23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 132-323196
Offentliggjort
11.07.2019
Udbudstype
Udbud efter forhandling

Bestilling af materiale

http://www.rib-software.dk/udbudsportal

Anmodning om deltagelse

Til
08.08.2019 Kl. 11:00

Udbyder

Odense Kommune

Vindere

Valgt firma

(14.07.2020)
The Hub Consulting Ltd
The Hub, 48a Heming Road, Washford Industrial Estate, Redditch
B98 0EA Worcerstershire

Setworks Package for the New Hans Christian Andersen Museum


Odense Kommune

Contract notice

Works

Legal Basis:


Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Odense Kommune
35209115
Flakhaven 2
Odense C
5000
Denmark
Contact person: Charlotte Trillingsgaard
E-mail: cbtri@odense.dk
NUTS code: DK031

Internet address(es):

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

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.rib-software.dk/udbudsportal
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object

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

 

Setworks Package for the New Hans Christian Andersen Museum

 

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

 

New Hans Christian Andersen Museum is inviting tenders for the Setworks Contractor for New Hans Christian Andersen Museum. The Setworks package includes the following:

— setworks (including integrated lighting and graphics),

— track lighting (including control system and programming) (Option cf. II.2.11),

— canopies,

— seating (Option cf. II.2.11),

— power/data extensions for this and other packages appointed by the client,

— prototype/mock up and samples.

The full tender material is available on www.rib-software.dk/udbudsportal and the TN-number of the tender is TN 993377A.

 

II.1.5) Estimated total value
Value excluding VAT: 23 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
31500000
45212313
79822500
39111000
II.2.3) Place of performance
NUTS code: DK031
Main site or place of performance:

 

Odense.

 

II.2.4) Description of the procurement:

 

The setworks contractor scope of works shall include but is not limited to:

Coordinated fabrication and installation of the exhibition displays with full responsibility for the setworks timeframe and coordinating and liaising with the the client, the building consultant team, building contractors and other exhibition package contractors. the setworks contractor shall Deliver a complete setworks project, understanding that the client’s requirement is for a complete and cohesive system.

Be responsible for the technical design and performance of all structural and non-structural members, joining techniques, mechanical operations and structural stability of the elements of the components and their interface with each other and the building.

Be fully responsible for all aspects of delivery and installation including parking, unloading, handling and transportation of the works and disposal of all packaging and surplus materials.

Provide site management for the setworks, project management, design development, fabrication, installation, commissioning, documentation and user training.

The Contract is envisaged to start in October 2019 and end early 2021 but the exact dates depend on the construction and finalisation of the building. This means that the the contract period may be longer or end at a later time than described in Section II.2.7 and in the tender material and that the milestones in the tender material may be altered/postponed during the course of the procurement and the contract period.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 23 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 20/10/2019
End: 30/01/2021
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

 

The limitation of applicants will be based on an evaluation of which candidates have documented the most relevant previous deliveries compared to the elements described in Section II.1.4 and II.2.4. The evaluation of this will be made based on the information on technical ability described in Section III.1.3

In this evaluation references showing previous experiences with all or the majority of the elements described in Section II.1.4 and II.2.4 (including setworks and theming incl. scenic artist, graphics, lighting, physical interactives, and coordination/collaboration with artists, showcases, audio visual hardware and audio visual software) will be weighted more positively than other references.

References of a high technical quality will be weighted more positively than references with lower technical quality. The technical quality is assessed based on the responses to Section III.1.3 elements iii) — ix) that should illustrate to which extent the applicant has insight and experience in handling setworks processes with a high degree of complexity and with a high degree of collaboration and interaction with the client and other stakeholders while meeting the contractual requirements.

It is weighted positively if the references show that the applicant has performed these services in different countries.

Please note that any ambiguities and/or incomprehensibilities in the information submitted under Section III.1.3 may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

— seating,

— Track lighting.

 

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

 

Odense Kommune has decided not to divide the contract into lots as this is expected to unduly increase the cost as well as the risk regarding the integration of the different deliveries under the contract.

 

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

1) The applicant must submit information on the applicant’s annual turnover for the last 3 financial years. The information shall be stated in the European Single Procurement Document (ESPD), Part IV.B ‘General yearly turnover’, cf. Section VI.3 below;

2) The applicant shall provide information on the company’s equity for the last 3 financial years. The information shall be stated in the European Single Procurement Document, Part IV.B ‘Financial key figures’, cf. Section VI.3 below. In the event Odense Kommune requires documentation for the above the applicant must provide the 3 latest audited annual financial reports. If these are not in English or Scandinavian, the applicant is asked to also provide a resume in English.

Reference is made to Section VI.3 with regard to the applicant's possibility of relying on the capacity of other entities.

 

Minimum level(s) of standards possibly required:

 

1) The applicant must have achieved an annual turnover of at least 40 000 000 DKK, in each of the preceding 3 financial years. If the turnover is not stated in said currency, Odense Kommune will calculate the turnover based on the official exchange rate on the date this notice was published;

2) The applicant must have achieved a positive equity in each of the preceding 3 financial years. In the event that the applicant’s equity in any of the last 3 years is below zero, the applicant will be excluded.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

1) A list of the applicant's 3 most important deliveries within the last 5 years from similar contracts containing a majority of the works described under Section II.1.4 and II.2.4.

The list should preferably include the following information on each reference:

(i) description of the project including project value and client details and client brief including details of what was provided;

(ii) relevance of experience shown in relation to setworks and theming inc scenic artist, graphics, lighting, physical interactives, and coordination/collaboration with artists, showcases, audio visual hardware and audio visual software;

(iii) details regarding the process and procedures that were used to ensure the highest levels of quality are achieved on your project;

(iv) details regarding the methodology used for the development of the projects during the pre-construction and off-site fabrication period complete with details of the level and type of personnel involved during this period;

(v) details of how you collaborated with the basebuild consultants and contractors through each stage of the project, highlight M&E and structural interfaces;

(vi) details regarding how you managed the delivery of the project on site logistically for your own and any sub-contractor and suppliers including details of how you would address any anticipated challenges of working in this location, along with proven collaboration and coordination with other client direct packages;

(vii) specific working methods for providing, maintaining and monitoring a high level of service delivery and customer satisfaction;

(viii) details of meetings, communications and interactions between all parties to ensure efficient project completion;

(ix) description of approach to handover, including awareness training of all relevant persons involved.

The information shall be stated in the European Single Procurement Document, Part IV, cf. section VI.3 below or in a separate document with clear indication that this document is an answer to the tender notice, Section III.3.

Reference is made to section VI.3 with regard to the candidate's possibility of relying on the capacity of other entities.

 

Minimum level(s) of standards possibly required:

 

1) The applicant must with a minimum of 1 reference demonstrate experience with the delivery of a majority of the works described under Section II.1.4 and II.2.4.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/08/2019
Local time: 11:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

 

Applicants who wish to participate in this tender process must fill in the ESPD via Byggeweb. Complete the ESPD with the information specified in the Contract Notice, including Part II.A, II.B, II.C, III.A, III.B, III.C, IV.B and IV.C.

Note that the applicant must submit several ESPDs, if the applicant forms an association of companies or is based on the capacity of other economic operators.

Applicant must in the ESPD state the name, VAT/CVR number, postal address, contact person whether the applicant is a micro-enterprise, small or medium-sized enterprise and whether the applicant participates in the tender procedure with others (ESPD Part II.A). The applicant must provide the information requested in Part III of the Contract Notice. The applicant must confirm that the applicant is not covered by the compulsory exclusion grounds in Sections 135 and 136 of the Danish Public Procurement Act (ESPD Part III, Paragraphs A, B and C). In addition, the applicant must confirm that the applicant is not covered by the voluntary exclusion grounds in Section 137 Sub-section 1, 2 and 5 of the Danish Public Procurement Act (ESPD Part III, Section C). The requested information forms the basis of the Contracting Authority's assessment of whether the applicant is suitable for carrying out the deliverables of the tender and which applicants are invited to submit a tender. If the applicant participates in the tendering procedure with others, in particular as part of a group, consortium, joint venture or the like, all affected participants must submit a separate ESPD. All required information under Part III must be provided for each participant in the consortium. In connection with the suitability assessment, however, it will be the consortium's overall suitability that is assessed. If the required information is not provided by all consortium participants, the offer is not necessarily non-compliant, but it may affect the suitability assessment. In addition, each participant in the individual ESPD must indicate the role of the economic operator in the group, the other economic operators participating in the procedure and, where appropriate, the name of the participating group (ESPD Part II.A). If the applicant is unable to meet the requirements of financial and economic and/or technical and professional capacity, the applicant may rely on the financial and economic and/or technical and professional capacity of other entities. In this case, any sub-contractors of the applicant must also enclose a separate ESPD with completed Part II, sections A and B and Part III duly completed by the entities concerned (ESDP Part II, Section C). In connection with the suitability assessment, it will be the total suitability that is assessed, including by combining key figures.

The applicant can only submit to be application for pre-qualification. If the same legal entity is part of or otherwise participates in several applications, e.g. submitting its own application, but at the same time being a participant in consortium or the like applying, the applicants must ensure that the participation of the same legal entity does not entail the possibility of mutually influencing the contant of the various tenderers' offers. Application for pre-qualification must be submitted electronically to Byggeweb, cf. Section I.3 of the Contract Notice.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

According to the Danish Act on the Complaints Board for Procurement, etc. (LBK No 593 of 2.6.2016), the following deadlines apply for submission of complaint:

Complaints about not being pre-qualified must be submitted to the complaints board for procurement within 20 calendar days from the day after the day on which the Contracting Authority has sent a notification to the affected applicants about who has been pre-qualified if the notification has stated a brief account of the relevant reasons for the decision, cf. § 7(1) of the said act.

Complaints about the award of the contract must be made to the complaints board within 45 days after the Contracting Authority has published a notice in the Official Journal of the European Union stating that the Contracting Authority has concluded a contract. The deadline is calculated from the day on which the notice is published.

Not later than the time a complaint is lodged with the complaints board for invitation to tender, the complainant must notify the Contracting Authority in writing that the complaint has been submitted to the complaints board for procurement and whether the complaint has been filed in the standstill period, cf. § 6(4). In cases where the complaint has not been lodged during the standstill period, the complainant must also indicate whether a suspensive effect is requested from the complaint, cf. § 12(1).

 

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

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
08/07/2019

Send til en kollega

0.063