FORSVARSMINISTERIETS EJENDOMSSTYRELSE has floated a tender for Contract notice: Architectural, construction, engineering and inspection services. The project location is Denmark and the tender is closing on 27 Sep 2019. The tender notice number is 332572-2019, while the TOT Ref Number is 34720324. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Architectural, construction, engineering and inspection services

Deadline : 27 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 34720324

Document Ref. No. : 332572-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FORSVARSMINISTERIETS EJENDOMSSTYRELSE
Office Name: Forsvarsministeriets Ejendomsstyrelse
Address: Arsenalvej 55
Town: Hjørring
Postal Code: 9800
Contact Point: Udbudsjurist Christian Norup

Phone: +45 25425886

Denmark
Email :fes-ues06@mil.dk
URL :www.ejendomsstyrelsen.dk

Tender Details

Object of the contract
Architectural, construction, engineering and inspection services

Description: Contract notice: Architectural, construction, engineering and inspection services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 71000000, 71500000, 71311000, 71530000, 71240000, 71320000, 71220000, 71420000, 71000000, 71500000, 71311000, 71530000, 71240000, 71320000, 71220000, 71420000
CPV Description: Architectural, construction, engineering and inspection services.

Construction-related services.

Civil engineering consultancy services.

Construction consultancy services.

Architectural, engineering and planning services.

Engineering design services.

Architectural design services.

Landscape architectural services.

Rammeaftale for totalradgivning

Reference Number : 2018/005826

ForsvarsministerietsReal Estate Agency (FES) handles all construction and construction projects at the Ministry of Defense`s establishments in Denmark. The offering thus concerns a framework agreement which has the purpose of covering FES`s need for total consultancy in connection with the implementation of construction and construction projects. 6500buildings, including:

Offices and administration, auditorium and teaching, accommodation building, laboratory, music room, archive facilities, workshop (standard), workshop (specialist workshop), workshop (hangar), garage hangar / sink, garage (standard), warehouse (heated, contain workplaces), depot (heated and unheated), depot heated incl. laundry facilities, etc., stalhal, infirmeri, sports hall, shooting ranges, installations, roads and infrastructure, runways, quay facilities and harbor extension, physical security and perimeter security.

Buildings are of different age and condition.

The contracting authority also owns 187 protected buildings, which are distributed as follows:

Partial agreement3 West Jutland: 1

Sub-agreement 4 South Jutland: 2

Sub-agreement 5 Vestsjaelland: 2

Sub-agreement 6 0stsjaelland Bornholm: 182 (82 pa 0stsjaeland and 100 p- Bornholm)

There will be great diversity in the types of tasks, which are expected to deal with both newbuilding, extension, renovation, modernization, maintenance, etc. In addition, a larger amount of tasks related to office and education facilities and buildings are expectederier with a high installation technical level, secured facilities (mechanical and electronic) as well as buildings relating to environmental and energy optimization, including climate protection. The tasks will also be of a greater and lesser nature as well as complexity, just as it is expected that the projects will be carried out in various tender and contract forms.It is the most economically advantageous offer. Fees under the framework agreement are awarded through direct allocation or mini-offer. The criteria for the choice between direct allocation and mini-tender are specified in the framework agreement, cf. 7. When using a mini-offer, the fee agreement is sent in a mini-offer for the total of 4 publishers on sub-agreement 1 and sub-agreement 2.

Honorary agreements under the framework agreement will contain those in appendix 4(Benefit form) checked services. The content of the individual remuneration agreements may, however, vary in nature and scope, and the Contracting Authority is not subject to any requirement that all the checked services in the description of benefits must be included in each individual remuneration agreement. that certain key tasks are performed directly by the tenderer sriver. A task can be characterized as central when the task requires intensive and continuous cooperation between the Contracting Authority and the tenderer, or when the task requires a special degree of confidentiality. It will appear from the specific fee agreement if the contracting authority utilizes this access.

-

The contracting authority has set a number of limitations in relation to which and how many sub-agreements, a biddercan win.

1) A bidder can be allocated a maximum of space on a sub-contract per. area and only allocated space in two out of three areas on the framework agreement.

2) The tenderer can only be ranked No. 1 on a sub-agreement out of 6 sub-agreements on this framework agreement. overall repeater and support unit or sub-provider for another twospeech advisor on the same sub-agreement and / or both sub-agreements in the same area or (ii) acted as support unit or sub-advisor to two total sub-contractors on a sub-agreement and / or both sub-agreements in the same area. and professional supervision. Tenderer can only be awarded a sub-contract per. surrounded by the two framework agreements.In addition, a bidder can only be awarded three places across the two framework agreements.

5) The above limitations are suspended if there are too many fitness offers., Section IV.B, stating the following information, cf. sections 142 and 154 of the Public Procurement Act:

1) Tenderer`s average turnover for the 3 most recent available financial statements

2) Tenderer`s solvency ratio in each of the last 3 available financial years

(turnover of the last three available financial statements):

Declaration on the average turnover of the tenderer in the 3 most recent available financial statements. For an association of companies (eg a consortium), the information must be provided foreach of the participating companies in the association. If the bidder bases itself on the financial and financial assets of other entities (eg a parent, a sister company or a sub-subordinate), the information must also be provided for these entities. financial year. By an association of companies (e.g.. a consortium) the information must be provided for each of the participating companies in the association. If the bidder bases itself on the financial and financial form of other entities, the information must also be provided for these entities. If so, the requirements must be vthe companies of the association together. A declaration of solidarity must be given when the consortium is awarded the framework agreement.r documenting the resources required to fulfill the framework agreement by submitting a statement of support. Otherwise, the Contracting Authority will not pay attention to the financial and financial shape of other entities than the tenderer`s own. The contracting authority has prepared a template for this (support statement).

ESPD acts as a preliminary evidence that the tenderer meets minimum requirementsl suitability in relation to economic and financial capacity. Before awarding the Framework Agreement, the Tenderers intending to award the Framework Agreement must provide evidence that the information contained in the ESPD is correct. Allocation includes:

1) financial statements, if the Contracting Authority does not, on its own initiative, provide verification of the information provided by the bidder and any supporting companies in Part IV, paragraph B of the ESPD, through a national, publicly accessible register, and the prompt publication of financial statements is mandatory in the country where the bidder is

- As soon as the tenderer is unable to obtain ars accounts, acceSimilarly, any other document capable of representing the financial and financial requirements set out in Title III.1.2 of the contract notice shall be furnished; ) the auditor`s statement of the solvency ratio foFor the most recent available financial statements, the solvency ratio does not appear directly from the financial statements or from a similar document as mentioned above. It is the tenderer`s responsibility to keep abreast of any publications on iBinder. For access to the tender documents, tenders must beeager to be registered as a user. Registration is free of charge;

2) As soon as the offer contains several editions (versions) of the same document, the latest uploaded version will be valid; iBinder;

4) As part of its offer, the tenderer must submit an ESPD as et provisional proof of the provisions of section 148 (1) of the Public Procurement Act. 1, no. 1-3, the mentioned conditions. In the case of an association of undertakings, a separate ESPD shall be submitted for each participating economic operator. If the bidder is based on the assets of other entities, an ESPD must be submitted for each of the entities to which it is based;the tenderer, if the tenderer is covered by the exclusion grounds referred to in section 135-136 of the Public Procurement Act, and the grounds for exclusion stated in section 137 (1) of the tendering act. 1, no. 1, 2 and 4, unless the tenderer has provided sufficient evidence that this is trustworthy in accordance with section 138 of the invitation to tender Act.The information that will be obtained for verification of information provided in the ESPD prior to notification of award includes:

- service certificate or similar documentation, including: - extracts from the relevant register or equivalent document issued by a competent judicial oradministrative authority showing that the tenderer is not covered by the exclusionary grounds, - certificate issued by the competent authority of that country as proof that the tenderer is not covered by the exclusionary grounds, - - under oath, or not so is used in the tenderer`s home country, a declaration of faith and laws made for a competent courtor administrative authority, for a notary or for a competent professional organization

The documentation must be issued by the competent authority within the last 6 months before forwarding to the contracting authority.
Internet address (URL): www.ejendomsstyrelsen.dk

Documents

 Tender Notice