Cityringen Extension Nordhavn - Early Contractor Involvement

Metroselskabet is tendering for an extension of the Cityringen M4 metro to Nordhavn (CRNHE). CRNHE will consists of two metro-stations from Orientkaj to outer Nordhavn. CRNHE is planned as an elevated line. The metro line will be crossing Skudeløbet in Nordhavn. The extension is expected to ready to open in …

CPV: 45000000 Bauarbeiten, 45230000 Bauarbeiten für Rohrleitungen, Fernmelde- und Stromleitungen, für Autobahnen, Straßen, Flugplätze und Eisenbahnen; Nivellierungsarbeiten, 71000000 Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen, 71220000 Architekturentwurf, 71300000 Dienstleistungen von Ingenieurbüros, 71311230 Dienstleistungen im Eisenbahnbau
Ausführungsort:
Cityringen Extension Nordhavn - Early Contractor Involvement
Vergabestelle:
Metroselskabet I/S
Vergabenummer:

1. Buyer

1.1 Buyer

Official name : Metroselskabet I/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : Cityringen Extension Nordhavn - Early Contractor Involvement
Description : Metroselskabet is tendering for an extension of the Cityringen M4 metro to Nordhavn (CRNHE). CRNHE will consists of two metro-stations from Orientkaj to outer Nordhavn. CRNHE is planned as an elevated line. The metro line will be crossing Skudeløbet in Nordhavn. The extension is expected to ready to open in 2030. The existing M4 line in Nordhavn is an attractive and function part of the network, but the CRNHE project aims to improve in terms of sustainability, passenger experience and operation. The project is divided into two major contracts: Integrated Works Contract (IWC Contract) – This contract overall covers design, civil works, permanent way and access control and is procured by this contract notice. For further details on the services and works included in the contract see below and for at detailed description please refer to: Scope of Works, doc id.CR-MS-GEN=NHE-CG-CON-SPE-000004. Transportation System Contract (TS-contractor) - all other transportation systems. Besides the two major contracts Metroselskabet will be entering into contract with different consultants on other parts of the project, such as Areas and Rights, Environmental Impact Assessment consultancy etc. The IWC contract covers the following disciplines: Viaducts & elevated structures, including sub-structure Elevated Stations Temporary works for completion of the permanent works. Architectural Finishes Sustainability & Carbon Initiatives Alignment & Permanent way Noise screens, noise & vibration monitoring and mitigation Geology & Hydrogeology Technical Buildings & installations Electrical Works & Power Supply for stations and elevated structures Mechanical Works for stations and elevated structures Access Control Traction Power (3rd rail) Interface to SCADA Preparatory Works Technical Safety (Jernbanesikkerhed) Technical Interfaces Finishing Works Worksites Identification & planning for utility relocation Climate Protection Strategy Environmental Management Risk Management Interfaces with city development, Østlig Ringvej. Construction Programming Construction Budgeting The IWC might also be asked to do some early works, such as diversion of utilities and public road diversions, certain utility diversions, demolition or other tasks identified as part of the collaboration phase. CRNHE is one of the first larger projects where Metroselskabet´s ambitions of reducing the climate impact by 50% will be a significant factor impacting the solution of the project. And Metroselskabet would like to benefit from the contractor´s knowledge and experiences with the construction industry. Metroselskabet has assessed that to achieve the reduction of the climate footprint it is necessary for Metroselskabet and the contractor to work very closely together by bringing in the contractor and his design team (Integrated Works Contractor) at a very early stage of the project. Thus, Metroselskabet has decided to procure the CRNHE as an Early Contractor Involvement (ECI) project. After the designing of the metro line, Metroselskabet will enter into a Design and Build contract (based on ABT18) with the Integrated Works Contractor (IWC) The project is divided into two main phases with underlying stages and gate stages: Phase 1: Collaboration Phase – A phase where the project will be designed and developed in close collaboration between Metroselskabet, the Integrated Works Contractor. The collaboration Phase is contractually regulated by a collaboration agreement, Collaboration Terms and Conditions, doc. id. CR-MS-GEN=NHE-CG-CON-SPE-000002-ATT14 and a conditional Design and Build contract (ABT18). doc. id CR-MS-GEN=NHE-CG-CON-SPE-000002. The collaboration agreement can be terminated by the Integrated Works Contractor and/or Metroselskabet at convenience. The conditioned ABT18 contract will enter into force if the pre-requisites, are met. Please Refer to the Design and Build Contract, doc id: CR-MS-GEN=NHE-CG-CON-SPE-000002, section 1.1. In the collaboration phase the Integrated Works Contractor is liable for the design as well as the time schedule, pricing and constructability of the project. Also, the contractor should focus on ensuring a close collaboration with the Transportation System contractor, EIA consultant, the Areas and Rights consultant and possible early works contractors. The engineers and the architects of the Integrated Works Contractor are expected to focus on the development of the design, reducing carbon emissions and improving passenger experience. Phase 2: Construction Phase – After signing the ABT18 contract, the project moves into the construction phase. The Construction consists of a detailed design stage and a construction stage. In the construction phase the Integrated Works Contractor is expected (among other things) to keep focus on collaborating closely with Metroselskabet and the Transportation System contractor, reducing the carbon footprint, time, costs and quality during construction The applicant should apply for prequalification with a design team - both architects and engineering discipline consultants. Metroselskabet will focus on the architectural appearance and materiality proposed for the two new stations. The architecture should comply with the ambition of significantly reducing the carbon footprint. Metroselskabet would like to be challenged by the architects of the two new stations and the possibility for development under/over the viaduct. The applicant is encouraged to include an architect with substantial experience with similar complex and onerous functional type projects, yet providing creative and innovative architectural solutions, while maintaining high level of functional clarity in the design.
Procedure identifier : afa726d8-7911-4e90-b011-eca479e2dff5
Type of procedure : Competitive dialogue
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : In accordance with the Utilities Directive section 48 subsection 3 all parts of the descriptive document (tender documentation) can be subject to discussions during the dialogue phase. The overall themes for the dialogue phase is: 1)Collaboration - establishing and maintaining a joint culture of collaboration, onboarding and disagreement management, 2) Processes for design, planning (time schedule), risk management and open books, calculations and cost break down, 3)Key Personnel and Organisation and 4)Price, including definition of overhead and profit and the range between minimum and maximum percentage. Please refer to Instructions to Tenderers section 5. Due to the competitive dialogue procedure, Metroselskabet has decided to pay each tenderer a Tender Fee DKK 500,000 excl. VAT for the participation in the dialogue phase and for the submission of a compliant final tender that meets all the requirements of the tender documentation.documents, cf. section 4.1 (“Tender Fee”). The winning tenderer will not receive a Tender Fee. If the tenderer submits a tender as a consortium, joint venture or similar association of companies (“Consortium”), the Tender Fee will only be paid to the Consortium and not to each participant in the Consortium.

2.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311230 Railway engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services

2.1.2 Place of performance

Postal address : Metrovej 5
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information : The tenderer will be excluded from participation in the tender procedure if the tenderer is subject to the mandatory grounds for exclusion mentioned in Sections 134 a, 135 and 136 of the Danish Public Procurement Act (Act No. 10 of 6 January 2023), cf. Order on the procedures for entering into contracts within water, energy, transport and postal services (Order no. 1078 of 29 June 2022) Section11, or the grounds for exclusion listed in Section 137, unless the tenderer has presented sufficient documentation that it is reliable in accordance with Section 138 of the Public Procurement Act. It is the assessment of Metroselskabet, that the procured contract is not suitable for being divided into smaller contracts as the risk of the interfaces of between the contracts may cause disruptions to the execution of the contract and challenge the intention of the collaboration phase.

2.1.4 General information

Additional information : The application for prequalification must be submitted via Byggeprojekt, please refer to byggeprojekt project no. [11476]. Please be aware of regulation 2022/576 of 8.th of April 2022, article 5k, by which public entities are not allowed to enter into contract with certain suppliers and individuals with connections to Russia. As part of the application the applicant must submit a declaration regarding sanctions against Russia. Please, refer to Declaration Sanctions Against Russia, doc id. CR-MS-GEN=NHE-CG-CON-NOT-000001-ATT2. A)Submission of documentation: I)Documentation for information in the ESPD For applicant registered in Denmark, a Serviceattest will be sufficient documentation. For applicants registered outside Denmark, please refer to https://ec.europa.eu/tools/ecertis/#/homePage for information on sufficient documentation for the mandatory and voluntary grounds for exclusion II)For documentation regarding section 137, section 1, no 4) in the Danish Procurement Act, please refer to Instruction to Tenders section 8. Metroselskabet may request a declaration made by a external legal adviser regarding the legality of the consortium or joint venture with relations to the Danish Competition rules and regulations. III)Documentation for compliance with minimum requirements: Economical and Financial minimums requirements: Unless the information is publicly available, compliance with minimum requirements is documented at Metroselskabet`s request by sending an auditor-signed annual report, annual report with a corresponding endorsement from the country where the applicant/tenderer is established and which shows that the annual report is final, or other documentation in accordance with Section 154 of the Public Procurement Act, cf. of the implementation order Section 12, last sentence. IV)Documentation for compliance with the minimum requirements for being pre-qualified must forwarded by the applicant themselves - or if the applicant/tenderer is a consortium or similar, and/or the applicant/tenderer is based on supporting entities – all participants in the consortium and/or applicant/tenderer and supporting companies. IV)Professional and technical Capacity minimums requirements: The information in the references constitutes the documentation for compliance with the minimum requirements for technical and professional capacity and the criteria for limiting the number of candidates.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law :
Arrangement with creditors :
Assets being administered by liquidator :
Bankruptcy :
Breaching obligation relating to payment of social security contributions :
Breaching obligation relating to payment of taxes :
Breaching of obligations in the fields of environmental law :
Breaching of obligations in the fields of labour law :
Breaching of obligations in the fields of social law :
Breaching of obligations set under purely national exclusion grounds :
Business activities are suspended :
Child labour and including other forms of trafficking in human beings :
Conflict of interest due to its participation in the procurement procedure :
Corruption :
Direct or indirect involvement in the preparation of this procurement procedure :
Early termination, damages, or other comparable sanctions :
Fraud :
Grave professional misconduct :
Agreements with other economic operators aimed at distorting competition :
Insolvency :
Money laundering or terrorist financing :
Participation in a criminal organisation :
Terrorist offences or offences linked to terrorist activities :
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure :

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Cityringen Extension Nordhavn - Early Contractor Involvement
Description : Metroselskabet is tendering for an extension of the Cityringen M4 metro to Nordhavn (CRNHE). CRNHE will consists of two metro-stations from Orientkaj to outer Nordhavn. CRNHE is planned as an elevated line. The metro line will be crossing Skudeløbet in Nordhavn. The extension is expected to ready to open in 2030. The existing M4 line in Nordhavn is an attractive and function part of the network, but the CRNHE project aims to improve in terms of sustainability, passenger experience and operation. The project is divided into two major contracts: Integrated Works Contract (IWC Contract) – This contract overall covers design, civil works, permanent way and access control and is procured by this contract notice. For further details on the services and works included in the contract see below and for at detailed description please refer to: Scope of Works, doc id.CR-MS-GEN=NHE-CG-CON-SPE-000004. Transportation System Contract (TS-contractor) - all other transportation systems. Besides the two major contracts Metroselskabet will be entering into contract with different consultants on other parts of the project, such as Areas and Rights, Environmental Impact Assessment consultancy etc. The IWC contract covers the following disciplines: Viaducts & elevated structures, including sub-structure Elevated Stations Temporary works for completion of the permanent works. Architectural Finishes Sustainability & Carbon Initiatives Alignment & Permanent way Noise screens, noise & vibration monitoring and mitigation Geology & Hydrogeology Technical Buildings & installations Electrical Works & Power Supply for stations and elevated structures Mechanical Works for stations and elevated structures Access Control Traction Power (3rd rail) Interface to SCADA Preparatory Works Technical Safety (Jernbanesikkerhed) Technical Interfaces Finishing Works Worksites Identification & planning for utility relocation Climate Protection Strategy Environmental Management Risk Management Interfaces with city development, Østlig Ringvej. Construction Programming Construction Budgeting The IWC might also be asked to do some early works, such as diversion of utilities and public road diversions, certain utility diversions, demolition or other tasks identified as part of the collaboration phase. CRNHE is one of the first larger projects where Metroselskabet´s ambitions of reducing the climate impact by 50% will be a significant factor impacting the solution of the project. And Metroselskabet would like to benefit from the contractor´s knowledge and experiences with the construction industry. Metroselskabet has assessed that to achieve the reduction of the climate footprint it is necessary for Metroselskabet and the contractor to work very closely together by bringing in the contractor and his design team (Integrated Works Contractor) at a very early stage of the project. Thus, Metroselskabet has decided to procure the CRNHE as an Early Contractor Involvement (ECI) project. After the designing of the metro line, Metroselskabet will enter into a Design and Build contract (based on ABT18) with the Integrated Works Contractor (IWC) The project is divided into two main phases with underlying stages and gate stages: Phase 1: Collaboration Phase – A phase where the project will be designed and developed in close collaboration between Metroselskabet, the Integrated Works Contractor. The collaboration Phase is contractually regulated by a collaboration agreement, Collaboration Terms and Conditions, doc. id. CR-MS-GEN=NHE-CG-CON-SPE-000002-ATT14 and a conditional Design and Build contract (ABT18). doc. id CR-MS-GEN=NHE-CG-CON-SPE-000002. The collaboration agreement can be terminated by the Integrated Works Contractor and/or Metroselskabet at convenience. The conditioned ABT18 contract will enter into force if the pre-requisites, are met. Please Refer to the Design and Build Contract, doc id: CR-MS-GEN=NHE-CG-CON-SPE-000002, section 1.1. In the collaboration phase the Integrated Works Contractor is liable for the design as well as the time schedule, pricing and constructability of the project. Also, the contractor should focus on ensuring a close collaboration with the Transportation System contractor, EIA consultant, the Areas and Rights consultant and possible early works contractors. The engineers and the architects of the Integrated Works Contractor are expected to focus on the development of the design, reducing carbon emissions and improving passenger experience. Phase 2: Construction Phase – After signing the ABT18 contract, the project moves into the construction phase. The Construction consists of a detailed design stage and a construction stage. In the construction phase the Integrated Works Contractor is expected (among other things) to keep focus on collaborating closely with Metroselskabet and the Transportation System contractor, reducing the carbon footprint, time, costs and quality during construction The applicant should apply for prequalification with a design team - both architects and engineering discipline consultants. Metroselskabet will focus on the architectural appearance and materiality proposed for the two new stations. The architecture should comply with the ambition of significantly reducing the carbon footprint. Metroselskabet would like to be challenged by the architects of the two new stations and the possibility for development under/over the viaduct. The applicant is encouraged to include an architect with substantial experience with similar complex and onerous functional type projects, yet providing creative and innovative architectural solutions, while maintaining high level of functional clarity in the design.

5.1.1 Purpose

Main nature of the contract : Works
Additional nature of the contract : Services
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
Additional classification ( cpv ): 71300000 Engineering services
Additional classification ( cpv ): 71311230 Railway engineering services
Additional classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71220000 Architectural design services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 6 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 900 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : Ad section 5.1.5 The indicated contract value is estimated.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : It is a minimum requirement for technical and professional ability that applicants have experience from similar projects, see definition of “similar” projects below. The applicant must have experience from at least 2 similar projects which have been completed within the last 10 years calculated from the date of the prequalification deadline (completion means handover in accordance with AB/ABT 18 or similar set of rules). As preliminary evidence of the minimum technical and professional capacity, the applicant shall provide a maximum of 6 references in its ESPD that individually or collectively meet the minimum requirement. If an applicant includes more than 6 references, Metroselskabet will only assess the 6 newest (in years) references determined based on the time of completion, see above. “Similar” projects mean: (1)Projects showing experiences with design and constructions of metros, viaducts, railways and/or bridges crossing water (2) Projects showing experiences with early contractor involvement, where the applicant is part of a team consisting of a design consultant and an executing contractor who, together with the client, develop and finalize the project based on a project tendered on an early basis before the transition to the execution phase; (3)Projects showing experiences which includes architectural solutions for the structures mentioned above and/or structures of a similar complexity to a station (major schools, major buildings with public access, other public transport facilities), and where there has been focus on climate impact in overall concept design. The references should include the following information: a)Client for the project, b)Start and completion date, c)Total contract value of the entire project in euros excluding VAT, d)The fee paid to the applicant for the services, e) Short description of the project including the type of construction and the nature of the services – delivered. The services delivered could include active use of digital building models, digital tools, data in planning of the project, the design of the project and in the construction phase, use of open book during collaboration, monitoring carbon reductions through all phases of the project f)The applicant´s role in the project, (e.g. consultant, lead consultant, sub-consultant, design build contractor, general contractor, subcontractor) Metroselskabet has assessed that similar projects with a handover date within the last 5 years calculated from the date of the prequalification deadline does not provide a sufficient basis for competition, as similar projects are rarely procured. Thus, the references may include projects completed within 10 years, see above. Each reference must not exceed 3 A4pages. If a reference exceeds more than 4 A4pages Metroselskabet will disregard any pages above 3 A4pages. If more than 3 applicants fulfill the minimum requirements in terms of technical and professional ability and economic and financial capacity,see below, the selection of the applicants who will be invited to participate in the competitive dialogue will be based on an overall assessment of (1) which applicants have documented the most relevant experience based on the above definition of similar projects and based on the economic value and complexity of the projects to the procured contract and on an overall assessment of (2) which 3 applicants will form the most competitive field of tenderers. The information provided by the applicants in the references in the ESPD will constitute the final proof of compliance with the minimum requirement for technical and professional ability and the selection criterion. If an application for prequalification is submitted by a consortium or joint venture, each of the participants in the joint venture or consortium must submit an ESPD containing the information described above. If an applicant relies on another economic entity (supporting entity) for fulfillment of the technical and professional requirements, the supporting entity must submit a declaration of support. Template for declaration of support is included in the tender documentation. Please refer to CR-MS-GEN=NHE-CG-CON-NOT-000001-ATT1 Declaration of Support. The consortium or joint venture must fulfill the minimum requirement, see above.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Specific yearly turnover
Description : It is a minimum requirement for economic and financial capacity that applicants meet the following requirements regarding financial ratios: If the applicant relies on supporting entity (or entities) to meet the minimum requirement for equity, the equity for the supporting entity should be submitted. The information regarding the Yearly Turnover of the applicant must be submitted in the ESPD. If an application for prequalification is submitted by a consortium or joint venture, an ESPD containing the above mentioned financial and economic information must be submitted for each participant in the consortium or joint venture. Information on yearly turnover should also be submitted in a separate ESPD for the supporting entity on whom the applicant relies economically and financially. Before signing the contract, a fully completed consortium/joint venture statement must be submitted to the Metroselskabet (if the winning tenderer is a consortium/joint venture) together with powers of attorney authorizing the persons signing the consortium/joint venture statement to do so. Please refer to CR-MS-GEN=NHE-CG-CON-NOT-000001-ATT3 Declaration Consortium.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : It is a minimum requirement for economic and financial capacity that applicants meet the following requirements regarding financial ratios: If the applicant relies on supporting entity (or entities) to meet the minimum requirement for equity, the equity for the supporting entity should be submitted. Equity - The equity must be positive in the last 3 available financial years The applicant must submit a completed version of the European Single Procurement Document(ESPD, including Part IV), section B. The information regarding the equity of the applicant must be submitted in the ESPD. If an application for prequalification is submitted by a consortium or joint venture, an ESPD containing the above mentioned financial and economic information must be submitted for each participant in the consortium or joint venture. Information on equity should also be submitted in a separate ESPD for the supporting entity on whom the applicant relies economically and financially. If the applicant relies on supporting entity (or entities) to meet the minimum requirement for equity, the equity for the supporting entity should be submitted. The equity for the applicant and the supporting entity will be added and the combined equity for the applicant and the supporting entity must be positive in the last 3 available financial years, c.f. the minimum requirement above. If the applicant is a consortium or joint venture the total equity for the consortium/joint venture must be positive in the last 3 available financial years, c.f the minimum requirement below. If the applicant relies on another economic entity (supporting entity) for fulfillment of the economic and financial requirements, the supporting entity must submit a declaration of support. Template for declaration of support is included in the tender documentation. Please referCR-MS-GEN=NHE-CG-CON-NOT-000001-ATT1Declaration of Support.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : It is a minimum requirement for economic and financial capacity that applicants meet the following requirements regarding financial ratios: Quick ratio (Acid-test Ratio) (in Danish Likviditetsgrad)- The applicant´s quick ratio must be at least 100% in the last available financial year The quick ratio is calculated as: Quick Ratio = Cash+Marketable Securities+Accounts Receivable/Current Liabilities. The applicant must submit a completed version of the European Single Procurement Document(ESPD, including Part IV), section B.If the applicant relies on supporting quick ratio (or entities) to meet the minimum requirement for quick ratio, the quick ratio for the supporting entity should be submitted. The information regarding the quick ratio must be submitted in the ESPD. If an application for prequalification is submitted by a consortium or joint venture, an ESPD containing the above mentioned financial and economic information must be submitted for each participant in the consortium or joint venture. Information on quick ratio should also be submitted in a separate ESPD for the supporting entity on whom the applicant relies economically and financially. If the applicant relies on supporting entity (or entities) to meet the minimum requirement for quick ratio, the quick ratio for the supporting entity should be submitted. The quick ratio for the applicant and the supporting entity will be added and the combined equity for the applicant and the supporting entity must be positive in the last available financial year, c.f. the minimum requirement above. If the applicant is a consortium or joint venture the total quick ratio for the consortium/joint venture must be positive in the last available financial year, c.f the minimum requirement above. If the applicant relies on another economic entity (supporting entity) for fulfillment of the economic and financial requirements, the supporting entity must submit a declaration of support. Template for declaration of support is included in the tender documentation. Please refer CR-MS-GEN=NHE-CG-CON-NOT-000001-ATT1 Declaration of Support.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : It is a minimum requirement for economic and financial capacity that applicants meet the following requirements regarding financial ratios: Result after Taxes. The result after taxes must be positive for the last 3 available financial years. Result after taxes is understood as: Result After Taxes (Net Income)=Revenue−Total Expenses (including taxes), Where Revenue is the total income from business activities and Total Expenses include operating costs, interest expenses, and taxes owed. The applicant must submit a completed version of the European Single Procurement Document (ESPD, including Part IV), section B.If the applicant relies on supporting entity (or entities) to meet the minimum requirement for Result after Taxes, the Result after Taxes for the supporting entity should be submitted. The information regarding the result after taxes must be submitted in the ESPD. If an application for prequalification is submitted by a consortium or joint venture, an ESPD containing the above mentioned financial and economic information must be submitted for each participant in the consortium or joint venture. Information on result after taxes should also be submitted in a separate ESPD for the supporting entity on whom the applicant relies economically and financially. If the applicant relies on supporting entity (or entities) to meet the minimum requirement for result after taxes, the result after taxes for the supporting entity should be submitted. The result after taxes for the applicant and the supporting entity will be added and the combined equity for the applicant and the supporting entity must be positive in the last 3 available financial years, c.f. the minimum requirement above. If the applicant is a consortium or joint venture the result after taxes for the consortium/joint venture must be positive in the last 3 available financial years, c.f the minimum requirement above. If the applicant relies on another economic entity (supporting entity) for fulfillment of the economic and financial requirements, the supporting entity must submit a declaration of support. Template for declaration of support is included in the tender documentation. Please refer CR-MS-GEN=NHE-CG-CON-NOT-000001-ATT1 Declaration of Support.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Schedule of Prices
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Price
Name :
Description : Hourly rates
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Price
Name :
Description : Overhead and Profit
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name :
Description : Collaboration
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name :
Description : Processes
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Key Personnel and Organisation
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
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

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 26/02/2025

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 : When commencing the Construction phase the contractor must provide a performance bond. The performance bond must be be provided by a recognized guarantor (bank, insurance company or other financial institution) who has been assessed by at least one of the following three credit rating agencies: Moody's, Standard & Poor's or Fitch. All costs related with the performance bond, including stamp duty, are borne by the contractor. Please refer to CR-MS-GEN=NHE-CG-CON-SPE-000002-ATT1 ABT/SB section 9. The guarantor must not have a long-term rating worse than A3/A-/A- at any of the credit rating agencies where it is rated. If, after the security has been provided, the guarantor's assessment no longer meets the above requirements, the client is entitled to demand a new security from a guarantor who meets the requirements. Please refer to CR-MS-GEN=NHE-CG-CON-SPE-000002-ATT3 Sikkerhedsstillelse.
Deadline for receipt of requests to participate : 06/03/2025 15:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The collaboration phase will be contractually covered by a conditioned ABT18 contract and a Collaboration Agreement. The contract is based on ABT18 with Metroselskabets deviations and amendments.ABT18 contract language is Danish. Any courtesy translations made by Metroselskabet will not prevail. Working language will be English, however meetings with authorities (Metroselskabet will be lead) will be conducted in Danish, also some input to the Environmental Impact Assessment must be submitted in Danish. The Integrated Works Contractor will be paid by the hour during the collaboration phase based on ATRs agreed with Metroselskabet, please refer to CR-MS-GEN=NHE-CG-CON-SPE-000002-ATT14 Collaboration Terms and Conditions. At the time of entering into unconditional ABT18 contract, the lump sum for the detailed design and construction must be agreed between Metroselskabet and the Integrated Works Contractor, please refer to Design and Build contract doc. id. CR-MS-GEN=NHE-CG-CON-SPE-000002.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : When commencing the Construction phase the contractor must provide a performance bond. The performance bond must be be provided by a recognized guarantor (bank, insurance company or other financial institution) who has been assessed by at least one of the following three credit rating agencies: Moody's, Standard & Poor's or Fitch. All costs related with the performance bond, including stamp duty, are borne by the contractor. The guarantor must not have a long-term rating worse than A3/A-/A- at any of the credit rating agencies where it is rated. If, after the the performance bond has been provided, the guarantor's assessment no longer meets the above requirements,Metroselskabet is entitled to demand a new performance bond from a guarantor who meets the requirements. Please refer to ABT18 appendix B for a template for the standard form for performance bonds.

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 : Metroselskabet I/S - Danish Board of Complaints
Information about review deadlines : In accordance with Act no 492 of 12 May 2010 with subsequent amendments appeals regarding failure to become pre-qualified shall be submitted to the Complaint Board for Public Procurements within 20 calendar days, counting from the date after issue of notification to applicants regarding which applicants have been prequalified, cf. section 7, subsection 1 of the Act of the Act, if this notification includes a brief account of the relevant reasons for the decision. Other appeals must be submitted to the Complaint Board for Public Procurement within 45 calendar days after publication of announcements on a concluded contract in the Official Journal of the European Union.
Organisation providing additional information about the procurement procedure : Metroselskabet I/S -
Organisation providing offline access to the procurement documents : Metroselskabet I/S -
Organisation providing more information on the review procedures : Metroselskabet I/S - Danish Competition and Consumer Agency
Organisation receiving requests to participate : Metroselskabet I/S -
Organisation processing tenders : Metroselskabet I/S -

8. Organisations

8.1 ORG-0003

Official name : Metroselskabet I/S
Registration number : 30823699
Postal address : Metrovej 5
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Vibeke Jessen
Email : vij@m.dk
Telephone : 72424802
Internet address : www.m.dk
Buyer profile : www.m.dk
Other contact points :
Official name : Danish Board of Complaints
Department : www.klfu.dk
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : 72405600
Internet address : www.klfu.dk
Information exchange endpoint (URL) : www.klfu.dk
Other contact points :
Official name : Danish Competition and Consumer Agency
Department : www.kfst.dk
Postal address : Carl Jacobsens Vej 35 2500 Valby
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : 41715000
Internet address : www.kfst.dk
Information exchange endpoint (URL) : www.kfst.dk
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
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 691b919c-9e7f-4aaf-a74c-97349b6437c4 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 14:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00074244-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025