23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 161-331716
Offentliggjort
24.08.2017
Udbudstype
Konkurrencepræget dialog

Anmodning om deltagelse

Til
27.09.2017 Kl. 12:00

Addresse
https://www.byggeweb.dk/controller?cmd=tender.public.view&tn=TN123329A

Udbyder

Region Sjælland

Vindere

Valgt firmaer i joint venture

(03.05.2018)
Itinera SPA
Tortona

(03.05.2018)
CMB Società Cooperativa Muratori e Braccianti di Carpi
Carpi

Opdateringer

Opdatering
(12.10.2017)

De fire totalentreprenørhold, der er udpeget til at deltage i en dialogfase frem mod årsskiftet:



  • NCC Danmark A/S

  • INSO (Italien)

  • JV ITINERA - CMB (Italien)

  • MT Højgaard A/S (Danmark)

Project University Hospital Køge, procurement of turnkey contract for building project TE01


Region Sjælland

Contract notice

Works

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Region Sjælland
Alleen 15
Sorø
4180
Denmark
Contact person: Lene Stevnhoved
E-mail: leste@regionsjaelland.dk
NUTS code: DK021

Internet address(es):

Main address: http://www.regionsjaelland.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.byggeweb.dk/controller?cmd=tender.public.view&tn=TN123329A
Additional information can be obtained from another address:
COWI A/S
Parallelvej 2
Kongens Lyngby
2800
Denmark
Contact person: Agnete Brøsted
Telephone: +45 28916041
E-mail: agbr@cowi.com
NUTS code: DK012

Internet address(es):

Main address: www.cowi.com

Tenders or requests to participate must be submitted electronically via: https://www.byggeweb.dk/controller?cmd=tender.public.view&tn=TN123329A
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

 

Project University Hospital Køge, procurement of turnkey contract for building project TE01.

 

II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description:

 

Region Zealand is planning to construct a university hospital in Køge, Denmark, in connection to the existing Zealand University Hospital in Køge, which will be the main hospital of the region. Present procurement covers the Region's procurement of turnkey contract for construction of part of the new hospital, TE01, which includes construction of some 110 000 m2, demolition of some 17 000 m2, construction of a helipad as well as certain civil works. The contract is put out to tender according to the rules on competitive dialogue and consists of 2 phases, cf. II.2.4.

 

II.1.5) Estimated total value
Value excluding VAT: 2 160 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
45000000
71000000
II.2.3) Place of performance
NUTS code: DK021
Main site or place of performance:

 

Lykkebækvej, Køge, Denmark.

 

II.2.4) Description of the procurement:

 

The procurement is carried out according to rules on competitive dialogue under the Public Procurement Law. The procurement process, including the prequalification, dialogue and procurement phases, is described in the descriptive document, which is available at Byggeweb, cf. I.3.

The contract will be put out to tender as a turnkey contract consisting of 2 phases. Following contract signing, phase 1 will be carried out first, which includes design services up to and including a preliminary project (regulatory project) and pricing of the building project. Then phase 2 will be carried out, which covers preparation of main project, construction and subsequent follow-up. The tenderers will not be asked to prepare a pricing of the building project in connection with submission of their tenders. This will not take place until after phase 1. The phases are described in the draft turnkey contract, which is available at Byggeweb, cf. I.3.

An information meeting will be held for all interested parties on 5.9.2017, at 10-13, cf. section 3.2 in the descriptive document.

The contracting authority intends to carry out a relatively brief dialogue phase with only 2 rounds of dialogue.

The topics of dialogue meeting 1 will be: Cost drivers and risks in the contractual basis.

The topics of dialogue meeting 2 will be: Cost drivers in the project and cooperation.

Tenderers will be paid a fee of 200 000 DKK excluding VAT.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 2 160 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:

 

The contracting authority's objective criteria for limiting the number of candidates are included in the descriptive document, section 3.9 — Selection criteria.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

The contract will be based on ABT 93.

The contract will include social clauses.

The client has taken out a joint project insurance for the project.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 110-220684
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 27/09/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/10/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

The application for prequalification must contain an ESPD and the documentation listed under sections 3.6-3.8 in the descriptive document.

If the application is based on economic and/or financial capacity of a third party, e.g. a sub-contractor of the like, the application must also include a filled-in ESPD and documentation for such third parties, cf. sections 3.6-3.8 in the descriptive document. An availability declaration must be enclosed, in which the third party states that the third party has made available its resources to the applicant and has taken on legal obligations, cf. section 3.4 in the descriptive document.

If the applicant is a consortium or a similar group of companies, the application must include ESPD and documentation for all participants of the consortium, cf. sections 3.4 and 3.6-3.8 in the descriptive document.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
Copenhagen Ø
2100
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
23/08/2017

Send til en kollega

0.062