European Union Publication of Supplement to the Official Journal of the European Union 2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: +352 29 29 42 670 E-mail: [email protected] Info & on-line forms: http://simap.europa.eu Contract notice (Directive 2004/18/EC) Section I : Contracting authority I.1) Name, addresses and contact point(s): National ID: (if known) _____ Official name: Vejdirektoratet Postal address: Guldalderen 12 Town: Hedehusene Postal code: 2640 Contact point(s): _____ Country: Denmark (DK) Telephone: +45 72443152 For the attention of: Torkil Schrøder-Hansen E-mail: [email protected] Fax: _____ Internet address(es): (if applicable) General address of the contracting authority/entity: (URL) http://www.vd.dk/ Address of the buyer profile: (URL) _____ Electronic access to information: (URL) http://www.vejdirektoratet.dk/da/vejsektor/leverandoerportal/sider/ aktuelleudbud.aspx Electronic submission of tenders and requests to participate: (URL) _____ Further information can be obtained from The above mentioned contact point(s) Other (please complete Annex A.I) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from The above mentioned contact point(s) Other (please complete Annex A.II) Tenders or requests to participate must be sent to The above mentioned contact point(s) Other (please complete Annex A.III) I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions National or federal agency/office Regional or local authority Regional or local agency/office Body governed by public law European institution/agency or international organisation Other: (please specify) I.3) Main activity General public services EN Standard form 02 - Contract notice 1 / 19 Defence Public order and safety Environment Economic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education Other: (please specify) I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: yes no information on those contracting authorities can be provided in Annex A EN Standard form 02 - Contract notice 2 / 19 Section II : Object of the contract II.1) Description : II.1.1) Title attributed to the contract by the contracting authority : Storstrømsbroen - 93200.001 II.1.2) Type of contract and location of works, place of delivery or of performance : choose one category only – works, supplies or services – which corresponds most to the specific object of your contract or purchase(s) Works Execution Design and execution Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities Supplies Purchase Lease Rental Hire purchase A combination of these Services Service category No: _____ Please see Annex C1 for service categories Main site or location of works, place of delivery or of performance : Vordingborg-Orehoved - the municipalities of Vordingborg and Guldborgsund, respectively, Region Sjælland (Region Zealand) NUTS code: DK022 II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS): The notice involves a public contract The notice involves the establishment of a framework agreement The notice involves the setting up of a dynamic purchasing system (DPS) II.1.4) Information on framework agreement : (if applicable) Framework agreement with several operators Framework agreement with a single operator Number : _____ or (if applicable) maximum number : _____ of participants to the framework agreement envisaged Duration of the framework agreement Duration in years : _____ or in months : _____ Justification for a framework agreement, the duration of which exceeds four years : _____ Estimated total value of purchases for the entire duration of the framework agreement (if applicable, give figures only) Estimated value excluding VAT : _____ Currency : or Range: between : _____ : and : _____ : Currency : Frequency and value of the contracts to be awarded : (if known) _____ EN Standard form 02 - Contract notice 3 / 19 II.1.5) Short description of the contract or purchase(s) : Storstrømsbroen has great regional significance since it connects Zealand and Falster and is at the same time an important part of the railway axis between Copenhagen and Germany. This railway axis will in the years to come be strengthened significantly by the construction of the new Copenhagen-Ringsted via Køge line and the upcoming construction of the Fehmarn Belt connection, including the upgrading and extension of the railway line between Ringsted and Rødby. When the Fehmarn Belt connection opens, a large amount of passenger and freight trains between Scandinavia and Central Europe will be directed across Storstrømsbroen. In the autumn of 2011, it became clear that the existing Storstrømsbro of 1937 will not be able to endure the increased railway freight traffic resulting from the opening of the Fehmarn Belt connection in 2021. Against this background, a broad political agreement concerning, inter alia, Storstrømsbroen was entered into on 17 November 2011. On the basis of the preliminary studies completed in 2012, it was decided to concentrate the further work on the construction of a new bridge with a double-track railway and road as well as demolition of the existing bridge. The new 4 km. combined road and double-track railway bridge over the Storstrømmen will ensure future capacity in this important railway axis to Europe as well as local and regional mobility. The speed of passenger trains at the new Storstrømsbro will be 200 km/h. The new bridge will therefore result in reduced travel time for both road and railway and, furthermore, driving safety will be improved, since the roadway will be broader than that of the existing bridge. It will be a bridge designed to meet future requirements and able to endure the increased traffic load from the Fehmarn Belt connection and, at the same time, reduce travel time for both passenger trains and freight trains. The bridge must be ready no later than by the expected opening of the Fehmarn Belt connection, whereupon the existing Storstrømsbro will be demolished. The Danish Road Directorate (Vejdirektoratet) is in charge of the construction of the new Storstrømsbro and the demolition of the existing bridge. The Danish Road Directorate has divided the construction of Storstrømsbroen and the demolition of the existing Storstrømsbro into three contracts. This Contract Notice concerns the construction of Storstrømsbroen. The other contracts concern the demolition of the existing Storstrømsbro as well as a minor land construction on Masnedø for which tenders will be called at a later point in time. This contract concerns in overall terms • Deepening of temporary work channels as well as remediation • Construction of foundation and bridge piers • Construction of superstructure of the bridge • Completion of the bridge with railway tracks, roadway and path, safety barrier and guard rail • Construction of means of access, temporary roads, etc. • Construction of local roads and minor construction works • Excavation work and construction of embankments • Construction of track bed and road bed • Completion of road construction The environmental impact assessment (EIA) was published in November 2014 and has subsequently been submitted for public hearing. The EIA is available at: http://www.vejdirektoratet.dk/DA/vejprojekter/storstroemsbro/ Dokumenter/Sider/default.aspx#.VK02AyuG9HM Tenders are invited for the work as a turnkey contract. However, there will be certain binding elements in the turnkey contract on account of the published EIA and responses to the public consultation. The tender material is expected to be issued mid June 2015 whereupon a competitive dialogue will be initiated. In this connection, a descriptive document will be drawn up concerning the competitive dialogue. This document will describe the procedure for the competitive dialogue. Shortly after the submission of tender material, an information meeting will be held for prequalified tenderers. EN Standard form 02 - Contract notice 4 / 19 The purpose of the competitive dialogue is to clarify the technical, legal, and financial solutions the market can offer so as to ensure the needs and requirements of the Danish Road Directorate to be fulfilled within an acceptable financial framework. The competitive dialogue is expected to be commenced in the autumn of 2015 where two rounds of bilateral meetings are expected to be held. The contracting authority reserves the right to hold a third round, if relevant. A tender fee will be granted for participation in the rounds involved and, furthermore, a tender fee will be granted for compliant tenders. The size of the tender fees will appear from the tender material and the descriptive document. The final tender material is expected to be issued at the beginning of 2016. The tender material will be drawn up in Danish with an English translation for the tenderers’ convenience. The specific provisions in this respect will be stated in the tender material. The deadline for submission of tender is expected to be 9 months after the tender material has been issued expected to be the second quarter of 2016. The invitation to tender is subject to the approval of the authorising authorities. The construction law for the project is expected to be adopted by the Danish Parliament in the second quarter of 2015. The Danish Road Directorate is responsible for the prior archaeological studies, acquisition of areas, removal of pipes as well as general permits. Information about the project as well as former reports is available at http://www.vejdirektoratet.dk/DA/ vejprojekter/storstroemsbro/Sider/default.aspx. Other information will be published at www.vejdirektoratet.dk/udbud under Aktuelle udbud. II.1.6) Common procurement vocabulary (CPV) : Main object Additional object(s) Main vocabulary 45221100 45221110 45221111 45221112 45221117 45233120 45112000 45262300 45223200 45247200 71322300 Supplementary vocabulary(if applicable) II.1.7) Information about Government Procurement Agreement (GPA) : The contract is covered by the Government Procurement Agreement (GPA) : II.1.8) Lots: yes no (for information about lots, use Annex B as many times as there are lots) This contract is divided into lots: yes (if yes) Tenders may be submitted for one lot only no one or more lots all lots II.1.9) Information about variants: Variants will be accepted : yes no EN Standard form 02 - Contract notice 5 / 19 II.2) Quantity or scope of the contract : II.2.1) Total quantity or scope : (including all lots, renewals and options, if applicable) _____ (if applicable, give figures only) Estimated value excluding VAT : _____ Currency : or Range: between : 1500000000.00 : and : 2000000000.00 : Currency : DKK II.2.2) Information about options : (if applicable) Options : yes no (if yes) Description of these options : _____ (if known) Provisional timetable for recourse to these options : in months : _____ or in days : _____ (from the award of the contract) II.2.3) Information about renewals : (if applicable) This contract is subject to renewal: yes no Number of possible renewals: (if known) _____ or Range: between : _____ and: _____ (if known) In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: _____ or in days: _____ (from the award of the contract) II.3) Duration of the contract or time limit for completion: Duration in months : 54 or in days: _____ (from the award of the contract) or Starting: ______ (dd/mm/yyyy) Completion: ______ (dd/mm/yyyy) EN Standard form 02 - Contract notice 6 / 19 Section III : Legal, economic, financial and technical information III.1) Conditions relating to the contract: III.1.1) Deposits and guarantees required: (if applicable) A performance guarantee, see section 6 of ABT93 (“General conditions for turnkey contracts”), of 15 % of the contract sum must be provided after signing of the contract. The guarantee must be provided by a third party. A bid bond of DKK 100 million must be provided after award of contract. T he bid bond will be replaced by the performance guarantee in accordance with specific rules in the tender documents. A requirement is made for the level of the guarantor’s credit rating at the time of providing the guarantee. The rating must as a minimum correspond to Standard & Poor’s BBB rating, Moody’s Baa2 rating or equivalent rating from other recognised rating agencies. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Will appear from the tender documents. III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: (if applicable) No particular legal form is required. If the order is awarded to a group of economic operators (e.g. a consortium), the members of the group must undertake joint and several liability and appoint a joint representative. In the light of the restrictions laid down in the procurement rules regarding change of composition of a prequalified applicant prior to submission of tender, all interested operators are encouraged to explore the possibilities of forming consortia prior to the deadline for submission of prequalification application. III.1.4) Other particular conditions: (if applicable) The performance of the contract is subject to particular conditions : (if yes) Description of particular conditions: yes no It will be a requirement under the contract that the turnkey contractor and any subcontractors ensure that their workers are guaranteed wages, including allowances, hours of work and other conditions of labour which are not less favourable than those applying to work of the same character pursuant to a collective agreement entered into by the most representative social partners in Denmark within the trade or industry concerned and which apply to the entire territory of Denmark. The specific obligations will be stated in the tender documents. The contract will include social clauses about education and apprenticeship agreements pursuant to the Danish Act on Vocational or Initial Vocational Training, etc., which will impose obligations on the supplier. The specific obligations will be stated in the tender documents. III.2) Conditions for participation: III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers: Information and formalities necessary for evaluating if the requirements are met: The full name of the business, address, business reg. no. (CVR no.), corporate form and ownership, including information about affiliated companies. EN Standard form 02 - Contract notice 7 / 19 If the applicant consists of several businesses, the information must be stated for each business, and it should be clearly stated in the application whether they apply as a consortium or as supplier. Hence, it should be clearly stated in the application which legal entity is applying for prequalification. Furthermore, the name, telephone and e-mail address of the contact person of the applicant should be stated. In connection with its submission of tender, the tenderer should submit a solemn declaration as to whether the tenderer has unpaid, due debt to public authorities, see s.2(2) of (Danish) Act no. 1093 of 21 December 1994 as amended. If the tenderer is a group of economic operators, the solemn declaration should be submitted for each operator in the group. The contracting authority reserves the right to demand that the successful tenderer submit a service certificate from the Danish Business Authority (Erhvervsstyrelsen) or equivalent documentation, see Article 45(3) of the Public Procurement Directive. If the applicant is a group of operators (e.g. a consortium), a change of the composition of the applicant may only take place with the contracting authority’s prior written acceptance; such acceptance will only be granted if the change of composition takes place with due observance of the procurement rules. If the applicant relies on the capacity of other entities, a change of the composition of the businesses on which the applicant relies can only take place with the contracting authority’s prior written acceptance; such acceptance will only be granted if the change of composition takes place with due observance of the procurement rules. III.2.2) Economic and financial ability: Information and formalities necessary for evaluating if the requirements are met: Minimum level(s) of standards possibly required: (if applicable) As a minimum requirement, a total annual turnover of A solemn declaration regarding the total annual at least DKK 5 billion in each of the three most recent turnover of the operator for the three most recent financial years available, according to the date when financial years available. If the applicant relies on the the operator was established or started up its business capacity of other entities, the turnover is calculated if the figures for such turnover are available. The solemn declaration must either be certified by auditors as the total turnover of the applicant and such other or a copy of the three most recent financial statements entities in each of the three most recent financial years must be enclosed. For a group of operators (e.g. available. For a group of operators (e.g. a consortium), a consortium), the information must be submitted the turnover is calculated as the applicant’s total for each participating operator in the group. If the applicant relies on the capacity of other entities (such turnover in each of the three most recent financial years as subcontractors or other entities in the group), the available. applicant must provide proof that the applicant has at its disposal the necessary resources from such other entities by producing an undertaking from such entities regarding their obligations in this respect. The contracting authority has drawn up a specimen form to be used for such declaration. The form is available at www.vejdirektoratet.dk/udbud under “Aktuelle udbud Storstrømsbroen” (current tenders - Storstrømsbroen). If the applicant relies on the economic and financial capacity of other entities, such other entities must undertake joint and several liability towards the contracting authority on signature of the contract (but not in connection with the prequalification). III.2.3) Technical capacity: Information and formalities necessary for evaluating if the requirements are met: Minimum level(s) of standards possibly required: (if applicable) Submission of a list of the most significant equivalent tasks, see section II.1.5), carried out by the applicant commenced, in progress or completed - in the course of the last five years according to the date when the As a minimum requirement, the applicant must have experience in turnkey contracts – including design and build – of the following types of tasks: • Road bridges longer than 1 km. EN Standard form 02 - Contract notice 8 / 19 applicant was established or started up its business • Railway bridges longer than 1 km. activities. • Bridges over open water, rivers or lakes longer than 1 The contracting authority would prefer that the list km. includes the following: • Bridges with spans of more than 50 meter and longer project name, whether the task was carried out as a than 1 km. turnkey contract, a brief description of the task and • Foundation works below water the role undertaken by the applicant in connection If the applicant has not fulfilled all minimum with its performance (including the value of the part requirements in one project, the minimum requirements of the task for which the applicant was responsible, can be complied with by pooling several projects. and information about the applicant’s professional However, the minimum requirement of each individual contribution to the project), employer, contract sum and bullet must be complied with by one single project. the time of performance of the task. Thus, the applicant is not required to have performed For groups of operators (e.g. a consortium), the one single project containing both a road bridge and a information is requested to be submitted for each railway bridge, but must have experience in performing participating operator in the group. If the applicant relies both road bridge and railway bridge projects. on the capacity of other entities (such as subcontractors If the applicant is a group of operators (e.g. a or other entities in the group), the applicant must consortium) or if the applicant relies on the capacity provide proof that the applicant has at its disposal of other entities, the minimum requirement will the necessary resources from such other entities by be complied with if the references, overall, show producing an undertaking from such entities regarding experience with the types of tasks required. their obligations in this respect. The contracting authority has drawn up a specimen form to be used for such declaration. The form is available at www.vejdirektoratet.dk/udbud under “Aktuelle udbud - Storstrømsbroen” (current tenders Storstrømsbroen). If the applicant relies on the technical capacity of other entities, such other entity must be used as subsupplier/ subcontractor for the performance of the task, and the application must state which parts of the task are to be undertaken by such other entity. III.2.4) Information about reserved contracts: (if applicable) The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes III.3) Conditions specific to services contracts: III.3.1) Information about a particular profession: Execution of the service is reserved to a particular profession: yes no (if yes) Reference to the relevant law, regulation or administrative provision : _____ III.3.2) Staff responsible for the execution of the service: Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes no EN Standard form 02 - Contract notice 9 / 19 Section IV : Procedure IV.1) Type of procedure: IV.1.1) Type of procedure: Open Restricted Accelerated restricted Justification for the choice of accelerated procedure: _____ Negotiated Accelerated negotiated Some candidates have already been selected (if appropriate under certain types of negotiated procedures) : yes no (if yes, provide names and addresses of economic operators already selected under Section VI.3 Additional information) Justification for the choice of accelerated procedure: _____ Competitive dialogue IV.1.2) Limitations on the number of operators who will be invited to tender or to participate: (restricted and negotiated procedures, competitive dialogue) Envisaged number of operators: 5 or Envisaged minimum number: _____ and (if applicable) maximum number _____ Objective criteria for choosing the limited number of candidates: Limitation of the number of applicants invited to tender will take place after evaluation of which applicants have documented the most relevant references/deliveries of the services covered by the contract, see section II.1.5). IV.1.3) Reduction of the number of operators during the negotiation or dialogue: (negotiated procedure, competitive dialogue) Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated : yes no IV.2) Award criteria IV.2.1) Award criteria (please tick the relevant box(es)) Lowest price or The most economically advantageous tender in terms of the criteria stated below (the award criteria should be given with their weighting or in descending order of importance where weighting is not possible for demonstrable reasons) the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document Criteria Weighting Criteria Weighting 1. _____ _____ 6. _____ _____ 2. _____ _____ 7. _____ _____ 3. _____ _____ 8. _____ _____ EN Standard form 02 - Contract notice 10 / 19 Criteria 4. _____ 5. _____ Weighting _____ _____ Criteria 9. _____ 10. _____ Weighting _____ _____ IV.2.2) Information about electronic auction An electronic auction will be used yes no (if yes, if appropriate) Additional information about electronic auction: _____ IV.3) Administrative information: IV.3.1) File reference number attributed by the contracting authority: (if applicable) _____ IV.3.2) Previous publication(s) concerning the same contract: yes no (if yes) Prior information notice Notice on a buyer profile Notice number in the OJEU: 2014/S 155-277710 of: 12/08/2014 (dd/mm/yyyy) Other previous publications(if applicable) IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document: (in the case of a competitive dialogue) Time limit for receipt of requests for documents or for accessing documents Date: ______ Time: _____ Payable documents yes no (if yes, give figures only) Price: _____ Currency: _____ Terms and method of payment: _____ IV.3.4) Time limit for receipt of tenders or requests to participate: Date: 27/03/2015 Time: 14:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates: (if known, in the case of restricted and negotiated procedures, and competitive dialogue) Date: ______ IV.3.6) Language(s) in which tenders or requests to participate may be drawn up: Any EU official language Official EU language(s): DA Other: Annexes to the prequalification application in English, Norwegian or Swedish will be accepted. Specified documents will be accepted in English in connection with submission of tender. EN Standard form 02 - Contract notice 11 / 19 IV.3.7) Minimum time frame during which the tenderer must maintain the tender: until: : ______ or Duration in months : _____ or in days : _____ (from the date stated for receipt of tender) IV.3.8) Conditions for opening of tenders: Date : ______ (dd/mm/yyyy) Time (if applicable)Place: _____ Persons authorised to be present at the opening of tenders (if applicable) : yes no (if yes) Additional information about authorised persons and opening procedure: _____ EN Standard form 02 - Contract notice 12 / 19 Section VI: Complementary information VI.1) Information about recurrence: (if applicable) This is a recurrent procurement : yes no (if yes) Estimated timing for further notices to be published: _____ VI.2) Information about European Union funds: The contract is related to a project and/or programme financed by European Union funds : (if yes) Reference to project(s) and/or programme(s): Funding from TENT-T will be applied for in 2016. yes no VI.3) Additional information: (if applicable) An information meeting about the prequalification will be held Thursday the 19th of February 2015 13:00 to 15:00 at the Park Inn, Engvej 171, 2300 Copenhagen S close to Copenhagen Airport. More information about Park Inn can be found on http:// www.parkinn.com/hotel-copenhagen. Interested parties are encouraged to sign up by sending an e-mail to Torkil Schrøder-Hansen: [email protected]. For practical reasons, The Danish Road Directorate will appreciate that the enrollment is made no later than the 17th of February 2015. The Danish Road Directorate will appreciate that the application for prequalification is submitted in 3 paper copies as well as digital PDF on USB or the like. Reference point is as listed in section I.1) "Application for participation "Storstrømsbroen - 93200.001 - att. Torkil Schrøder-Hansen - Do not open at the postal receipt" In case of discrepancy between the paper version and the electronic version, the paper version shall prevail. In case of defects in the electronic version the contracting entity can consult the paper version. Ad I.1): At this stage there are no specifications or other descriptive documents which the applicant may request from the contracting authority before the submission of application for prequalification. However there will be an opportunity to ask questions via e-mail to the address indicated in point I.1) and [email protected] concerning the contract notice, including the issues of the prequalification. Questions should refer "Storstrømsbroen 93200.001" in the subject field. Other questions including those relating to the tender documents will not be answered. The Danish Road Directorate urges that any questions are asked as soon as possible. Questions and answers will be posted on the Road Directorate's website http://www.vejdirektoratet.dk/da/vejsektor/ leverandoerportal/sider/aktuelleudbud.aspx under "Storstrømsbroen - 93200.001". Questions received later than 10 days before the application deadline, will not be answered. Ad II.3) Duration of the contract is calculated from the date on which the contract is signed. The duration will be clarified in the tender documents or possible after the competitive dialogue. Ad III.2: If the tenderer relies on other entities (eg. subcontractors or other entities in the group), the tenderer shall prove that the bidder may have the resources necessary for performance of the contract. This can, for example be done by a declaration or by presenting evidence of the undertaking by those entities to make the necessary resources available. Otherwise, the order does not allow you to focus on other entities. The contracting authority has drawn up a specimen form to be used for such declaration. The form is available at www.vejdirektoratet.dk/udbud under “Aktuelle udbud - Storstrømsbroen”. Ad IV.1.2) Please note that each applicant can only submit one application for prequalification. If the same legal entity is part of, or otherwise participate in several applications, eg. submitting their own application but is also included as part of a consortium applying, applicants must ensure that the same legal entity's participation does not raise the possibility of mutually influencing the content of the various bidders offer. The contracting authority reserves the right to request applicants to demonstrate that the same legal entity's participation does not raise the possibility of mutually influencing the content of the various bidders offer, including the absence of practices capable of jeopardizing transparency and distorting competition between tenderers. The tender is made using a two-envelope system, which implies that the bids are made in two envelopes - one regarding the price criterion and one regarding the qualitative criteria to be delivered in another envelope. The EN Standard form 02 - Contract notice 13 / 19 evaluation of the qualitative criteria will be carried out before the opening of the price. The procedure will be described in detail in the tender documents. The contract language is Danish and the working language is Danish or English. In October and November 2014 the Danish Road Directorate held a technical dialogue with 8 contractors. The material from the technical dialogue can be found on the Danish Road Directorate website under Completed tender entitled "Information Meeting - Construction of new Storstrøm Bridge - 93200". The technical dialogue will not affect the prequalification. VI.4) Procedures for appeal: VI.4.1) Body responsible for appeal procedures: Official name: Complaints board for public procurement Postal address: Dahlerups Pakhus, Langelinie Allé 17 Town: Copenhagen Ø Postal code: 2100 Country: Denmark (DK) Telephone: +45 35291000 E-mail: [email protected] Fax: _____ Internet address: (URL) http://www.klfu.dk Body responsible for mediation procedures (if applicable) Official name: N/A Postal address: _____ Town: _____ Postal code: _____ Country: _____ Telephone: _____ E-mail: Fax: _____ Internet address: (URL) _____ VI.4.2) Lodging of appeals: (please fill in heading VI.4.2 or if need be, heading VI.4.3) Precise information on deadline(s) for lodging appeals: Deadlines and procedures for lodging appeals are set out in (Danish) Act no. 492 of 12 May 2010 on the enforcement of the procurement rules, etc., as amended. Appeals for not having been prequalified must be submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days calculated from the day after the day when the contracting authority has sent notification to the affected applicants of the identity of the applicants having been prequalified, provided that the notification has given a brief account of the relevant grounds for the decision. Other complaints must be submitted to the Complaints Board: - Within 45 days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract, - Within 30 days calculated from the day after the day when the contracting authority has notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, or - Within 6 months calculated from the day after the day when the contracting authority has notified the tenderers of the identity of the tenderer with whom the contracting authority intends to enter into a framework agreement. The complainant must no later than at the same time as lodging the appeal with the Complaints Board for Public Procurement notify the contracting authority that an appeal has been lodged with the Board and whether the appeal has been lodged within the standstill period. EN Standard form 02 - Contract notice 14 / 19 In the event that the appeal has not been lodged within the standstill period, the complainant must furthermore state whether a suspensory effect of the appeal has been claimed. VI.4.3) Service from which information about the lodging of appeals may be obtained: Official name: Danish Competition and Consumer Authority Postal address: Carl Jacobsens Vej 35 Town: Valby Postal code: 2500 Country: Denmark (DK) Telephone: +45 41715000 E-mail: [email protected] Fax: _____ Internet address: (URL) http://www.kfst.dk VI.5) Date of dispatch of this notice: EN Standard form 02 - Contract notice 15 / 19 Annex A Additional addresses and contact points I) Addresses and contact points from which further information can be obtained National ID: (if known) _____ Official name: _____ Postal address: _____ Town: _____ Postal code: _____ Contact point(s): _____ Country: _____ Telephone: _____ For the attention of: _____ E-mail: Fax: _____ Internet address: (URL) _____ II) Addresses and contact points from which specifications and additional documents can be obtained National ID: (if known) _____ Official name: _____ Postal address: _____ Town: _____ Postal code: _____ Contact point(s): _____ Country: _____ Telephone: _____ For the attention of: _____ E-mail: Fax: _____ Internet address: (URL) _____ III) Addresses and contact points to which tenders/requests to participate must be sent National ID: (if known) _____ Official name: _____ Postal address: _____ Town: _____ Postal code: _____ Contact point(s): _____ Country: _____ Telephone: _____ For the attention of: _____ E-mail: Fax: _____ Internet address: (URL) _____ IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing Official name _____ Postal address: _____ Town _____ Country _____ National ID ( if known ): _____ Postal code _____ -------------------- (Use Annex A Section IV as many times as needed) -------------------- EN Standard form 02 - Contract notice 16 / 19 Annex B Information about lots Title attributed to the contract by the contracting authority _____ Lot No : _____ Lot title : _____ 1) Short description: _____ 2) Common procurement vocabulary (CPV): Main vocabulary: 3) Quantity or scope: _____ (if known, give figures only) Estimated cost excluding VAT: _____ Currency: or Range: between : _____ and: _____ Currency: 4) Indication about different date for duration of contract or starting/completion: (if applicable) Duration in months : _____ or in days : _____ (from the award of the contract) or Starting: ______ (dd/mm/yyyy) Completion: ______ (dd/mm/yyyy) 5) Additional information about lots: _____ EN Standard form 02 - Contract notice 17 / 19 Annex C1 – General procurement Service categories referred to in Section II: Object of the contract Directive 2004/18/EC Category No [1] Subject 1 Maintenance and repair services 2 Land transport services [2], including armoured car services, and courier services, except transport of mail 3 Air transport services of passengers and freight, except transport of mail 4 Transport of mail by land [3] and by air 5 Telecommunications services 6 Financial services: a) Insurances services b)Banking and investment services [4] 7 Computer and related services 8 Research and development services [5] 9 Accounting, auditing and bookkeeping services 10 Market research and public opinion polling services 11 Management consulting services [6] and related services 12 Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services 13 Advertising services 14 Building-cleaning services and property management services 15 Publishing and printing services on a fee or contract basis 16 Sewage and refuse disposal services; sanitation and similar services Category No [7] Subject 17 Hotel and restaurant services 18 Rail transport services 19 Water transport services 20 Supporting and auxiliary transport services 21 Legal services 22 Personnel placement and supply services [8] 23 Investigation and security services, except armoured car services 24 Education and vocational education services 25 Health and social services 26 Recreational, cultural and sporting services [9] 27 Other services 1 Service categories within the meaning of Article 20 and Annex IIA to Directive 2004/18/EC. 2 Except for rail transport services covered by category 18. 3 Except for rail transport services covered by category 18. 4 Except financial services in connection with the issue, sale, purchase or transfer of securities or other financial instruments, and central bank services. The following are also excluded: services involving the acquisition or rental, by whatever financial means, of land, existing buildings or other immovable property or concerning rights thereon. However, financial service contracts concluded at the same time as, before or after the contract of acquisition or rental, in whatever form, shall be subject to the Directive. EN Standard form 02 - Contract notice 18 / 19 5 Except research and development services other than those where the benefits accrue exclusively to the contracting authority for its use in the conduct of its own affairs on condition that the service provided is wholly remunerated by the contracting authority. 6 Except arbitration and conciliation services. 7 Service categories within the meaning of Article 21 and Annex IIB of Directive 2004/18/EC. 8 Except employment contracts. 9 Except contracts for the acquisition, development, production or co-production of program material by broadcasters and contracts for broadcasting time. EN Standard form 02 - Contract notice 19 / 19
© Copyright 2026 Paperzz