Tunnelbuilder Promoting the world's tunnelling industry to a huge qualified audience

View the Spanish Tunnelbuilder website View the Italian Tunnelbuilder website

Archive Search

Germany

Germany, Schleswig-Holstein - de/167

Railway/Motorway


Periodic indicative notice for a Tunnel Track & Catenary Contract for the Fehmarnbelt Fixed Link Project. The contract relates to design, build (installation), testing and commissioning of the Tunnel Track & Catenary (TTC) systems for the tunnel. Value of the contract is EUR 150 million, excluding VAT. Estimated date of publication of contract notice 14/03/2023.  Contact Femern A/S, attn Jimmie Bollingtoft, Copenhagen, email jbo@femern.dk. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=125518-2022. 11/22. 

 Denmark-Copenhagen: Railway construction works

2022/S 048-125518

Periodic indicative notice – utilities

This notice is a periodic indicative notice only

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Femern A/S
National registration number: 28986564
Postal address: Vester Søgade 10
Town: Copenhagen
NUTS code: DK011 Byen København
Postal code: 1601
Country: Denmark
Contact person: Jimmie Bøllingtoft
E-mail: jbo@femern.dk
Internet address(es):
Main address: www.femern.dk
I.3)Communication
Additional information can be obtained from the abovementioned address
I.6)Main activity
Other activity: Femern A/S' sole activity is the procurement, construction and operation of the fixed link across the Fehmarnbelt and any ancillary activities related to this

Section II: Object

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

Fehmarnbelt Fixed Link Project: Tunnel Track & Catenary Contract

II.1.2)Main CPV code
45234100 Railway construction works
II.1.3)Type of contract
Works
II.1.4)Short description:

The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. This will be an immersed tunnel containing two dual carriageways and a twin-track railway. It will traverse the 19 km distance across the Fehmarnbelt between Rødby on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany.

Femern A/S requires design, build (installation), testing and commissioning of the Tunnel Track & Catenary (TTC) systems described in section II.2.4). Further, Femern A/S requires maintenance of the systems for a defined period.

II.1.5)Estimated total value
Value excluding VAT: 150 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
31214000 Switchgear
34632300 Electrical installations for railways
34940000 Railway equipment
34946000 Railway-track construction materials and supplies
34946100 Railway-track construction materials
34946110 Rails
34946120 Railway materials
34946200 Railway-track construction supplies
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45234000 Construction work for railways and cable transport systems
45234116 Track construction works
45234160 Catenary's construction works
50000000 Repair and maintenance services
50220000 Repair, maintenance and associated services related to railways and other equipment
50225000 Railway-track maintenance services
71311230 Railway engineering services
71541000 Construction project management services
45221242 Railway tunnel construction work
II.2.3)Place of performance
NUTS code: DEF0 Schleswig-Holstein
NUTS code: DK02 Sjælland
II.2.4)Description of the procurement:

The track works under the TTC Contract is expected to cover:

• slab track in the tunnel and ramps (approximately 2 x 19.7 km)

• ballast (or slab) track from the end of the ramps on the approaches on the Danish and German sides (approximately 2 x 3.5 km on the Danish side and 2 x 2.2 km on the German side)

• crossovers on the Danish side (4 no.) and on the German side (4 no.) including point trace heating system

The overhead catenary system works under the TTC Contract is expected to cover:

• overhead catenary system (conductor rail) in the tunnel (approximately 2 x 18.4 km)

• overhead catenary system on the ramps and approaches on the Danish and German sides (approximately 2 x 4 km on the Danish side and 2 x 3 km om the German side)

• connection to the traction power substation on Lolland

• return current and earthing and bonding systems

• overhead line section panels (OberLeitungsSpannungsPrüfeinrichtung) installed in the rail tubes

• system separations

• switchgear installed in the special elements

• uninterrupted power supply system for OLSPs and SCADA type-systems

• fibre cable

Please note that the description of works mentioned above reflect the Contracting Entity’s current understanding of the available solutions and the Contracting Entity is interested in hearing from potential tenderers whether other technical solutions would be suitable as further laid out in the below mentioned document.

In order for entities to consider whether they could in fact be potential tenderers and in order for such potential tenderers to provide relevant input Femern A/S has prepared a document setting out an invitation to a preliminary market consultation. This document further details the specifics of the contract as well as the input requested and the process that will take place. The document can be found at https://docsend.com/view/xq9f5xh2ndn5u88p (password: Fehmarn8459!belt).

Femern A/S expects potential tenderers to prepare written responses to the questions raised in the invitation prior to the deadline set out therein. Following this Femern A/S will arrange bilateral meetings to discuss the responses to the questions and any further input provided by the potential tenderer. Femern A/S expects to be able to offer such meetings to all genuine potential tenderers, however, Femern A/S respectfully reserves the right to limit participation at its sole discretion in the circumstance where Femern A/S receives more than 8 responses. Femern A/S expects to take into account factors such as the quality of the response and the diversity of the participants when limiting the participation. Femern A/S does not intend to include entities which are not potential tenderers and reserves the right to require evidence of the capability to perform works of the nature required.

Please note that Femern A/S will take responses into consideration even if the potential tenderer is unable to partake in a meeting with Femern A/S (either as a result of Femern A/S limiting participation or as a result of the potential tenderer indicating that it is unable to partake in a meeting).

II.2.14)Additional information

Please note that the date indicated in section II.3 below is only indicative of the earliest possible time a publication of a contract notice could occur.

II.3)Estimated date of publication of contract notice:
14/03/2023

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information

Section VI: Complementary information

VI.3)Additional information:

The construction of the fixed link across the Fehmarn Belt receives EU funding from the CEF programme under project code 2014-EU-TM-0221-W.

VI.5)Date of dispatch of this notice:



Permalink

 

Periodic indicative notice for a Tunnel Track & Catenary Contract for the Fehmarnbelt Fixed Link Project. The contract relates to design, build (installation), testing and commissioning of the Tunnel Track & Catenary (TTC) systems for the tunnel. Value of the contract is EUR 200 million, excluding VAT. Estimated date of publication of contract notice 14/03/2023.  Contact Femern A/S, attn Jimmie Bollingtoft, Copenhagen, email jbo@femern.dk. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=632847-2022. 46/22. 

Denmark-Copenhagen: Railway construction works

2022/S 220-632847

Periodic indicative notice – utilities

This notice is a periodic indicative notice only

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Femern A/S
Postal address: Vester Søgade 10
Town: Copenhagen
NUTS code: DK011 Byen København
Postal code: 1601
Country: Denmark
Contact person: Jimmie Bøllingtoft
E-mail: jbo@femern.dk
Internet address(es):
Main address: www.femern.dk
I.3)Communication
Additional information can be obtained from the abovementioned address
I.6)Main activity
Other activity: Femern A/S' sole activity is the procurement, construction and operation of the fixed link across the Fehmarnbelt and any ancillary activities related to this

Section II: Object

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

Fehmarnbelt Fixed Link Project: Tunnel Track & Catenary Contract

II.1.2)Main CPV code
45234100 Railway construction works
II.1.3)Type of contract
Works
II.1.4)Short description:

The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will be an immersed tunnel containing two dual carriageways and a twin-track railway. It will traverse the 19 km distance across the Fehmarnbelt between Rødby on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany.

Femern A/S requires design, build (installation), testing and commissioning of the Tunnel Track & Catenary (TTC) systems described in section II.2.4). Further, Femern A/S requires maintenance of the systems for a defined period.

II.1.5)Estimated total value
Value excluding VAT: 200 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
31214000 Switchgear
34632300 Electrical installations for railways
34940000 Railway equipment
34946000 Railway-track construction materials and supplies
34946100 Railway-track construction materials
34946110 Rails
34946120 Railway materials
34946200 Railway-track construction supplies
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45234000 Construction work for railways and cable transport systems
45234116 Track construction works
45234160 Catenary's construction works
50000000 Repair and maintenance services
50220000 Repair, maintenance and associated services related to railways and other equipment
50225000 Railway-track maintenance services
71311230 Railway engineering services
71541000 Construction project management services
45221242 Railway tunnel construction work
II.2.3)Place of performance
NUTS code: DEF0 Schleswig-Holstein
NUTS code: DK02 Sjælland
II.2.4)Description of the procurement:

Femern A/S is in the process of preparing the tender material for the Tunnel Track and Catenary (TTC) contract. Previously Femern A/S consulted the market in this regard in a notice (2022/S 048-125518).

This notice serves to:

1) create awareness about the upcoming tender;

2) allow further preparations by interested economic operators; and

3) inform the market about developments made since the previous notice.

The TTC contractor will be responsible for the design, build (installation), testing and commissioning of the TTC systems described below. The TTC contractor will also be responsible for the maintenance of the systems for a defined period.

The track works under the TTC contract is expected to cover track 1) in the tunnel and on the ramps (approx. 2 x 19.7 km), 2) from the end of the ramps on the approaches on the Danish and German sides (approx. 2 x 3.5 km and 2 x 2.2 km) and 3) crossovers on the Danish (4 no.) and German (4 no.) sides including point trace heating system.

The overhead catenary system works under the TTC contract is expected to cover the overhead catenary system 1) in the tunnel (approx. 2 x 18.4 km), 2) on the ramps and approaches on the Danish side (approx. 2 x 4 km) and German side (approx. 2 x 3 km), 3) connection to the traction power substation on Lolland, 4) return current and earthing and bonding systems, 5) overhead line section panels installed in the rail tubes, 6) system separations, 7) switchgear installed in the special elements, 8) uninterrupted power supply system for OLSPs and SCADA type-systems and 9) fibre cable.

The design speed for the railway is 200 km/h.

For the area outside the tunnel Femern A/S is currently preparing to require a ballast track solution but does not expect to be prescriptive about the catenary system outside the tunnel. Femern A/S expects to require that the solution for these two are based on technical solutions already in use (on a TSI approved section) at the time of tender to a speed of at least 200 km/h.

Further, Femern A/S is preparing to require a slab track solution inside the tunnel. Similarly, Femern A/S would require such a solution to be based on a technical solution already in use (on a TSI approved section) at the time of tender (possibly also to a speed of at least 200 km/h). Finally, Femern A/S does not expect to be prescriptive about the type of catenary system inside the tunnel and would not require that the catenary system is based on a technical solution already in use (on a TSI approved section) at the time of tender.

In order to further facilitate the preparations of the interested economic operators Femern A/S can inform that it expects the tender to be executed as a competitive procedure with negotiation with a limited number of prequalified participants. Femern A/S expects that the economic and financial standing that will be required of the applicant over the past 3 financial years will be:

(a) a yearly turnover equivalent to the estimated total value (around EUR 200 million); and

(b) an equity ratio (total equity/total assets) of not less than 15 %.

Femern A/S further expects that there will be requirements regarding technical and professional ability in the form of a portfolio of references related to works completed and handed-over to the customer within the latest 5 years that demonstrates:

(a) experience with construction of a track system in a tunnel of approximately 3 km

(b) experience with construction of a slab track system

Please note that the description above reflects Femern A/S’ current expectations to the future tender procedure, but as Femern A/S is still in the preparation phase, the requirements may be different in the contract notice.

II.2.14)Additional information

The estimated total value stated in section II.1.5) is an overall estimate and could be subject to adjustment prior to release of the contract notice.

Please note that the date indicated in section II.3 below is only indicative of when the publication of a contract notice could occur.

II.3)Estimated date of publication of contract notice:
14/03/2023

Section IV: Procedure

IV.1)Description
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information

Section VI: Complementary information

VI.3)Additional information:

The construction of the fixed link across the Fehmarn Belt receives EU funding from the CEF programme under project code 2014-EU-TM-0221-W.

VI.5)Date of dispatch of this notice:
10/11/2022



Permalink

Germany, Karlsruhe - de/54

Railway

  Notice of intention to construct 9.385 km-long Katzenberg railway tunnel between Karlsruhe and Basel. Contact DB Bauprojekt, fax +49 721 9314 5788. 44/01. Negotiated contract, deadline 25th July, 2002 for the construction of the 9.4 km twin Katzenberg tunnel between Bad Bellingen and Efringen-Kirchen in Land Bade-Württemberg. Conventional tunnelling, TBM and cut-and-cover (286 m and 115 m). Visit http://ted.eur-op.eu.int/static/home/en/homepage.ini, OJ S 124, document 97040-2002 or contact DBBauProjekt Deutsche Bahn Gruppe, Karlsruhe, fax +49 721 93145588. E-mail Friedrich.F.Schaser@bku.db.de 28/02.Negotiated procedure, deadline 6th November, 2002 for engineering services for a 10 km dual-track section between Schliengen and Eimeldingen on the Karlsruhe-Basel line. Includes two single-track bores, 9 km bored and 400 m in cut-and-cover plus two ventilation shafts. Visit http://ted.eur-op.eu.int/udl?request=Seek-Deliver&language=en&docid=154786-2002, OJ S 196 or contact DB Netz, Freiburg, fax +49 7612123620 or 72193145788. E-mail hans-peter.hecht@bahn.de or roswitha.ott-urban@bahn.de 42/02.A JV between Zueblin, Wayss & Freytag, Marti Tunnelbau and Jaeger Bau will build the 9,385 m 95 sq m Katzenberg twin-tube rail tunnel on the Karlsruhe-Basel line in Upper Rhine Valley. The contractors selected Herrenknecht to supply two 11.12 m-diameter EPB TBMs. The shield is 12.2 m in length (approximately 225 m with the back up) and weighs 1,168 tons (approximately 1,900 tons with the complete equipment). The installed power will be 6,600 kVA with a cutterhead power of 3,200 kVA and 0-1.8 rpm at stage 1 and 0-5 rpm at stage 2. The nominal torque is 19,800 kNm at 1 rpm, the maximum torque being 23,700 kNm at 0.8 rpm. The cutterhead will be equipped with scrapers for both directions of rotation, a full face 17" disc cutter dress, single cutters in the gage and two rings in the face section, cutting tools for both directions of rotation. There will be no copy cutter as a spherical bearing is installed. The lining rings will comprise of six segments plus one key. The geology will be mudstone, clayey marl and marl stones. The first EPBS will be delivered in July 2004 and the second in October 2004. Visit www.zueblin.de, www.wf-ib.de, www.martiag.ch, www.jaegerbau.com and www.herrenknecht.com 03/04.Periodic information notice indicating that award procedures will commence on 13.03.2009 for railway and tunnel construction works on Schliengen-Eimeldingen section of Karlsruhe-Basel line starting 01.09.2009 for completion 31.12.2012. Further information, specs and docs from Susanne Simon at Deutsche Bahn, tel +49 721938-6266, fax -6279, to whom tenders, requests to participate or expressions of interest should be sent. http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=020112-2009 05/09.



Permalink

Germany, Thuringia and Saxony - de/51

High Speed Railway

Closing Date: 10.09.2012 (Tender Closed)

Invitation to tender under restricted procedure, deadline 10.09.2012, for supply and installation of BOS digital radio system into Finne, Bibra and Osterberg tunnels of the new Erfurt-Leipzig/Halle railway line. The contract includes wiring and connection, optical fibre communications, 50 Hz power supply, and coordination with existing GSM-R. Contract commences 28.11.2012 for completion 05.06.2014. Check closing date and get further information, specs and docs from Lahlali Laoukili at Deutsche Bahn Region Mitte in Frankfurt, tel +49 692652-3033, fax –0018, to whom tenders must be sent. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=272946-2012. 35/12.

 



Permalink

Germany, Baden Wuerttemberg - de/22

High Speed Railway

The EUR38.24 million contract, excluding VAT, has been awarded to the joint venture comprising  of Wayss u Freytag/Hochtief/Alpine Bau. This is for the construction of the 963 m-long Widderstall tunnel on the new 60 km-long AV line Wendlingen-Ulm. It has been modified as a result of the construction progress with relocation of power cables and the material store to be cleared out again. Contact Deutsche Bahn AG, attn Beschaffung Infrastruktur FS.EI 3, Stuttgart, e-mail einkauf-S21nbs@deutschebahn.com. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=291204-2016. 34/16.



Permalink

Germany, Thuringia - de/13

Motorway

Closing Date: 16.05.2023 (Tender Closed)


Open invitation to tender, deadline 16/05/2023, for the upgrading of power, wiring, lighting, ventilation, traffic, safety, control and operations center systems in the Eichelberg tunnel (2 x 1.1 km) on motorway A71. For tender documents click here, where tenders must be sent. Duration of the contract is from 17/07/2023  to 31/12/2025. Value of the contract will be EUR15.06 million, excluding VAT. Contact Autobahn GmbH des Bundes, Halle (Saale), tel +49 34594099551, email Vergabe.ost@autobahn.de.  Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=220745-2023. Ref.n. A1105400706. 15/23. 

Deutschland-Halle (Saale): Bauinstallationsarbeiten

2023/S 074-220745

Auftragsbekanntmachung

Bauauftrag

Rechtsgrundlage:
Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber

I.1)Name und Adressen
Offizielle Bezeichnung: Die Autobahn GmbH des Bundes - NL Ost
Postanschrift: Magdeburger Straße 51
Ort: Halle (Saale)
NUTS-Code: DEE02 Halle (Saale), Kreisfreie Stadt
Postleitzahl: 06112
Land: Deutschland
Kontaktstelle(n): Vergabestelle
E-Mail: Vergabe.ost@autobahn.de
Telefon: +49 34594099551
Internet-Adresse(n):
Hauptadresse: https://www.autobahn.de
Adresse des Beschafferprofils: https://www.autobahn.de
I.3)Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: https://vergabe.autobahn.de/NetServer/TenderingProcedureDetails?function=_Details&TenderOID=54321-Tender-1872c7c4ebd-365d99282ca9a243
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: https://vergabe.autobahn.de
I.4)Art des öffentlichen Auftraggebers
Andere: Die Autobahn GmbH des Bundes
I.5)Haupttätigkeit(en)
Andere Tätigkeit: Planung, Bau, Betrieb und Erhaltung von Bundesautobahnen

Abschnitt II: Gegenstand

II.1)Umfang der Beschaffung
II.1.1)Bezeichnung des Auftrags:

Los 4 Instandsetzung Betriebs- und Verkehrstechnik (BT+VT)

Referenznummer der Bekanntmachung: A1105400706
II.1.2)CPV-Code Hauptteil
45300000 Bauinstallationsarbeiten
II.1.3)Art des Auftrags
Bauauftrag
II.1.4)Kurze Beschreibung:

Erneuerung der Betriebstechnischen Ausstattung des Tunnel Eichelberg samt zugehöriger Bauwerke.

II.1.5)Geschätzter Gesamtwert
II.1.6)Angaben zu den Losen
Aufteilung des Auftrags in Lose: nein
II.2)Beschreibung
II.2.2)Weitere(r) CPV-Code(s)
45221000 Bauarbeiten für Brücken, Tunnel, Schächte und Unterführungen
45221247 Tunnelbauarbeiten
45233100 Bauarbeiten für Fernstraßen und Straßen
45316210 Installation von Verkehrsüberwachungseinrichtungen
45310000 Installation von elektrischen Leitungen
45311200 Elektroinstallationsarbeiten
II.2.3)Erfüllungsort
NUTS-Code: DEG0B Schmalkalden-Meiningen
Hauptort der Ausführung:

98617 Ritschenhausen

II.2.4)Beschreibung der Beschaffung:

Der Tunnel Eichelberg auf der Bundesautobahn A 71 befindet sich zwischen den Anschlussstellen Meiningen-Süd und Rentwertshausen und unterquert das zwischen den Ortschaften Einhausen und Ritschenhausen gelegene Naturschutzgebiet Eichelberg. Dieser wird im Richtungsverkehr mit jeweils 2 Fahrspuren betrieben und hat einen Abstand zwischen den beiden Röhren von etwa 25 m. Jede Röhre hat eine Lichtraumbreite von 9,5 m und eine Lichtraumhöhe von 4,50 m. Diese besitzen zwei 3,5 m breite Fahrstreifen, Randstreifen von 0,25 m, beidseitig Notgehwege von 1,0 m Breite sowie je Fahrtrichtung eine Pannenbucht sowie 3 Querschläge.

Oströhre: von km 152+297,483 bis km 153+397,483 = 1.100 Meter

Weströhre: von km 152+277,483 bis km 153+397,483 = 1.120 Meter

In den Vorfeldern Nord und Süd befindet sich jeweils ein einstöckiges Betriebsgebäude zur Unterbringung der Betriebstechnischen Ausstattung.

Im Rahmen dieser Ausschreibung geht es um die Erneuerung der Betriebstechnischen Ausstattung und Verkehrstechnik entsprechend den Anforderungen der RABT 2006 / EABT.

Aufgrund der Sanierung unter Verkehr wird die Sanierung und Nachrüstung im Tunnel, Betriebsgebäude und Tunnelvorfeld in 2 Sanierungsabschnitte aufgeteilt, Sanierungsabschnitt 1: Betriebsgebäude Nord mit Weströhre und der Tunnelvorfelder

Sanierungsabschnitt 2: mit Betriebsgebäude Süd mit Oströhre und der Tunnelvorfelder.

Jeder Bauabschnitt besteht aus einer Vollsperrung einer Tunnelröhre und dem zugeordneten Betriebsgebäude. Der Verkehr verläuft in der Zwischenzeit im 1+1 Verkehr in der jeweils anderen Tunnelröhre. Die Tunnelvorfelder und die Tunnelröhren sind dauerhaft für einen Gegenverkehrsbetrieb auszustatten.

Umfang der Maßnahme:

1. Energieversorgung

-Mittelspannungsanlage: BG Nord: 2 x 400 kVA -Transformatoren; BG Süd: 2 x 400kVA -Transformatoren

-Niederspannungsanlage: BG Nord: NSHV und Unterverteilungen; BG Süd: NSHV und Unterverteilungen

-USV-Anlage: BG Nord: USV-Anlage mit USV-Hauptverteilung; BG Süd: USV-Anlage mit USV-Hauptverteilung

2. Kabelwege/Verkabelung

-Verkabelung aller Anlagenteile

-Kabelwege in den Betriebsgebäuden Nord und Süd

-E90-Kabelrinnen im Tunnel (Tunneldecke)

-Leerrohrtrasse unter den Notgehwegen (Tunnelbankett), Tunnelvorfeld und in den Querschlägen

3. Beleuchtungsanlage

-Adaptationsbeleuchtung Nord- und Südportal in LED

-Gegen-Adaptationsbeleuchtung Nord- und Südportal in LED

-Durchfahrtsbeleuchtung in LED

-Beleuchtungssteuerung über Leuchtdichtekameras

-Vorfeldbeleuchtung / Rettungsplatzbeleuchtung: Mastleuchten in LED Vorfeld zwischen Schranken und Tunnelportal sowie an den Rettungsplätzen der BOS-Einsatzkräfte

-Querschlagsbeleuchtung in LED

4. Belüftungsanlage

-Längslüftung mit reversierbaren Strahlventilatoren

-Messwerterfassung für Steuerung der Tunnellüftung: Sichttrübe-Sensoren, Strömungs-Sensoren, Nebel-Messung

-Brandversuche in allen Röhren

5. Verkehrsanlagen

-Statische Verkehrszeichen, Wechselverkehrszeichen und Wechsellichtzeichen, Dauerlichtzeichen

-Schrankenanlage: Automatische Halbschranken vor beiden Einfahrtsportalen sowie für den Gegenverkehrsbetrieb

-Verkehrssteuerung mit Verkehrsdatenerfassung, Verkehrssteuerschränke in den Tunnelvorfeldern

6. Sicherheitsanlagen

-Videoüberwachungsanlage: Kameras für lückenlose Überwachung des Tunnels, der Tunnelvorfelder und der Querschläge und Warteräume. Videomonitore in den Betriebsgebäuden Nord und Süd sowie in der ZBL

-Lautsprecheranlage: Lautsprecher für lückenlose Verständigung im Tunnel, der Tunnelvorfelder und der Querschläge; Sprechstellen für Lautsprecher- und Verkehrsfunkdurchsagen und Mithörlautsprecher in den Betriebsgebäuden Nord und Süd sowie in den Außenstelle

-Brandmeldeanlage: Linienbrandmeldekabel im Tunnel mit redundanten Auswerteeinheiten; Hand- und Rauchmelder in den Betriebsgebäuden Nord und Süd; Handmelder außen an den Notruf-Kabinen und Notruf-Nischen im Querschlag; Brandmeldehaupt- und Brandmeldeunterzentrale sowie Feuerwehr-Informationszentralen in den Betriebsgebäuden Nord und Süd

-Notrufstationen: Bauseitige Notruftelefone in den Notruf-Kabinen und Notruf-Nischen im Querschlag sowie an den Tunnelportalen

-Löscheinrichtungen: ABC-Hand-Feuerlöscher in den Feuerlöscher Fächern der Notruf-Kabinen im Tunnel und der Notruf-Nischen im Querschlag sowie in den Feuerlöscher Schränken im Tunnelprotal; ABC- und CO²-Hand-Feuerlöscher in den Betriebsgebäuden Nord und Süd

-Visuelle Leiteinrichtung: Aktive Leiteinrichtungen mit LED-Marker ≤ 25 m beidseitig auf den Notgehwegen im Tunnel

7. Betriebszentralen

-Installation Betriebsgebäude: Steckdosen, Leuchten, äußerer und innerer Blitzschutz, Brandschutz, Potenzialausgleich, Kabelrinnen

-Doppelboden in allen Technikräumen

-Klimageräte in Technikräumen

8. Leittechnik

-Steuerungen: Hochverfügbare und redundante Steuerungen im Betriebsgebäude Nord und Süd; Abgesetzte redundante I/O- Einheiten in den Gewerke Verteiler Betriebsgebäude, im Tunnel und in den Streckenstationen/Außenverteilern

-Zentrale Leittechnikanlage: Hard- und Software in den Betriebsgebäuden Nord und Süd

-Technische Ausstattung der Außenstelle (bauseits) Zentrale Betriebsleitstelle (ZBL)

9. Tunnelfunk

-Tunnelfunkanlage mit Erweiterung DAB+ Blöcke inkl. Einsprechfunktion; UKW Kanäle inkl. Einsprechfunktion; Kabelinfrastruktur im Tunnel, in den Querschlägen

und in den Betriebsgebäuden Nord und Süd

10. Sonstiges

-Löschwasserversorgung

-Brandschutz: Schließen aller Brandschottungen in den Betriebsgebäuden Nord und Süd, im Tunnel, in den Querschlägen

-Auffangbecken / Fäkalienbecken: Pumpenanlagen und Mess-Sensorik in den Becken

.

inkl. Abschluss eines Wartungsvertrages für 5 Jahre, Bestandsaufnahme bestehender Anlagen, Werkstatt- und Montageplanung, Dokumentation, Demontage bestehender Systeme, Lieferung, Einbau und Inbetriebnahme neuer Systeme, Dokumentation, Schulung, Verkehrssicherung.

Nähere Details zu den auszuführenden Leistungen sowie die zeitliche Abfolge sind der Baubeschreibung inkl. Anlagen, den Technischen Vorbemerkungen und dem Leistungsverzeichnis zu entnehmen.

II.2.5)Zuschlagskriterien
Die nachstehenden Kriterien
Preis
II.2.6)Geschätzter Wert
Wert ohne MwSt.: 15 055 321.40 EUR
II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems
Beginn: 17/07/2023
Ende: 31/12/2025
Dieser Auftrag kann verlängert werden: nein
II.2.10)Angaben über Varianten/Alternativangebote
Varianten/Alternativangebote sind zulässig: nein
II.2.11)Angaben zu Optionen
Optionen: nein
II.2.13)Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)Zusätzliche Angaben

Für folgende Leistungen bestehen fixe Ausführungsfristen:

-Übergabe Werks- und Montageplanung = spätestens 30.11.2023

-Fertigstellung Tunnelröhre Ost = spätestens 20.12.2024

-Fertigstellung Tunnelröhre West = spätestens 05.12.2025

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1)Teilnahmebedingungen
III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister
Auflistung und kurze Beschreibung der Bedingungen:

Allgemeine Hinweise zu III.1.1) bis III.1.3.)

.

In III.1.1) bis III.1.3.) benannte Nachweise und Erklärungen sind auf gesondertes Verlangen des Auftraggebers auch von Nachunternehmern und Mitgliedern einer Bietergemeinschaft einzureichen.

.

Der AG lässt Nachweise als Beleg für die Eignung zu, die innerhalb einer Präqualifizierung beim Verein für die Präqualifikation von Bauunternehmen e.V. erworben wurden. Es gelten nur die Eignungskriterien als erfüllt, auf die sich die Prüfung der Präqualifizierungsstelle bezieht. Bitte beachten Sie, dass im Falle der Bezugnahme auf die Präqualifikation, Erklärungen und Nachweise (insbesondere vergleichbare Referenzen), die in der PQ enthalten sind, aber nicht den unter III. 1.3. genannten Mindestanforderungen des AG entsprechen, nicht nachgefordert werden können und daher zusätzlich zum PQ-Zertifikat mit dem Angebot einzureichen sind. Die Erläuterungen zur Präqualifikation gelten für alle geforderten Erklärungen und Nachweise.

.

Nicht präqualifizierte Unternehmen haben als vorläufigen Nachweis der Eignung für die zu vergebende Leistung mit dem Angebot entweder die ausgefüllte "Eigenerklärung zur Eignung" oder eine Einheitliche Europäische Eigenerklärung (EEE) ergänzt durch geforderte Einzelnachweise und Bescheinigungen vorzulegen.

.

.

Im Einzelnen sind folgende Angaben zu tätigen und Nachweise zu erbringen.

.

Mit dem Angebot:

-Angabe, dass nachweislich keine schwere Verfehlung begangen wurde, die die Zuverlässigkeit als Bewerber in Frage stellt, insbesondere zum Nichtvorliegen von Ausschlussgründen gemäß § 6e EU VOB/A. (Der AG behält sich vor, ab einem geschätzten Auftragswert von 30.000 € exkl. USt. einen Auszug aus dem Wettbewerbsregister für das Unternehmen, das den Zuschlag erhalten soll, bei der zuständigen Stelle abzufordern. )

-Angaben zur Zahlung von Steuern, Abgaben und Beiträgen zur Sozialversicherung

-Angabe zu Insolvenzverfahren und Liquidation

-Angaben über die Eintragung in einem Berufs-/ Handelsregister

-Angaben über die Mitgliedschaft bei der Berufsgenossenschaft

.

Auf gesondertes Verlangen der Vergabestelle:

-Nachweise hinsichtlich einer eventuell durchgeführten Selbstreinigung (vgl. § 6f EU VOB/A)

-Unbedenklichkeitsbescheinigung der tariflichen Sozialkasse (falls beitragspflichtig) und eine Unbedenklichkeitsbescheinigung des Finanzamtes (falls das FA derartige Bescheinigungen ausstellt)

-Rechtskräftig bestätigter Insolvenzplan (falls eine Erklärung über das Vorliegen eines solchen Insolvenzplanes angegeben wurde)

-Gewerbeanmeldung, Berufs-/Handelsregisterauszug, Eintragung in der Handwerksrolle oder bei der Industrie- und Handelskammer oder anderweitige sonstige Nachweise

-qualifizierte Unbedenklichkeitsbescheinigung der Berufsgenossenschaft mit Angabe der Lohnsummen

III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Mit dem Angebot:

-Erklärung über den Umsatz des Unternehmens jeweils bezogen auf die letzten drei abgeschlossenen Geschäftsjahre, soweit er Bauleistungen und andere Leistungen betrifft, die mit der zu vergebenden Leistung vergleichbar sind, unter Einschluss des Anteils bei gemeinsam mit anderen Unternehmen ausgeführten Aufträgen (vgl. § 6a EU Nr. 2 lit. c) VOB/A).

.

Auf gesondertes Verlangen der Vergabestelle:

-Bestätigung eines vereidigten Wirtschaftsprüfers/Steuerberaters oder entsprechend testierte Jahresabschlüsse oder entsprechend testierte Gewinn- und Verlustrechnungen

-Eigenerklärung zum Bestehen einer Betriebshaftpflichtversicherung (Besondere Erklärung des Bieters)

Möglicherweise geforderte Mindeststandards:

-Mindestjahresumsatz:

Der geforderte Mindestjahresumsatz beträgt 500.000 € netto.

Der geforderte Mindestjahresumsatz in dem Tätigkeitsbereich des Auftrages beträgt 500.000 € netto.

III.1.3)Technische und berufliche Leistungsfähigkeit
Auflistung und kurze Beschreibung der Eignungskriterien:

Mit dem Angebot:

-Angaben über die Ausführung von Leistungen in den letzten bis zu zehn abgeschlossenen Kalenderjahren (seit 2013), die mit der zu vergebenden Leistung vergleichbar sind (vgl. § 6a EU Nr. 3 lit. a) VOB/A).

-Angaben zu Arbeitskräften, insbesondere eine Erklärung darüber, dass die für die Ausführung der Leistung erforderlichen Arbeitskräfte zur Verfügung stehen. (vgl. § 6a EU Nr. 3 lit. g) VOB/A).

-Angabe der technischen Fachkräfte oder der technischen Stellen, unabhängig davon, ob sie dem Unternehmen angehören oder nicht, und zwar insbesondere derjenigen, die mit der Qualitätskontrolle beauftragt sind, und derjenigen, über die der Unternehmer für die Errichtung des Bauwerks verfügt (vgl. § 6a EU Nr. 3 lit. b) VOB/A).,

-Erklärung, aus der hervor geht, über welche Ausstattung, Geräte und technische Ausrüstung das Unternehmen für die Ausführung des Auftrags verfügt

-Angabe, welche Teile des Auftrags der Unternehmer unter Umständen als Unteraufträge zu vergeben beabsichtigt. (vgl. § 6a EU Nr. 3 lit. i) VOB/A).

.

Auf gesondertes Verlangen der Vergabestelle:

-Bescheinigungen zu vergleichbaren Leistungen über die ordnungsgemäße Ausführung und das Ergebnis in Anlehnung an ein den Vergabeunterlagen beigefügtes Muster (vgl. 3103 HVA B-StB Referenzbescheinigung 08-19).

-Nachweis der Qualifikation des zu benennenden Verantwortlichen für die Sicherungsarbeiten an Arbeitsstellen gemäß dem "Merkblatt über Rahmenbedingungen für erforderliche Fachkenntnisse zur Verkehrssicherung von Arbeitsstellen an Straßen, insbesondere Bundesautobahnen (MVAS 99)". Bei ausländischen Bietern werden gleichwertige Qualifikationsnachweise verlangt.

-Zahl der in den letzten drei abgeschlossenen Kalenderjahren jahresdurchschnittlich beschäftigten Arbeitskräfte, gegliedert nach Lohngruppen und gesondert ausgewiesenem technischen Leitungspersonal.

-Benennung der Unterauftragnehmer und Nachweis der Eignung Dieser.

Möglicherweise geforderte Mindeststandards:

Als vergleichbare Leistungen werden anerkannt:

Mind. 2 Referenzen über die Ausführung von Leistungen in den letzten bis zu zehn abgeschlossenen Kalenderjahren (seit 2013), die die Nachrüstung ODER Sanierung von Betriebstechnik UND Verkehrstechnik in Tunneln im Bereich von Bundesautobahnenn betreffen.

III.2)Bedingungen für den Auftrag
III.2.2)Bedingungen für die Ausführung des Auftrags:

Sicherheit für Vertragserfüllung in Höhe von 5 v. H. der Auftragssumme; Sicherheit für Mängelansprüche in Höhe von 3 v. H. der Abrechnungssumme

Abschnitt IV: Verfahren

IV.1)Beschreibung
IV.1.1)Verfahrensart
Offenes Verfahren
IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem
IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA)
Der Auftrag fällt unter das Beschaffungsübereinkommen: ja
IV.2)Verwaltungsangaben
IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
Tag: 16/05/2023
Ortszeit: 10:00
IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber
IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können:
Deutsch
IV.2.6)Bindefrist des Angebots
Das Angebot muss gültig bleiben bis: 20/06/2023
IV.2.7)Bedingungen für die Öffnung der Angebote
Tag: 16/05/2023
Ortszeit: 10:00
Ort:

Die Autobahn GmbH des Bundes - NL OstMagdeburger Straße 5106112 Halle (Saale)Deutschland

Angaben über befugte Personen und das Öffnungsverfahren:

Keine Teilnahme zugelassen

Abschnitt VI: Weitere Angaben

VI.1)Angaben zur Wiederkehr des Auftrags
Dies ist ein wiederkehrender Auftrag: nein
VI.2)Angaben zu elektronischen Arbeitsabläufen
Aufträge werden elektronisch erteilt
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3)Zusätzliche Angaben:
VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Bundeskartellamt - Vergabekammern des Bundes
Postanschrift: Villemombler Straße 76
Ort: Bonn
Postleitzahl: 53123
Land: Deutschland
E-Mail: vk@bundeskartellamt.bund.de
Telefon: +49 22894990
Fax: +49 2289499163
VI.4.2)Zuständige Stelle für Schlichtungsverfahren
Offizielle Bezeichnung: Autobahn GmbH des Bundes
Postanschrift: Heidestraße 15
Ort: Berlin
Postleitzahl: 10557
Land: Deutschland
E-Mail: recht@autobahn.de
Telefon: +49 30640960
Fax: +49 30403680811
Internet-Adresse: https://www.autobahn.de
VI.4.3)Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:

Auf die Unzulässigkeit eines Nachprüfungsantrages nach Ablauf der Frist des § 160 Abs. 3 Nr. 4 GWB (15 Tage nach Eingang des Nichtabhilfebescheids auf eine Rüge) wird hingewiesen.

VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt
Offizielle Bezeichnung: Autobahn GmbH des Bundes
Postanschrift: Heidestraße 15
Ort: Berlin
Postleitzahl: 10557
Land: Deutschland
E-Mail: recht@autobahn.de
Telefon: +49 30640960
Fax: +49 30403680811
Internet-Adresse: https://www.autobahn.de
VI.5)Tag der Absendung dieser Bekanntmachung:
11/04/2023



Permalink

Greece

Greece, Athens - gr/14

Metro

  Invitation to tender for 3 km-long Sepolia-Thivon twin-track section using TBM or conventional methods plus 300 m of single-track cut-and-cover. Sept 1999.   European Gazette reports bids for 3 km extension to Line 2 from Sepolia to Peristeri received from eleven consortia which include overseas companies Alpine Bau, Impregilo, Necso, NCC, Astaldi and Todini. Engineers estimate circa $60 million. Plans for future extensions involve 28 km of track. November 1999.   The first 13 km stretch of Line 1 opened at the end of January nearly three years late and 25% over budget at $2.1 billion. Another 8 km is under construction. Visit www.lif.de February 2000.   Low bid by Athina/Castellani subject to objection by Attika/Alpine Bau. Most of line is through an old lignite mining area and will require specialist contracting skills. Details from Attiko Metro, fax +30 1672 6126. March 2000.Invitation to tender, deadline 16th October, 2000, for 4.3 km-long western extension with twin-track tunnel between Assomaton and Egalio, four underground stations and a 400 m stub tunnel. Contact Attiko Metro, fax +30 1672 6126. Notice posted at http://ted.eur-op.eu.int August 2000.   Restricted invitation to tender for construction of 1.5 km-long extension to Line 2 using 50% NATM and 50% cut and cover, commencing 2001 for completion 2003. Contact Attiko Metro, fax +30 167 26126. Official notice dated 12th May, 2001 at http://ted.eur-op.eu.int 25/01.   Completion of 1.1 km-long tunnel linking Monastiraki with Syntagma Square on southern extension to Line 3 reported on 15th October, 2001 for 18 billion drachma. Difficult job due to ancient wells and rickety churches at ground level. Monastiraki underground station being built for 22 billion drachma.State Audit Council confirmed the AEGEK-Aktor-SELI consortium to construct the Line 3 northeastern extension between Ethniki Amyna and Plakentias for 54 billion drachma. Includes a 4.4 km tunnel, and a further 700 m-long tunnel to Stavros station. Commissioning in May 2004. Three initially envisaged intermediate stations, at Holargos, Nomismatokopeio and Aghia Paraskevi, delayed to December 2006 to comply with the Athens 2004 Olympics deadline. Visit www.ametro.gr 45/01.  Deal signed with the Aktor-Impregilo jv for the construction of a 4.7 km tunnel from Monastiraki, at the foot of the Acropolis hill, to the western suburb of Egaleo on Line 3. Includes three stations at Vatanikos, Geoponiki and Ag. Savas. Cost of €203 million. Visit www.ametro.gr 02/02.EPB shield nicknamed 'Athina' arrived on 11th November, 2001 at the port of Lavrio to proceed with the boring of the Line 3 extension to Stavros. 9.5 m-diameter cutting head weighs 159 tons. Assembly at Plakentia station for trial operation to commence early-2002. EPB will bore some 3.5 km at average speed of 10 m per day from Plakentia to the Xanthou shaft where it will be removed. Remaining section up to Ethiki Amyna station to be built using NATM. Commissioning in June 2004. Visit www.ametro.gr 02/02.Restricted call for tenders, deadline 7th December, 2004 for detailed final design, construction and commissioning of a Line 3 extension, section Egaleo-Haidari, as well as two ventilation shafts, Haidari transfer station and Eleonas depot. The tunnel is approximately 1.26 km in length, starting as a triple track tunnel to converge into a double track tunnel up to 110 m-long Haidari station. The tunnel will be built using the shotcrete lining method. Visit http://ted.publications.eu.int/udl?request=Seek-Deliver&language=en&docid=186557-2004, OJ S 217, or contact Attiko Metro, Athens, fax +30 2106726126. E-mail pevangelopoulos@ametro.gr 48/04.Restricted procedure, deadline 31st January, 2005 for review of service design, preparation of implementation design, construction and commissioning of the Line 2 west extension, including Peristeri and Anthoupoli stations, four ventilation shafts, a terminal shaft and three dual-track tunnel sections required for the completion of the extension, approximate lengths of 300 m (from Fleming shaft to Peristeri station), 30 m (from Peristeri station to the west ventilation shaft at Peristeri station) and 450 m (from the north end of Anthoupoli station), to be built using conventional methods. Peristeri station to be constructed using the cut-and-cover method. Anthoupoli station to be constructed using the cut-and-cover method in combination with the mined method. The project includes all civil works, E&M and railway systems. The double-track tunnel section from Peristeri station to Anthoupoli station (925 m) has already been constructed using an open face shield, which must be disassembled, extracted and transported from the west shaft at Peristeri station. The Pavine shaft between the two stations is also already built. Visit http://ted.publications.eu.int/udl?request=Seek-Deliver&language=en&docid=203063-2004, OJ S 236, or contact Attiko Metro, Athens, fax +30 2106726126. E-mail pevangelopoulos@ametro.gr 53/04-01/05.Restricted call for tenders, deadline 4th April, 2005 for detailed final design, construction, testing, commissioning, maintenance and personnel training for the Line 2 extension from Agios Dimitrios to Elliniko. The project includes a transfer tunnel, approximately 450 m long, a bored tunnel using an EPB TBM, approximately 5.1 km long, four new stations along with the necessary shafts, as well as five ventilation intershafts. Also 4-track rolling stock depot at the southern end of the extension, connected with Elliniko station via a single-track cut-and-cover tunnel. The tender is also for railway and electromechanical systems (trackwork, train traction systems, ventilation, power supply, lighting, fibre optics, radio communications, CCTV, escalators and lifts, fire detection and fire fighting systems, etc.). Tender estimate: EUR245 million. Visit http://ted.publications.eu.int/udl?request=Seek-Deliver&language=en&docid=041247-2005, OJ S 43, or contact Attiko Metro, Athens, fax +30 2106726126. E-mail pevangelopoulos@ametro.gr 12/05.The four shortlisted bidders for the Line 3 west extension, including the 1.26 km Egaleo-Haidari tunnel section, Haidari transfer station and Eleonas depot are J&P Avax, FCC, Elecnor and Inabensa; Aktor, Vinci Construction Grands Projets and Siemens; Impregilo, Aegek and Alstom; and Alpine Mayreder, Terna, Pantechniki and Power Electrical Systems. The 110 m-long Haidari station, with the incorporated ventilation shafts, includes provisions for future lenghtening to 140 m. Also, two ventilation shafts will be sunk, one between Alsos shaft and Haidari station (Iroon shaft) and one at the end of the tunnel section (Venizelos shaft). The station and the two shafts will be excavated using the cut-and-cover method. Eleonas depot includes an underground stabling shed for 14 trains. 31-32/05.The nine candidates who expressed their interest for the Line 2 northwest extension from Aghios Antonios to Anthoupoli, consisting of Peristeri and Anthoupoli stations, four ventilation shafts, a terminal shaft and three dual-track tunnel sections, approximate lengths of 300 m, 30 m and 450 m are Vioter, Beton- und Monierbau, Martin Rose and Gleisbau Hilbig & Ventzke; J&P Avax and FCC; Impregilo, Aegek and Alstom; Michaniki; Zueblin, Attikat, Athina and TPF Chapeaux International; Aktor, Vinci Construction Grands Projects and Siemens; Zagope, Construtora do Tamega and Efacec; Alpine Mayreder, Terna, Pantechniki and Powell Electrical Systems; and Themeliodomi, Pizzarotti, Todini, CLF and Sifel. 31-32/05.The eight candidates who expressed their interest for the Line 2 southeast extension, between Aghios Antonios and Helliniko, including a 5.5 km-long tunnel section, four new stations, shafts and an 8-train underground stabling shed are Zagope, Construtora do Tamega, Soares da Costa and Efacec; Michaniki; Aktor, Vinci Construction Grands Projects and Siemens; Vioter, Beton- und Monierbau, Martin Rose and Gleisbau Hildig & Ventzke; Impregilo, Aegek, SELI and Alstom; Alpine Mayreder, OHL, Terna, Pantechniki and Powell Electrical Systems; Zueblin, Attikat, Athina and TPF Chapeaux International; J&P Avax, FCC, Elecnor and Inabensa. 31-32/05.Attiko Metro opened the financial bids for the extension to Helliniko of Line 2, estimated at EUR330 million. The bids submitted by the four consortia participating in the tender are as follows: Aktor, Vinci Construction Grands Projets and Siemens, with EUR270.6 million; J&P Avax, FCC, Elecnor and Instalaciones Inabensa, with EUR272 million; Impregilo, Aegek, SELI and Alstom, with EUR273.56 million; and lastly Alpine Mayreder, OHL, Terna, Pantechniki and Powell Electrical Systems, with EUR275.3 million. The provisional winner is therefore the consortium formed by Aktor, Vinci Construction Grands Projets and Siemens. The contract is expected to be signed in early 2006. The 5.5 km extension of Line 2 to Helliniko will pass underneath Vouliagmenis Avenue and serve four new stations (Ilioupoli, Alimos, Argyroupoli and Helliniko). Completion estimated at the end of 2009. Visit www.ametro.gr 50-51/05.For the extension of Line 3 to Haidari and Aghia Varvara, budgeted at EUR200 million, the financial bids submitted by the four rival consortia are as follows: Alpine Mayreder, Terna, Pantechniki and Powell Electrical Systems, with EUR164.27 million; Aktor, Vinci Construction Grands Projets and Siemens, with EUR165.26 million; J&P Avax, FCC, Elecnor and Instalaciones Inabensa, with EUR165.6 million; and lastly Impregilo, Aegek and Alstom, with EUR165.65 million. The provisional winner is therefore the consortium including Alpine Mayreder, Terna, Pantechniki and Powell Electrical Systems. The contract will be signed in early 2006 and construction will commence immediately afterwards. The 1.5 km extension of Line 3 to Haidari also includes a new depot in Eleonas. Opening scheduled in 2008. Visit www.ametro.gr 50-51/05.The Hellenic ministry for the environment, physical planning and public works has announced the award to a JV of Vinci Construction Grands Projets, Aktor and Siemens of the Line 2 extension to Helliniko (5.5 km), with four stations. Estimated cost of EUR75 million/km. Work to commence in May for entry in service at the end of 2009. Visit www.minenv.gr, www.ametro.gr and www.vinci.com 11/06.Alpine Mayreder, Terna, Pantechniki and Powell Electrical Systems signed a contract for a 1.3 km extension to Haidari on Line 3. The contract includes also an underground stop, several vent shafts and an underground depot. The construction period is 37 months. Visit www.ametro.gr and www.alpine.at 13/06.The Ministry for the environment, physical planning and public works appointed on 11th April, 2006 J&P Avax and FCC preferred bidder for the northwest extension of Line 2 from Aghios Antonios to Anthoupoli, with two stations in Peristeri and Anthoupoli. They submitted a bid of EUR79.4 million.The project includes the design and construction of a 303 m-long double-track tunnel, starting from Fleming shaft and ending at Peristeri station, a 28 m-long double-track tunnel section, from Peristeri station to the west ventilation shaft at Peristeri station, to be constructed using the cut-and-cover method and a 450 m-long tunnel from the north end of Anthoupoli station. The two longer tunnels will be built by conventional methods.Peristeri station will be constructed using the cut-and-cover method (70%) along Panagi Tsaldari Avenue and underground boring methods (30%) to mitigate disturbance to vehicular traffic. Anthoupoli station will be constructed using the cut-and-cover method underneath Anapafseos Street. The station will be constructed to enable further extensions both towards Aghios Ierotheos, Petroupoli and Liossia. Construction will commence in June and the extension will be completed in the end of 2008. Visit www.jp-avax.gr and www.fcc.es 17/06.The Ministry of public works announced that the consortium of local construction company J&P-Avax and Spain's FCC won a EUR98 million project for the extension of the Athens subway from Peristeri to Anthoupolis. They were named preferred bidders in April. The works will commence in July and the project should be completed by the end of 2008. Click gr/14. Visit www.jp-avax.gr and www.fcc.es 26/06.Restricted invitation to tender, deadline 30.01.2009, for declaration of interest in construction of Line 3 extension of Athens Metro from Haidari to Piraeus. For more information contact K Saiti at Attiki Metro, fax +30 106 792219, e-mail ksaiti@ametro.gr. http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=316464-2008 51/08.



Permalink

Iceland

Iceland, North East Siglufjordur - is/16

Road

Closing Date: 05.06.2025 (Tender Closed)

Open invitation to tender, deadline 06/05/2025, for backup power supplies (UPS) / road tunnel – for The Icelandic Road and Coastal Administration (IRCA) 2025. Click here for bid documents and here where tenders must be sent. Contact Vegagerdin, attn Gisli Gislason, Gardabaer, tel +354 5221072, email gigi@vegagerdin.is. Visit https://ted.europa.eu/en/notice/-/detail/203742-2025.Ref.n. 25-035. 15/25 



Permalink

India

India, Mumbai/Bombay - in/77

Metro Line 3

Closing Date: 16.09.2017 (Tender Closed)

Invitation to tender, deadline 16.09.2017, for procurement, supply, installation, testing and commissioning of various power supply works including associated civil works, required for diversion of 220 kV and 33 kV Transmission Lines along with the transmission towers belonging to M/s Reliance Infrastructure Ltd. in Aarey depot area for Mumbai Metro Line 3.    For any additional information contact MMRC’s e-tendering service desk at www.tenderwizard.com/MMRC, tel 022-26597654/022-26597672.Visit https://www.tenderwizard.com=>. Tender n. MMRC/MM3/REL-PYL/NIT/18R. 37/17.



Permalink

Mumbai Metro Rail Corporation (MMRC) awarded two key contracts for the Electrical system works of 25 kV Traction and Power supply system of Colaba-Bandra-SEEPZ of the Mumbai Metro Line 3.

M/s Larsen & Toubro Ltd has been awarded the work of Power supply system.

Consortium of Alstom Transport India Ltd & Alstom Transport S.A has been awarded the works of 25 kV AC Traction system.

The works consist of setting up three receiving substations, laying Overhead Rigid conductor system in Underground tunnel alignment for the 33.5 km route length, commissioning of state of art SCADA system in Control office and other associated works. The substations are being planned in a  compact size using a Gas insulation scheme which is the latest technology in the field of power systems. Visit https://www.mmrcl.com/sites/default/files/MMRC%20awards%20Electrical%20works%20contracts%20for%20Metro%20Line%20III.pdf.

08/18.



Permalink

India, Uttar Pradesh - in/72

Metro

Closing Date: 25.08.2015 (Tender Closed)


Open invitation to tender, deadline 25.08.2015, for design, manufacture, supply, installation, testing and commissioning of Fiber Optic Transmission System, Telephone System, Train Radio TETRA System, Public Address System, Passenger Information Display System, Master Clock System, CCTV System and Power Supply System, supply of spares and the training of operation and maintenance personnel for these systems for Phase- 1A of Lucknow Metro Rail Project. The Lucknow Metro will be 11 km-long with 5.5 km underground. Duration of contract 30 months. Pre-bid Meeting: 24.07.2015 at 12:00 h. Contact Lucknow Metro Rail Corporation at Vipin Khand, Gomati Nagar, Lucknow. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=229744-2015. 28/15.




Permalink

India, Bangalore - in/54

Metro

Closing Date: 25.10.2021 (Tender Closed)


Open invitation to tender, deadline 25/10/2021, for the design, verification, validation, supply, installation, testing & commissioning including operations & maintenance of Tunnel Ventilation System (TVS),  Environmental Control System (ECS) & SCADA Works of 6 Underground Stations and associated Tunnel Sections in Reach-6  (Pink line 22 km of the Pink line from  Kalena Agaraha/Gottigere to Nagawara stations) under Phase 2 of the Bangalore Metro Rail Project during the Defect Liability Period (DLP) period of 2 Years and Operation & CAMC (Comprehensive Annual Maintenance Contract) for 5 Years beyond DLP. Date of Pre-bid Meeting: 04/09/2021.The value of the contract EUR25.78 million (INR2.24 bn), excluding VAT. Contact Bangalore Metro Rail Corporation Ltd, Bangalore, tel +91 8022969414, fax +91 8022969222, email prasad.bm@bmrc.co.in. For bid document www.bmrc.co.in. Visit http://ted.europa.eu/udl?request=Seek-Deliver&language=en&docid=421573-2021 . Ref.n. EIB-GtP/ ECTVS-01. 33/21. 


India-Bengaluru: Construction work for tunnels, shafts and subways

2021/S 161-421573

Contract notice

Works

Legal Basis:

This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement.

Section I: Contracting authority

I.1)Name and addresses

Official name: Bangalore Metro Rail Corporation Limited
Postal address: BMTC Complex, 3rd Floor, K.H. Road, Shanthinagar
Town: Bengaluru
NUTS code: IN India
Postal code: 560027
Country: India
Contact person: Executive Director (Systems)
E-mail: prasad.bm@bmrc.co.in
Telephone: +91 8022969414
Fax: +91 8022969222
Internet address(es):
Main address: www.bmrc.co.in

I.3)Communication

Access to the procurement documents is restricted. Further information can be obtained at: www.bmrc.co.in

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

Other type: Special Purpose Vehicle (SPV) of JV of Govt of India and Govt of Karnataka

I.5)Main activity

Other activity: Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Design, Supply & Commissioning of TVS, ECS & SCADA works

Reference number: EIB-GtP/ ECTVS-01

II.1.2)Main CPV code

45221200 Construction work for tunnels, shafts and subways

II.1.3)Type of contract

Works

II.1.4)Short description:

Design Verification & Validation, Supply, Installation, Testing & Commissioning including Operations & Maintenance for Two (02) Years of DLP and Operation & CAMC for Five (05) Years beyond DLP of TVS, ECS & SCADA Works of 6 Underground Stations and associated Tunnel Sections in Reach-6 under Phase-II of Bangalore Metro Rail Project.

II.1.5)Estimated total value

Value excluding VAT: 2 241 426 987.00 INR

II.1.6)Information about lots

This contract is divided into lots: no

II.2)Description

II.2.3)Place of performance

NUTS code: IN India

Main site or place of performance:

From South End of Vellara Junction to North End of Tannery Road Station and their associated tunnel sections and OCC works, Bengaluru, Karnataka, India

II.2.4)Description of the procurement:

I. Scope: Design Verification and Validation, supply, installation, testing and commissioning including operations and maintenance for two (02) years of DLP of Tunnel Ventilation System(TVS) and Environmental Control System (ECS) & SCADA Works of 6 Underground Stations Viz. Vellara Junction, MG Road, Shivajinagar, Cantonment, Pottery Town and Tannery Road along with OCC (SCADA works For 12 UG Stations @ OCC) and associated Tunnel Sections. Operation and Comprehensive Annual maintenance of the system (TVS + ECS) for five (5) years beyond DLP under Operation and Comprehensive Annual Maintenance Contract (OCAMC).

II. Other Information:

1. Tender Securing Declaration is to be furnished.

2. The Work Experience being considered is based on the similar nature of works. Tenderer as a single entity or Lead Member of a JV/consortium, should have at-least Ten (10) years of experience in similar contracts in the role of contactor, management contractor, or sub-contractor.

3. The number of Joint Venture Members in a Group shall be restricted to maximum THREE.

4. Cost of Tender Document: INR 1,18,000 [1,00,000+18,000 (GST@18%)] or USD 1652 [1400+252 (GST @ 18%)]

5. Tender Submission: The Tenderer shall submit the Tender Securing Declaration in a separate envelope. The Tenderer shall seal the Original and Copy of the ‘Qualification cum Technical Package’ in separate envelopes, duly marking the envelopes as "Original" and "Copy". Likewise, the Tenderer shall seal the Original and Copy of the ‘Financial Package’ in separate envelopes duly marking the envelopes as "Original" and "Copy". The envelopes of the entire ‘Qualification cum Technical’ Package shall then be sealed in an outer envelope and marked as “Qualification cum Technical’ Package”. Likewise, the envelopes of the entire Financial Package shall be sealed in an outer envelope and marked as “Financial Package”. Thus there will be one outermost envelope containing one “Tender Securing Declaration” Envelope, one outer envelope of “Qualification cum Technical Package” and one outer envelope “Financial Package”, totally in all shall be eight envelopes.

II.2.5)Award criteria

Criteria below

Price

II.2.6)Estimated value

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

Provision of quantity variation is allowed as per tender conditions as per standard practice.

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

The Contract price shall be adjusted for any increase or decrease in rates and prices of labour and materials, in accordance with the principles and procedures and as per formula given in tender document.

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

List and brief description of conditions:

1. Company/Firm Registration Certificate.

2. Memorandum and Article of Association of Firm.

3. Power of Attorney(s) and Board Resolution (In case of Foreign Partners, duly legalized by the Indian Embassy/High Commission).

4. Work Done Certificates from Clients

5. Financial capabilities based on audited balance sheets for the last five financial years i.e Annual Turnover, Liquidity & Net worth.

6. Experience of key personnel

III.1.2)Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3)Technical and professional ability

Selection criteria as stated in the procurement documents

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

The Tenderer shall commit to comply with and ensure that all of their sub-contractors comply with all labour laws and regulations applicable in the country of implementation of the contract.

The Tenderer's Environmental Plan shall be developed from the Employer’s Safety, Health and Environmental Manual (SHE Manual), as per the Employer's Requirements and the Special Conditions of Contract.

III.2.3)Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Open procedure

IV.1.3)Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

IV.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no

IV.2)Administrative information

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 25/10/2021

Local time: 15:00

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.2.7)Conditions for opening of tenders

Date: 25/10/2021

Local time: 15:30

Place:

Office of the Bangalore Metro Rail Corporation Limited,

Third Floor, BMTC Complex,

KH Road, Shantinagar,

Bangalore-560027, Karnataka, India

Information about authorised persons and opening procedure:

Tenders will be opened by the Tender opening committee comprising two members (as constituted by BMRCL) in presence of authorised representatives of bidders who choose to present at the time, date and place mentioned in the tender document.

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.3)Additional information:

This is a Percentage Tender. The Tenderers shall quote item/schedule wise, percentage above or below or at par of the ‘estimated amount’, for the entire Works part of Financial Package.

Time limit for receipt of tenders or requests to participate may be extended suitably by Employer depending on exigency (Pandemic/other situation) if any.

VI.4)Procedures for review

VI.4.1)Review body

Official name: High Court of Karnataka Bengaluru
Postal address: 560001
Town: Bengaluru
Postal code: Court Buildings, Ben
Country: India

VI.5)Date of dispatch of this notice:

17/08/2021




Permalink

Page: