or in the tenders within the scope of the procurement legislation.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : The candidate's total annual turnover in the last three financial years available.
Description : The candidate must meet the following minimum level(s) of standards: - As a minimum requirement, a total annual turnover of at least DKK 38 million is required in each of the last three financial years 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 last three financial years available. For groups of operators (e.g., a consortium), the turnover is calculated as the total turnover of the operators in the last three financial years available. The information is to be stated in section IV.B of the ESPD. The ESPD must include information on: - The candidate's total annual turnover in the last three financial years available. The information shall be stated in the ESPD, Part IV.B. 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 declaration of support. The declaration of support must prove that the entity in question is legally obliged to the tenderer. A form which can be used in this respect is available as part of the tender materiel (please see document 03 - Confirmation regarding the capacity of other entity (form). If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of the minimum requirement stated above, 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 Client intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the Client's request, the following documentation of economic and financial capacity must be submitted: - A statement regarding the operator's overall turnover in last three financial years available, depending on when the operator was established or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in last three financial years available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : The candidate's equity the last three financial years available.
Description : The candidate must meet the following minimum level(s) of standards: - Equity: Positive equity in each of the last three financial years available is required. For groups of candidates (e.g., a consortium), the information in the last three financial report/financial year available must be submitted for each participating candidate in the group. Where a candidte relies on the economic and financial capacity of other entities (e.g., a parent company, a sister company or a subcontractor), information for such other entities must also be provided. If the candidate relies on the capacity of other entities, the equity is to be calculated as the total equity of the candidate and such other entities in each of the three last financial years available. For groups of candidates (e.g., a consortium), the equity is calculated as the total equity of the operators in each of the three last financial years available. If the candidate relies on the economic and financial capacity of other entities, the candidate and the entities in question will be jointly and severally liable for the performance of the contract, see section 144(6) of the Danish Public Procurement Act. If the candidate relies on the economic and financial or technical capacity of other entities the other entity must provide a declaration of support. The declaration of support must prove that the entity in question is legally obliged to the candidate. A form which can be used in this respect is available as part of the tender materiel (please see document 03 - Confirmation regarding the capacity of other entity (form). The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the decision to award the contract is made, the tenderer to whom the Client intends to award the contract must submit documentation that the information stated in the ESPD is accurate. Upon the Client's request, the following documentation of economic and financial capacity must be submitted: - Three latest audited annual financial report or balance sheets, if publication of the balance sheet is required under law in the country in which the tenderer is established, or an auditor’s certificate with the requested financial numbers.
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 meet the following minimum level(s) of standards: 1) The candidate must demonstrate experience with at least 1 comparable supply during the last 3 years before the expiry of the deadline for application for prequalification. With “comparable reference” means: - Production of jet fans to a road or train tunnel. Only references relating to supplies carried out at the time of the deadline for application for prequalification will be given importance in the evaluation of which candidate has documented the most relevant supplies and in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see above. Hence, in the event of an ongoing task, only the part of the supplies 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 candidate's 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 customer (recipient). When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified. No more than five references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium). Where more than five references are stated, only the most recent five references will be taken into account. Any additional references will be disregarded. If it is not possible to decide which references are the most recent five references, the references will be selected by drawing lots. If the candidate relies on the professional qualifications or professional experience of other entities for the performance of specific parts of the services/supply comprised by the contract, such specific parts of the services/supplies under the contract must be performed by the entity on which the candidate relies. If the candidate relies on the technical and professional ability of other entities the other entity must provide a declaration of support. The declaration of support must prove that the entity in question is legally obliged to the candidate. A form which can be used in this respect is available as part of the tender materiel (please see document 03 - Confirmation regarding the capacity of other entity (form). The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity. ESPD documentation before award: - No additional documentation of technical and professional capacity will be required from the candidate. However, the Client reserves the right to contact the candidate or the customer stated in the reference for confirmation 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 : References
Description : A maximum of three candidates will be invited to submit a tender. The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the best and most relevant references. When assessing the references, the Client will base its assessment on the description of the project as described in section 1.3 and 1.4, section 1 in Technical Requirements Specifications (Appendix 2) and in the Contract Notice. In continuation of this, the Client will place particular emphasis on references that demonstrate experience with delivery of jet fans to projects in tunnels with saline environments close to seawater and climate similar to the climate in Northern Europe. Candidates should be aware that any ambiguities and/or incomprehensibilities in the information submitted under technical and professional ability may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Specifications section 5.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Quality
Name : Maintenance
Description : See Tender Specifications section 5.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Climate Change Mitigation Plan
Description : See Tender Specifications section 5.
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 :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The Supplier must provide 1) an Advance Payment Bond and 2) a Performance Bond cf. General conditions for mechanical and electrical equipment (AB-ME) (Appendix 1 to the Contract).
Deadline for receipt of requests to participate : 23/06/2025 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 : Is the contract awarded to a group of operators (e.g. a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative. Is the contract awarded to a tenderer that relies on the capacity of other entity in relation to economic and financial standing, the entity undertakes joint and several liability *** The Supplier shall pay liquidated damages cf. the Contract section 11. *** 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
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Financial terms and payment terms are regulated in the Contract and the General conditions for mechanical and electrical equipment (AB-ME) (Appendix 1). The Supplier must provide an Advance Payment Bond and Performance Bond cf. General conditions for machine and electrical equipment (Appendix 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 -
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 calcu lated 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 klfu@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 Storebælt -
Organisation providing offline access to the procurement documents : A/S Storebælt -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : A/S Storebælt -
Organisation processing tenders : A/S Storebælt -

8. Organisations

8.1 ORG-0001

Official name : A/S Storebælt
Registration number : 10 63 49 70
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 : SBF - Mathilde Thulstrup
Telephone : +45 33 93 52 00
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
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 : 1d0299d4-b87c-48c6-b225-778e7f17183f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/05/2025 07:42 +00:00
Notice dispatch date (eSender) : 20/05/2025 07:45 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00328563-2025
OJ S issue number : 97/2025
Publication date : 21/05/2025