23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 128-236147
Offentliggjort

Udbyder

Construction work


Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Odense Letbane P/S
Thomas B. Thriges Gade 32
For the attention of: Mette Ilskjær
5000 Odense C
DENMARK
Telephone: +45 30120654
E-mail: odenseletbanepmo@odense.dk

Internet address(es):

General address of the contracting entity: http://www.odenseletbane.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Other: Urban railway, tramway, trolleybus or bus services
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Odense Tramway — Lots Contract for Transportation System and Rolling Stock.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Odense Municipality.

NUTS code DK031

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
This contract notice covers two lots, which form part of the Odense Tramway System; one lot for the Transportation System package (TS) and one lot for the Rolling Stock package (RS). The lots are described in more detail under ‘Information about lots’ after section II.3).
Once fully established, the Odense Tramway will cover a distance of approximately 14.4 km and include 26 stations. Constructed as a two-track tramway from the Tarup Center in the North West, the Tramway will connect through the inner city and to Hjallese Station in the South.
The construction of Odense Tramway will be tendered out as ‘Design-Build’ and based on the regulations set out by a.o. BOStrab (German Federal Regulations on the construction and operation of light rail transit systems, issued 11.12.1987 and amended by article 1 Nr. 2, regulation from 8.11.2007).
As an option, both contract lots will include an obligation to provide a maintenance service (or part thereof) to the future Operator & Maintainer of the Odense Tramway System in respect of infrastructure, systems, rolling stock, spare parts etc. The maintenance obligation is aligned with the Operation and Maintenance package, which has an initial contract term of 8 years plus an option for 7 years, thus ultimately concluding in 2035.
The Odense Tramway System will also be subject to additional options, which will cater for an expansion in capacity, location and services. Options are included in the respective lot descriptions. Descriptions of lots are found under ‘Information about lots’ after section II.3). Options are described in point ‘5) Additional information about lot’ for each lot.
Both contract lots will be tendered out based primarily on functional requirements supplemented with data information packages regarding the requirements. The CPV codes mentioned under section II.1.6) as well as the scope of contracts indicated in section II.2.1) are high-level and covers both lots. Likewise, the contract period set out in section II.3) is high-level, starting with the first contract and continues through till all options have been exercised. High-level information is further elaborated on under each lot in ‘Information about lots’ after section II.3).
PQ Applicants can apply for prequalification for one lot, two lots separately, or both lots in combination. One application is required per lot or combination. Accordingly, should a PQ Applicant wish to apply for the two lots, both separately and in combination; this requires submission of three separate applications. The PQ Applicant can only be prequalified for the selected lot or combination applied for.
In addition to the two lots tendered out by this notice, the Odense Tramway System also includes the contracts for ‘Odense Tramway — Civil Works’ and ‘Odense Tramway — Operation & Maintenance’, which will be tendered out by separate contract notices commencing 2016.
Under the scope of the overall Odense Tramway Programme, Odense Letbane P/S is handling enabling works in separate contracts and agreements, including construction of bridges, deforestation/forestation, fauna issues and agreed relocation of utilities with local utility owners.
For further background information in respect of the overall Odense Tramway Programme, please refer to Appendix K — ‘The Odense Tramway Programme’.
II.1.6) Common procurement vocabulary (CPV)

45000000, 34600000, 50000000, 71000000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT
Range: between 878 000 000 and 1 586 000 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: Both lots contain options.
Options are included in the respective lot descriptions. Descriptions of lots are found under ‘Information about lots’ after section II.3). Options are described in point ‘5) Additional information about lot’ under each lot.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 1.12.2016 Completion 1.4.2035

Information about lots

Lot No: 1 Lot title: Odense Tramway — LI — Transportation System
1) Short description:
The Transportation System (TS) Contract is tendered out as ‘Design and Build’ (DB). It comprises all tramway infrastructure required for Odense Tramway.
The tramway infrastructure includes, but is not limited to; permanent way, overhead contact system (OCS), power supply, tramway signalling, auto vehicle location system (AVLS), SCADA, telecommunications, passenger information system, control and maintenance centre (CMC), operation and control centre (OCC) as well as drivers' comfort rooms in Tarup and Hjallese.
The TS Contract also includes sub-station buildings as well as foundations and mounting of masts for public lighting inside the tramway construction zone.
Furthermore, the Contract comprises all civil works related to preparation of the tram alignment within the boundaries of the tramway construction zone as well as it includes stations and platforms. The work excludes civil works related to the road bordering the tramway.
For the duration of the contract term, the TS Contract includes requirements for on-going maintenance and support for critical systems, including but not limited to: critical and non-critical spares; IT systems upgrade and refresh; as well as routine planned preventative maintenance.
In respect of maintenance regime, the TS Contractor is obligated to provide an option for maintenance services (or part thereof) for the entire Transportation System. The maintenance service option must be made available for the future Operator and Maintainer of the Odense Tramway System to exercise at his sole discretion.
In respect of station/platforms, the TS Contractor should take note of four ‘high risk’ stations/platforms located at Thomas B. Thriges Gade; Syddansk Universitet (the University); and Nyt Odense Universitetshospital (The hospital/Nyt OUH). Special conditions may apply to these stations/platforms and some work may have to be executed outside the contract period otherwise specified.
The TS Contractor should take note that elements of the transportation system may be detailed designed by Odense Letbane P/S before award of contract.
2) Common procurement vocabulary (CPV)

45000000, 45112200, 45213300, 45213400, 45231300, 45233000, 45233200, 45234115, 45234121, 45234126, 45234127, 45234128, 45234160, 34630000, 50220000, 71000000, 71240000

3) Quantity or scope:
Estimated value excluding VAT
Range: between 750 000 000 and 1 135 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Starting 1.12.2016 Completion 1.4.2035
5) Additional information about lots:
AD SECTION II.2.2) INFORMATION ABOUT OPTIONS
OPTION 1: Maintenance regime for maintenance services (or part thereof) for the entire Transportation System. This maintenance service option must be made available also for the future Operator and Maintainer of the Odense Tramway System to exercise at his discretion.
OPTION 2 — For key systems Hardware, software and devices within the Transportation System; tramway signalling, auto vehicle location system (AVLS), SCADA, passenger information system and the control centre (OCC); the tender documentation will state the required tolerances in capacity (vehicle movements). Option 2 is a specific increase in capacity of up to 100 % of the functional design requirement for the operation of the hardware, software and associated devices. Scalability/increased system capacity delivered according to this Option can be utilised for both Odense Tramway's Line 1 (Tarup — Hjallese) and any future additional Odense Tramway lines.
AD SECTION III.2.3), TECHNICAL CAPABILITY:
Guidelines in Respect of References in point 1) and the Detailed References in point 3):
The References in point 1) and the Detailed Description of References in point 3) must together clarify the PQ Applicant's experience as well as knowledge of the areas of planning, design, and build/rebuild of tramway/metro/rail infrastructures including associated urban realm civil works.
Correspondingly, the descriptions are expected to substantiate the PQ Applicant's references and competencies within the construction and/or rebuilding of tramway/metro/rail infrastructures, maintenance as well as experience with the application of standards such as BOStrab (or equivalent) as well as experience with EU Regulation No. 402/2013 and the Danish road regulations and standards.
The above-mentioned detailed description should not exceed 6 (six) A4 pages.
Lot No: 2 Lot title: Odense Tramway — L2 — Rolling Stock
1) Short description:
The Rolling Stock (RS) Contract includes delivery of rolling stock expected to comprise of approximately 14 (fourteen) trams with a length of approximately 30 (thirty) metres. It furthermore includes delivery of railway service vehicles as well as equipment for Rolling Stock maintenance for the Control and Maintenance Centre.
For the duration of the contract term, the RS Contract includes requirements for on-going maintenance and support for critical systems, including but not limited to: critical and non-critical spares; IT systems upgrade and refresh; as well as routine planned preventative maintenance.
In respect of maintenance regime, the RS Contractor is obligated to provide an option for maintenance services (or part thereof) for the Rolling Stock. The maintenance service option must be made available for the future Operator and Maintainer of Odense Tramway System to exercise at his sole discretion.
2) Common procurement vocabulary (CPV)

34600000, 34620000, 34621200, 34622000, 34630000, 50220000, 71000000, 71220000, 71240000

3) Quantity or scope:
Estimated value excluding VAT
Range: between 300 000 000 and 451 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Starting 1.1.2017 Completion 1.4.2035
5) Additional information about lots:
AD SECTION II.2.2) INFORMATION ABOUT OPTIONS
The tender documents for this lot contains the following options:
OPTION 1
Maintenance regime for maintenance services (or part thereof) for the Rolling Stock. This maintenance service option must be made available also for the future Operator and Maintainer of the Odense Tramway System to exercise at his discretion.
OPTION 2
Additional 1-20 (one to twenty) trams to be called for. Trams delivered according to this Option can be utilised for both Odense Tramway's Line 1 (Tarup — Hjallese) and any future additional Odense Tramway lines.
AD SECTION III.2.3), TECHNICAL CAPABILITY:
Guidelines in Respect of References in point 1) and the Detailed References in point 3):
The detailed descriptions of the PQ Applicant's references are expected to clarify the PQ Applicant's competencies within the areas of designing, building, delivering and maintaining rolling stock in accordance with agreed quality and within agreed time frames.
Correspondingly, the descriptions are expected to substantiate the PQ Applicant's references and competencies with the application of standards such as BOStrab or equivalent as well as EU Regulation No. 402/2013.
The above-mentioned detailed description should not exceed 6 (six) A4 pages.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Reference is made to the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference is made to 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 the contract is awarded to a consortium; every single member of the consortium must undertake joint liability and name an Authorised Representative with full power of attorney to act on behalf of the consortium.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Contract will contain an obligation to respect Social Clauses, which will be further specified 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: Appendices and templates for the Prequalification (PQ) Application are available on the DOCIA web page. For details about DOCIA, please refer to ‘Section VI.3) Additional information’ under ‘INFORMATION ABOUT DOCIA’. The Prequalification Applicant (PQ Applicant) is strongly encouraged to use the templates for the PQ Application in order to secure that all required information is submitted correctly.
For each contract lot or combination of lots, which the PQ Applicant wish to apply for (A, B or C below), the PQ Applicant must submit 1 (one) Prequalification (PQ) Application along with the required supplementary documentation requested in sections III.2.1), III.2.2) and III.2.3).
Appendix A on DOCIA provides a ‘PQ Application’ template, which along with the templates in Appendices B to J may aid the PQ Applicant in securing that all required information is submitted correctly.
The PQ Application must state, whether it concerns:
A — Lot 1: ‘Odense Tramway — L1 — Transportation System’; OR
B — Lot 2: ‘Odense Tramway — L2 — Rolling Stock’; OR
C — Lot 1 and Lot 2: ‘Odense Tramway — L1 — Transportation System’ and ‘Odense Tramway — L2 — Rolling Stock’.
For each PQ Application, the PQ Applicant is required to submit the following documentation for this section III.2.1):
1) — Description of the PQ Applicant's company; or description of each of the members in the consortium (if applicable). The description(s) must be made in accordance with the requirements found in the template provided by Appendix B on DOCIA.
2) — A solemn declaration; made in accordance with the requirements found in the template provided by Appendix C on DOCIA. The declaration must state, whether the PQ Applicant has outstanding debts payable to public authorities in the form of taxes, duties and social security contributions according to legislation in the country where the PQ Applicant is established or in Denmark in accordance with the Danish Consolidation Act. No 336 of 13.5.1997 on the restriction of Debtors' Options for Participating in Public Procurement Procedures and on the Amendment of Certain other Acts. The declaration(s) must not be older than six months when submitting the prequalification application.
Where the PQ Applicant is a consortium, each of the members in the consortium must comply with this requirement in point 2).
3) — A solemn declaration, made in accordance with the requirements found in the template provided by Appendix D on DOCIA, stating whether the PQ Applicant is excluded from participating in a public contract due to the reasons stated in Article 45 of Directive 2004/18/EC, cf. Article 54, paragraph 4 of Directive 2004/17.
Where the PQ Applicant is a consortium, each of the members in the consortium must comply with this requirement in point 3).
4) — A corporate assurance made in accordance with the requirements found in the template provided by Appendix E on DOCIA,
Where the PQ Applicant is a consortium, each of the members in the consortium must comply with this requirement in point 4).
In respect of points 2), 3) and 4) above, please note:
Should the PQ Applicant rely on the economic and financial and/or technical capacity of other entities according to the Directive 2004/17/EC Art. 54, paragraphs 5 or 6; whatever the legal nature of the link between itself and those entities; then the PQ Applicant must submit for each of the third party entities, which the PQ Applicant relies on:
i) — Declarations in accordance with the requirements found in the templates provided by Appendix C and Appendix D on DOCIA; AND
ii) — A corporate assurance in accordance with the requirements found in the template provided by Appendix E on DOCIA.
The Tenderers will be requested to provide the solemn declarations on debt and exclusion scenarios (Appendix C and Appendix D) again, when submitting Best And Final Offer. Where the Tenderer is a consortium and/or the Tenderer relies on a third party entity, each member of the consortium and/or each third party entity relied on will also have to provide the solemn declarations on debt and exclusion scenarios again.
The successful Tenderer is further required to document the solemn declarations on debt and exclusion scenarios by a certificate issued by an appropriate authority, approved by Odense Letbane P/S, in the country, where the Tenderer and/or consortium member and/or each third party entity relied on, if any; has its business set up.
Documentation requested under this section III.2.1) may be furnished in another language than English; however, such documents must be accompanied by an official English translation.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Appendices/templates are available on the DOCIA web page. For details about DOCIA, please refer to ‘Section VI.3) Additional information’ under ‘INFORMATION ABOUT DOCIA’. The PQ Applicant is strongly encouraged to use the templates for the Prequalification Application in order to secure that all required information is submitted correctly.
For each PQ Application, the PQ Applicant is required to submit the following documentation for this section III.2.2):
1) — Audited and approved annual reports for the three most recent financial years available.
If the PQ Applicant does not prepare annual reports, the annual reports must be replaced by a declaration certified by the PQ Applicant's auditor and listing the PQ Applicant's turnover, result before tax and equity capital for the three most recent financial years available in accordance with the requirements found in the template provided by Appendix F on DOCIA. Furthermore, the PQ Applicant must submit a balance sheet for the three most recent financial years available.
2) — Declaration certifying to which extent material changes have occurred in the PQ Applicant's financial situation since the most recent financial year. The PQ Applicant's bank; auditor; or the PQ Applicant's chief executive officer or chief financial officer must make this declaration. The declaration should be made for the purpose of this tender procedure and accordingly, the date of such declaration must be later than the date of publication of the tender procedure. The declaration must address the PQ Applicant's financial situation in the period from the most recent financial year available and until the date of issue of the declaration.
In respect of points 1) and 2) above, please note:
Where the PQ Applicant is a consortium, each member of the consortium must submit the above-mentioned financial documents and information.
Should the PQ Applicant rely on the economic and financial capacity of other entities according to the Directive 2004/17/EC Art. 54, paragraph 5; whatever the legal nature of the link between itself and those entities; then the PQ Applicant must submit:
i) — A declaration in accordance with the requirements found in the template provided by Appendix G on DOCIA, evidencing that the necessary resources will be available to the PQ Applicant for the execution of the contract; AND
ii) — The documentation requested under points 1) and 2) above, for each of the entities, which the PQ Applicant relies on.
Documentation requested under this section III.2.2) may be furnished in another language than English; however, such documents must be accompanied by an official English translation.
The PQ Applicant must provide sufficient economic and financial evidence that leaves no reasonable basis to believe that the PQ Applicant will not be able to perform the assignment.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Appendices/templates are available on the DOCIA web page. For details about DOCIA, please refer to ‘Section VI.3) Additional information’ under ‘INFORMATION ABOUT DOCIA’. The PQ Applicant is strongly encouraged to use the templates for the Prequalification Application in order to secure that all required information is submitted correctly.
For each PQ Application, the PQ Applicant is required to submit the following documentation for this section III.2.3):
1) — List preferably at least 7 (seven) and a maximum of 10 (ten) references from similar project per contract lot applied for from projects initiated and/or finished within the past 10 (ten) years in accordance with the requirements found in the template provided by Appendix H on DOCIA;
2) — State contact points for every reference provided in Appendix H. Odense Letbane P/S reserves the right to verify the validity of the information submitted and to contact any references stated.
3) — From the list of maximum of 10 (ten) references submitted under point 1) above, (Appendix H), provide detailed descriptions of minimum 2 (two) and a maximum 5 (five) of the PQ Applicant's references per contract lot applied for. The detailed descriptions should:
i) — Be from assignments equivalent or similar to the relevant lot(s) applied for, and completed within the last 10 years or ongoing;
ii) — State the scope of the assignment (task(s) and contract value); description of the services performed by the PQ Applicant as well as performance period and status;
iii) — Be in accordance with the requirements found in the template provided by Appendix I on DOCIA:
iv) — Not exceed 6 (six) A4 pages;
The detailed descriptions of the PQ Applicant's references are expected to clarify and substantiate the PQ Applicant's competencies within each of the lots that the PQ Applicant is applying for. The competencies expected from the PQ Applicant are set out under each lot description. Description of lots are found under ‘Information about lots’ after section II.3). Expected competencies are included under point ‘5) Additional information about lot’.
Should the request for participation come from a consortium, then the technical information to be provided in relation to points 1), 2) and 3), applies to the consortium as a whole.
If the PQ Applicant relies on the technical abilities of other entities, the references of technical capacity of such third parties (e.g. parent company or subcontractor), must also be included in the maximum 10 (ten) references in Appendix H.
The PQ Applicant must provide sufficient evidence that leaves no reasonable basis to believe that the applicant will not be able to perform the contract timely and in a satisfactory quality.
Should the PQ Applicant rely on the technical abilities of other entities according to the Directive 2004/17/EC art. 54, paragraph 6, whatever the legal nature of the link between itself and those entities; then the PQ Applicant must submit a declaration in accordance the requirements found in the template provided by Appendix J on DOCIA, evidencing that the necessary resources will be available to the PQ Applicant for the execution of the contract.
Documentation requested under this section III.2.3) may be furnished in another language than English; however, such documents must be accompanied by an official English translation.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
31.8.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
Other: Documentation requested under sections III.2.2) and III.2.3) may be furnished in another language than English; however, such documents must be accompanied by an official English translation.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
INFORMATION IN RESPECT OF CONTRACTING ENTITY (RE: SECTION I.1))
Odense Letbane P/S is the contracting entity for the entire Odense Tramway Programme. Odense Letbane P/S is established in accordance with Lov om Odense Letbane (The Odense Tramway Construction Act), which was passed by the Danish Parliament in February 2015 (Act no. 151 dated 18/02/2015).
Odense Municipality owns Odense Letbane P/S and manages the company through a professional Board appointed by the Municipality. According to the Construction Act, the Municipality of Odense is guarantor for the obligations of Odense Letbane P/S.
For further information about the Odense Tramway Programme, please refer to Appendix K found on DOCIA.
INFORMATION ABOUT CONDITIONS FOR PARTICIPATING (RE: SECTION III.2))
If an entity consisting of several companies (e.g. a consortium), during the tendering procedure (i.e. at any point in time prior to contract award) requests for a change in the entity's composition; this can only take place subject to Odense Letbane P/S prior written acceptance. A change in composition is for instance if one of the entity members leaves the entity, or if an entity member is substituted by another company.
When assessing whether to grant a change in composition, Odense Letbane P/S will consider the character and extent of the desired change. Among other, this consideration will place emphasis on whether the entity would have been prequalified, if the change in composition had been known prior to prequalification.
If an applicant, who has relied on the economic and financial capacity or the technical capacity of a third party, wants to substitute or remove this third party during the tendering procedure, this can only take place subject to Odense Letbane P/S prior written acceptance. When assessing whether to accept the change, Odense Letbane P/S will consider the character and extent of the desired change. Among other, this consideration will place emphasis on whether the entity would have been prequalified; if the substituting third party had been known prior to prequalification or the removed third party had not been part of the prequalification.
The tender documents will contain provisions dealing with changes as described above which takes place after contract award.
EVALUATION OF PREQUALIFICATION APPLICATIONS — NUMBER OF INVITED TENDERERS
The maximum number of invited Tenderers (single company and/or consortia) will be 5 (five) per lot(s) or combination, meaning a total maximum of 15 (fifteen) Tenderers.
In so far as the number of PQ Applicants, whose PQ Application is in compliance with the requirements listed in section III.2 exceeds 5 (five) or in case Odense Letbane P/S wants to prequalify less than 5 (five); the selection of Tenderers will be based on the following grounds in prioritised order of bullets:
1) Technical assessment of the Detailed Descriptions of References provided as per section III.2.3), point 3).
2) Corporate Assurance provided as per section III.2.1), point 4) and in accordance with Appendix E (Box 1. to 8.), on the PQ Applicant's existing and/or historic Contractual & Commercial issues in the last 5 (five) years; as well as a Corporate Assurance on Health, Safety, Quality & Environment (Assurance) notices and/or breaches in the last 5 (five) years.
3) Technical assessment of the maximum 10 references provided as per section III.2.3), point 1) in Appendix H, in so far as the references have not been assessed under point 1) above.
4) Financial capacity of the PQ Applicant assessed by information provided in accordance with section III.2.2).
The PQ Applicant can only be prequalified for the selected lot(s) or combination applied for:
A — Lot 1: Odense Tramway — L1 — Transportation System; OR
B — Lot 2: Odense Tramway — L2 — Rolling Stock; OR
C — Lot 1 and Lot 2: Odense Tramway — L1 — Transportation System and Odense Tramway — L2 — Rolling Stock.
INFORMATION ABOUT DOCIA:
The primary method of sharing tender documents between Odense Letbane P/S and PQ Applicants is the online Odense Tramway Tender Portal (OT Tender Portal). The OT Tender Portal is also referred to as DOCIA and is administered by ByggeWeb under RIB A/S.
PQ Applicants get access to the OT Tender Portal by using a unique username and password. The PQ Applicants must apply for username and password by mail to the e-mail address:

odenseletbanepmo@odense.dk, marking the request in the subject line with: ‘Request for user name and password for DOCIA’.

All correspondence between PQ Applicants and Odense Letbane P/S must take place via DOCIA.

The e-mail address odenseletbanepmo@odense.dk, should only be used when requesting access to DOCIA. All e-mails must contain the word ‘DOCIA’ in the subject line.

All correspondence is kept between the individual PQ Applicant and Odense Letbane P/S and thus not accessible to other PQ Applicants.
Odense Letbane P/S will be using the OT Tender Portal for both issuing the PQ tender material/appendices and receiving the PQ Applications from the PQ Applicants. PQ Applicants will receive e-mail notification from DOCIA about updated or new documents on the OT Tender Portal.
Questions and Answers (Q&A) will be shared between all PQ Applicants in an anonymised form. Only questions that can be answered no later than 6 days prior to the deadline for submitting the applications will be answered.
It is the PQ Applicant's responsibility to ensure that all tender material is received from the OT Tender Portal and to regularly keep up to date with all content on the portal.
For more details on DOCIA, please see:
ByggeWeb/RIB A/S' homepage:

http://www.rib-software.co.uk/#intro (UK version)

http://www.rib-software.dk/#intro (DK version)

Technical Support for DOCIA:

E-mail: support@rib-software.dk

Phone: +45 35 245 250 — press 2
SUBMISSION OF THE PREQUALIFICATION APPLICATION (RE: SECTION IV.3.4))
The PQ Application must be submitted electronically via the OT Tender Portal/DOCIA, ref above ‘INFORMATION ABOUT DOCIA’. Please ensure that the PQ Application contains contact information of the PQ Applicant including phone number, e-mail address and name of the contact person as requested in section III.2.1), point 1).
Templates/appendices (Appendix A — K) are available on OT Tender Portal:
Appendix A: Prequalification Application
Appendix B: Details of Prequalification Applicant(s)
Appendix C: Solemn Declaration Concerning Debt
Appendix D: Solemn Declaration Concerning Exclusion from Tendering
Appendix E: Corporate Assurance
Appendix F: Certified Declaration — Economic and Financial Information
Appendix G: Reliance on Economic and Financial Abilities
Appendix H: List of References
Appendix I: Detailed Descriptions of References
Appendix J: Reliance on Technical Abilities
Appendix K: The Odense Tramway Programme
The PQ Applicant is strongly encouraged to use the templates for the PQ Application in order to secure that all required information is submitted correctly.
The PQ Application must comprise the information requested in sections III.2.1); III.2.2) and III.2.3) and where requested, information/documentation must be submitted either in or in accordance with the above-mentioned templates: Appendices A — E and H — I, and if applicable the Appendices F, G and J.
The appendices for the PQ Application will be available on DOCIA from 2015.07.02.
INFORMATION ABOUT TENDER EVALUATION
A combined tender for Lot 1 + Lot 2 (selection C) submitted by the same Tenderer has the potential to be more attractive to Odense Letbane P/S, primarily due to the transfer of management of interfaces in respect of the technical scope and in respect of progress/delays between the two lots to the single Tenderer. Accordingly, when comparing a combined tender for Lot 1 + Lot 2 (C) with separate tenders for Lot 1 (selection A) and Lot 2 (selection B), this advantage will be reflected in the evaluation as further stated in the tender documents.
OVERALL PROCUREMENT TIMELINE
The following dates will set out the expected time schedule from release of this contract notice until dispatch of ‘Invitations to Tender’ and ‘Refusal Letters’: The PQ Applicants must accept that all of the below dates may be subject to change.
2015.07.02 — Release of Contract Notice
2015.08.31 — Deadline for Submission of PQ Application (12:00 CET (midday))
2015.09.23 — Board Meeting to approve recommendation
2015.09.24 — Dispatch of ‘Invitations to Tender’ and ‘Refusal Letters’
The following listing of months provides an estimated time schedule for the subsequent tender process:
2015.10 — Release of Tender Material
2015.11 — Mid-tender Review of Non-commercial Offer
2015.12 — Mid-tender Review of Commercial Offer
2016.01 — Submission of First Offer
2016.02 — First Round of Negotiations completed
2016.04 — Submission of Second Offer
2016.06 — Second Round of Negotiations completed
2016.08 — Submission of Best and Final Offer (BAFO)
2016.11 — Contract Award.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Danish Procurement Board of Complaints
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Oe
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: This prequalification procedure is subject to Danish law and jurisdiction.
A complaint lodged because the PQ Applicant was not prequalified for the further tender process, must be submitted to the Danish Procurement Board of Complaints within 20 calendar days. The 20 calendar days are calculated from the day after Odense Letbane P/S' notification of the PQ Applicant on which entities have been prequalified, provided that this information contains a short explanation on the relevant reasons for the decision.
Aside from complaints on prequalification, complaints must be submitted to the Danish Procurement Board of Complaints within 45 days after the contractor has published a notice of award of contract. The time bar of 45 days is calculated from the day after the publication date of the notice of award of contract.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Danish Competition and Consumer Authority
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
Fax: +45 41715100

VI.5) Date of dispatch of this notice:
2.7.2015

Send til en kollega

0.062