Ausschreibung: Installation von elektrischen Leitungen - DK-Kopenhagen Installation von elektrischen Leitungen Messgeräte und Steuer- und Überwachungsanlagen Notstromsysteme Tunnelbeleuchtung Steuer- und Überwachungs-, Sicherheits- oder Signaleinrichtungen für den Straßenverkehr Ausrüstung für Brandbekämpfung, Rettung und Sicherheit Brandunterdrückungssystem Sicherheitsvorrichtungen Kühl- und Lüftungseinrichtungen Lüftungsvorrichtungen Scada oder gleichwertiges Radiotelemetriesystem Zusammenbau von Metallkonstruktionen Installation von Sicherheitseinrichtungen Installation von Elektroanlagen Installation von Antennen Stromversorgungsanlagen Installation von Lüftungs- und Klimaanlagen Maschinentechnische Installationen Softwarepaket und Informationssysteme Reparatur- und Wartungsdienste Projektmanagement im Bauwesen Dokument Nr...: 48866-2021 (ID: 2021020109034247962) Veröffentlicht: 01.02.2021 * DK-Kopenhagen: Installation von elektrischen Leitungen 2021/S 21/2021 48866 Auftragsbekanntmachung Bauauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Femern Bælt A/S Nationale Identifikationsnummer: 28986564 Postanschrift: Vester Søgade 10 Ort: København V NUTS-Code: DK011 Byen København Postleitzahl: 1601 Land: Dänemark Kontaktstelle(n): Jonathan Jacobson E-Mail: [6]info@femern.dk Telefon: +45 33414453 Internet-Adresse(n): Hauptadresse: [7]www.femern.com I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen I.4)Art des öffentlichen Auftraggebers Andere: A state owned special purpose vehicle I.5)Haupttätigkeit(en) Andere Tätigkeit: Femern A/S's sole activity is the procurement, construction and operation of the fixed link across the Fehmarnbelt and any ancillary activities related to this purpose Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Tender for the Tunnel Electrical and Mechanical Contract for the Fehmarnbelt Fixed Link II.1.2)CPV-Code Hauptteil 45310000 Installation von elektrischen Leitungen II.1.3)Art des Auftrags Bauauftrag II.1.4)Kurze Beschreibung: 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 traversing the 19 km distance across the Fehmarnbelt (*transportation infrastructure) between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany. The Tunnel Electrical and Mechanical ('TEM') contract covers the mechanical, electrical, instrumentation, control and automation (MEICA) systems for the tunnel. The purpose of the MEICA systems is to enable Femern A/S to efficiently control the operation, maintenance, safety and security of the tunnel through an integrated set of systems. Femern A/S requires MEICA systems that deliver a high level of reliability, availability, maintainability and safety. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 750 000 000.00 EUR II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.2)Weitere(r) CPV-Code(s) 31682210 Messgeräte und Steuer- und Überwachungsanlagen 31682510 Notstromsysteme 34993100 Tunnelbeleuchtung 34996000 Steuer- und Überwachungs-, Sicherheits- oder Signaleinrichtungen für den Straßenverkehr 35110000 Ausrüstung für Brandbekämpfung, Rettung und Sicherheit 35111500 Brandunterdrückungssystem 35113300 Sicherheitsvorrichtungen 42500000 Kühl- und Lüftungseinrichtungen 42520000 Lüftungsvorrichtungen 42961200 Scada oder gleichwertiges Radiotelemetriesystem 45223100 Zusammenbau von Metallkonstruktionen 45233292 Installation von Sicherheitseinrichtungen 45311000 Installation von Elektroanlagen 45312300 Installation von Antennen 45315300 Stromversorgungsanlagen 45331200 Installation von Lüftungs- und Klimaanlagen 45350000 Maschinentechnische Installationen 48000000 Softwarepaket und Informationssysteme 50000000 Reparatur- und Wartungsdienste 71541000 Projektmanagement im Bauwesen II.2.3)Erfüllungsort NUTS-Code: DK022 Vest- og Sydsjælland NUTS-Code: DEF08 Ostholstein Hauptort der Ausführung: Rødbyhavn. II.2.4)Beschreibung der Beschaffung: The TEM contractor will be required to design, install and complete the tunnel MEICA systems (*design and build electrical and mechanical contract) and provide reliability-centred maintenance (*maintenance) for the tunnel MEICA systems for a period envisaged to be 3 years (coinciding with the defects notification period in the TEM contract). In addition, the TEM contractor will be required to provide IT services for a period of up to 10 years after hand over. The MEICA systems shall provide a safe travel environment, monitor the tunnel and respond to incidents in accordance with the road and rail safety strategies for the tunnel. The systems shall be integrated through the control system to provide coordinated control and response of the individual systems. The mechanical systems include: ventilation (jet fans in the road and rail tubes and pressurisation for the central gallery); drainage; cooling to the basements of the special elements; emergency doors in the road and rail tubes; fire-fighting and suppression systems; cabinets for emergency stations and fire hydrants; cable ways in the gallery; building services. The electrical systems include: LV and MV electricity distribution; uninterrupted power supply systems; lighting to the road tubes (including light attenuation screens at entrances and exits), gallery, portal building and special elements; aesthetic lighting system in the road tubes; emergency lighting in the road and rail tubes. The instrumentation, control and automation (ICA) systems include: monitoring systems (CCTV, automated incident detection, air quality monitoring, fire detection, weather stations and access control); Central control systems (it platform, tunnel control logic, human machine interface, road traffic management, data network, link control room arrangement and integrations) (*control system); communication systems (public address system, distributed antennae systems for TETRA, GSM-R, GSM, FM and DAB transmissions, FM/DAB break-in functions and phones in roadside emergency stations). The TEM contract is large scale and complex. It requires the contractor to manage design, planning, procurement, programming, installation, testing, integration into a centralised control system and testing, commissioning and handover of a large number of individual systems (as stated above) covering multiple disciplines and supply chains (*multi-disciplinary works). The contract requires the contractor to install, test and commission the systems in the tunnel. The tunnel is constructed by the civil works contractors placing pre-cast concrete tunnel elements in sequence from both the portals at Rødbyhavn and Puttgarden. The elements comprise 10 special elements located at approximately 1.8 km intervals and 79 standard elements. The special elements provide plant rooms below road and rail level. The MEICA systems are arranged as repeating 1.8 km lengths (covering approximately 900 m each side of a special element) for design, installation, testing and commissioning. Execution of the contract requires work across a very long geographical area in a number of locations at the same time and transport of materials, people and equipment over a long duration contract (*logistics). The repeating lengths allow for incremental testing and continuous improvement. The contract requires configuration of a central control system covering a large complex infrastructure asset to allow the tunnel to be managed in all operational scenarios. The delivery of the control system requires a strong process driven approach focusing on system performance and human machine interaction. The TEM contractor is expected to carry out the works with full focus on safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations, use of apprentices) (*compliance with CSR requirements). II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 750 000 000.00 EUR II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 108 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: After Femern A/S has taken over the works the contractor is to provide IT service for a period of 6 years, which Femern A/S can extent by 2 years up to 2 times resulting in a potential total of 10 years of IT service. II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Anzahl der Bewerber: 4 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4). This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references as a whole document delivery of functionally comparable works; delivery of works of comparable volume; a continuous and sustained flow of relevant experience over time. When considering whether works are functionally comparable (and as such considered relevant experience) please refer to section II.1.4) and II.2.4) where the works are described and in particular to the are-as marked by a * in a parenthesis (e.g. (*multi-disciplinary works)), which will be given special weight in the assessment. When assessing to which extent the references document delivery of works of comparable volume; the value of references documented is less and less impactful the lesser the references are not of functionally comparable works. When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how. 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: ja Projektnummer oder -referenz: 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. II.2.14)Zusätzliche Angaben Sections II.1.5) and II.2.6); the amount is an estimate of the contract price for the entire term of the contract. A economic operator may only submit one application. If a legal entity participates in more than one application (in any capacity), the contracting entity may request proof that this has not limited the competition in conflict with applicable competition laws. Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The candidate must submit the European Single Procurement Document (ESPD) with the following information: The candidate's equity ratio in each of the 3 latest financial years available The candidate's total annual turnover in each of the 3 latest financial years available. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the entities in question will be required to issue a financial guarantee in favour of the contracting entity covering any financial claims against the contractor in relation to the performance of the contract. See Tender Specifications paragraph 3.2 for further on the securities required. Please note that in relation to the fulfilment of minimum requirements, see below, the financial capacity of another entity may be disregarded, in case the financial statements of such entity are consolidated with the financial statements of the candidate or any other financially supporting entity (i.e. to avoid double counting). The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. The intention is that in connection with the contracting entity's pre-qualification of candidates, the following documentation of economic and financial capacity must be submitted: The operator's balance sheets or extracts from balance sheets in the three latest annual reports/financial statements available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity ratio and the total annual turnover in each of the 3 latest financial years available. For groups of operators (e.g. a consortium), the mentioned documentation must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C. Möglicherweise geforderte Mindeststandards: As a minimum requirement, an equity to total assets ratio is required of at least 15 % in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2). The equity to total assets ratio is calculated as the operators total equity divided by the operators total as-sets (both as interpreted by the IFRS), calculated as a percentage. The equity to total assets ratio is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the candidate relies on the financial capacities of other entities, the equity to total assets ratio is calculated as the total equity of the candidate and such other entities divided by their total assets, calculated as a percentage. For groups of opera-tors (e.g. a consortium), the equity to total assets ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD. As a minimum requirement, a total annual turnover of at least EUR 750 million is required in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2). If the candidate relies on the financial capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the 3 latest annual reports/financial statements available (naturally taking into account any consolidated financial accounts such that any turn-over, etc., is not counted twice). For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The candidate must submit the ESPD with: A portfolio of references documenting up to 10 of the most significant comparable works, see sections II.1.4) and II.2.4), that the candidate has carried out in the latest 5 years before the expiry of the deadline for application. Works are considered carried out in the latest 5 years, if the candidate has completed (handed-over to the customer) the works within the latest 5 years (i.e. if hand-over is within the 5-year period the entire works are considered). When assessing whether a reference fulfils any of the minimum requirements regarding technical and professional capacity, only references which have been completed will be considered. In case the candidate submits a reference where the candidate has yet to complete the works, only the works carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant experience, see section II.2.9), however, such a reference may form part of demonstrating a continuous and sustained flow of relevant experience. In such a case the candidate is requested to specify which parts have been performed. Each reference is requested to include a description of the deliveries made. The description should include a clear description of how it relates to the works set out in sections II.1.4) and II.2.4) (in particular to the areas marked by a * in a parenthesis) and the candidate's role(s) in the performance of the delivery. Each reference is also requested to include the financial value of the delivery, the date of delivery and the name of the customer (recipient), including point of contact. When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible the candidate is asked to indicate how the date is specified. The portfolio of references may not include more than 10 references, irrespective of whether the candidate is a single operator, a group of operators (e.g. a consortium) or whether the candidate (single operator or group of operators) relies on the technical capacity of other entities or. In case more than 10 references are submitted, only the 10 references that commenced first will be considered by the contracting entity (which may be to the detriment of the candidate in relation to establishing a continuous and sustained flow of relevant experience over time). However, if the candidate has clearly indicated which 1-2 references fulfil the minimum requirements, then these references will always be among the 10 references to be considered, irrespective of the time of commencement. If the candidate relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, see section II.2.4), such specific parts of the works under the con-tract must be performed by the entity on which the candidate relies, e.g. by acting as a sub-contractor to the candidate regarding the relevant parts of the works or by making the necessary employees and/or facilities available for the candidates performance of the relevant parts of the works. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see this section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9). Prior to award, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. However, no additional documentation of technical and professional capacity will be required from the candidate. Where a candidate relies on the professional experience of other entities, it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C. Möglicherweise geforderte Mindeststandards: As a minimum requirement, the candidate must have at least 1) one (1) reference regarding a design and build of a E&M system (cf. section II.2.4) of a total con-tract value of no less than EUR 50 000 000; and 2) one (1) reference regarding design and implementation of an instrumentation, monitoring and control (SCADA) system (cf. section II.2.4) of a total contract value of no less than EUR 3 000 000. The works covered by No 1) and 2) must have been completed and handed-over to the customer. The minimum requirement may be fulfilled by submitting two separate references covering No 1) and 2), respectively, or by submitting one reference covering both No 1) and 2) (in which case the total contract value is only required to be no less than EUR 50 000 000). The candidate should clearly indicate which reference(s) in the application that fulfils the minimum requirements. III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements on labour clauses in Denmark and Germany. The contract includes social clauses on training and apprenticeship agreements. The contract lays down requirements on compliance with the law on processing of personal data. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative. III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Verhandlungsverfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs Abwicklung des Verfahrens in aufeinander folgenden Phasen zwecks schrittweiser Verringerung der Zahl der zu erörternden Lösungen bzw. zu verhandelnden Angebote IV.1.5)Angaben zur Verhandlung Der öffentliche Auftraggeber behält sich das Recht vor, den Auftrag auf der Grundlage der ursprünglichen Angebote zu vergeben, ohne Verhandlungen durchzuführen IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [10]2020/S 135-331480 IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 09/03/2021 Ortszeit: 13:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber Tag: 12/04/2021 IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 12 (ab dem Schlusstermin für den Eingang der Angebote) Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.3)Zusätzliche Angaben: Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the in section I.3). For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure must take place through the electronic tendering system. Questions must be submitted not later than 1 March 2021. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, [11]dksupport@eu-supply.com, or tele-phone (+45) 70 20 80 14. The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act. A guide on how to complete the ESPD is attached to the Tender Specifications as an appendix, including explanations regarding groups of operators and supporting entities. The candidate should take note that in accordance with the tender specifications the ultimate parent company (where relevant) of the candidate (or as the case may be for each consortium member) or the ultimate parent company (where relevant) of any entity relied on for economic and financial capacity, will be required to issue a parent company undertaking in connection with signing the contract. The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. Further, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. As regards section II.2.7), the stated duration of the contract is based on the preliminary assumption that contract signing will take place in late 2022 with commencement January 2023 (but counted from January 2023). As the case is the award of contract and signing of contract may be done following the first negotiation tender, in which case the duration may be correspondingly longer. Further, as part of the negotiations the contracting entity intends to assess whether the programme can be accelerated, which may result in a somewhat shorter duration of the contract. Finally, the stated duration only includes the time from commencement until the end of the defect notification period; and as such it does not include the duration of the IT Service Agreement, which may run for a further 7 years. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents. The contracting entity will pay remuneration to the tenderers for participation. The remuneration is up to EUR 750 000; rules for entitlement to participation fee are set out in the tender specifications. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Klagenævnet for Udbud Postanschrift: Nævnenes Hus, Toldboden 2 Ort: Viborg Postleitzahl: 8800 Land: Dänemark E-Mail: [12]klfu@naevneneshus.dk Telefon: +45 72405600 Internet-Adresse: [13]https://klfu.naevneneshus.dk/ VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at [14]www.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published; 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision; 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act; 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Boards own complaints procedure is available at [15]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejl edning/ VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Konkurrence- og Forbrugerstyrelsen Postanschrift: Carl Jacobsens Vej 35 Ort: Valby Postleitzahl: 2500 Land: Dänemark E-Mail: [16]kfst@kfst.dk Telefon: +45 41715000 Internet-Adresse: [17]http://www.kfst.dk VI.5)Tag der Absendung dieser Bekanntmachung: 27/01/2021 References 6. mailto:info@femern.dk?subject=TED 7. http://www.femern.com/ 8. http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA 9. http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA 10. https://ted.europa.eu/udl?uri=TED:NOTICE:331480-2020:TEXT:DE:HTML 11. mailto:dksupport@eu-supply.com?subject=TED 12. mailto:klfu@naevneneshus.dk?subject=TED 13. https://klfu.naevneneshus.dk/ 14. http://www.retsinformation.dk/ 15. https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/ 16. mailto:kfst@kfst.dk?subject=TED 17. http://www.kfst.dk/ OT: 01/02/2021 S21 Denmark-Copenhagen: Electrical installation work 2021/S 021-048866 Contract notice Works Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Femern Bælt A/S National registration number: 28986564 Postal address: Vester Søgade 10 Town: København V NUTS code: DK011 Byen København Postal code: 1601 Country: Denmark Contact person: Jonathan Jacobson E-mail: [6]info@femern.dk Telephone: +45 33414453 Internet address(es): Main address: [7]www.femern.com I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=291058&B=KA Tenders or requests to participate must be submitted to the abovementioned address I.4)Type of the contracting authority Other type: A state owned special purpose vehicle I.5)Main activity Other activity: Femern A/S's sole activity is the procurement, construction and operation of the fixed link across the Fehmarnbelt and any ancillary activities related to this purpose Section II: Object II.1)Scope of the procurement II.1.1)Title: Tender for the Tunnel Electrical and Mechanical Contract for the Fehmarnbelt Fixed Link II.1.2)Main CPV code 45310000 Electrical installation work 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 traversing the 19 km distance across the Fehmarnbelt (*transportation infrastructure) between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany. The Tunnel Electrical and Mechanical ('TEM') contract covers the mechanical, electrical, instrumentation, control and automation (MEICA) systems for the tunnel. The purpose of the MEICA systems is to enable Femern A/S to efficiently control the operation, maintenance, safety and security of the tunnel through an integrated set of systems. Femern A/S requires MEICA systems that deliver a high level of reliability, availability, maintainability and safety. II.1.5)Estimated total value Value excluding VAT: 750 000 000.00 EUR II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.2)Additional CPV code(s) 31682210 Instrumentation and control equipment 31682510 Emergency power systems 34993100 Tunnel lighting 34996000 Control, safety or signalling equipment for roads 35110000 Firefighting, rescue and safety equipment 35111500 Fire suppression system 35113300 Safety installations 42500000 Cooling and ventilation equipment 42520000 Ventilation equipment 42961200 Scada or equivalent system 45223100 Assembly of metal structures 45233292 Installation of safety equipment 45311000 Electrical wiring and fitting work 45312300 Antenna installation work 45315300 Electricity supply installations 45331200 Ventilation and air-conditioning installation work 45350000 Mechanical installations 48000000 Software package and information systems 50000000 Repair and maintenance services 71541000 Construction project management services II.2.3)Place of performance NUTS code: DK022 Vest- og Sydsjælland NUTS code: DEF08 Ostholstein Main site or place of performance: Rødbyhavn. II.2.4)Description of the procurement: The TEM contractor will be required to design, install and complete the tunnel MEICA systems (*design and build electrical and mechanical contract) and provide reliability-centred maintenance (*maintenance) for the tunnel MEICA systems for a period envisaged to be 3 years (coinciding with the defects notification period in the TEM contract). In addition, the TEM contractor will be required to provide IT services for a period of up to 10 years after hand over. The MEICA systems shall provide a safe travel environment, monitor the tunnel and respond to incidents in accordance with the road and rail safety strategies for the tunnel. The systems shall be integrated through the control system to provide coordinated control and response of the individual systems. The mechanical systems include: ventilation (jet fans in the road and rail tubes and pressurisation for the central gallery); drainage; cooling to the basements of the special elements; emergency doors in the road and rail tubes; fire-fighting and suppression systems; cabinets for emergency stations and fire hydrants; cable ways in the gallery; building services. The electrical systems include: LV and MV electricity distribution; uninterrupted power supply systems; lighting to the road tubes (including light attenuation screens at entrances and exits), gallery, portal building and special elements; aesthetic lighting system in the road tubes; emergency lighting in the road and rail tubes. The instrumentation, control and automation (ICA) systems include: monitoring systems (CCTV, automated incident detection, air quality monitoring, fire detection, weather stations and access control); Central control systems (it platform, tunnel control logic, human machine interface, road traffic management, data network, link control room arrangement and integrations) (*control system); communication systems (public address system, distributed antennae systems for TETRA, GSM-R, GSM, FM and DAB transmissions, FM/DAB break-in functions and phones in roadside emergency stations). The TEM contract is large scale and complex. It requires the contractor to manage design, planning, procurement, programming, installation, testing, integration into a centralised control system and testing, commissioning and handover of a large number of individual systems (as stated above) covering multiple disciplines and supply chains (*multi-disciplinary works). The contract requires the contractor to install, test and commission the systems in the tunnel. The tunnel is constructed by the civil works contractors placing pre-cast concrete tunnel elements in sequence from both the portals at Rødbyhavn and Puttgarden. The elements comprise 10 special elements located at approximately 1.8 km intervals and 79 standard elements. The special elements provide plant rooms below road and rail level. The MEICA systems are arranged as repeating 1.8 km lengths (covering approximately 900 m each side of a special element) for design, installation, testing and commissioning. Execution of the contract requires work across a very long geographical area in a number of locations at the same time and transport of materials, people and equipment over a long duration contract (*logistics). The repeating lengths allow for incremental testing and continuous improvement. The contract requires configuration of a central control system covering a large complex infrastructure asset to allow the tunnel to be managed in all operational scenarios. The delivery of the control system requires a strong process driven approach focusing on system performance and human machine interaction. The TEM contractor is expected to carry out the works with full focus on safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations, use of apprentices) (*compliance with CSR requirements). 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: 750 000 000.00 EUR II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 108 This contract is subject to renewal: yes Description of renewals: After Femern A/S has taken over the works the contractor is to provide IT service for a period of 6 years, which Femern A/S can extent by 2 years up to 2 times resulting in a potential total of 10 years of IT service. II.2.9)Information about the limits on the number of candidates to be invited Envisaged number of candidates: 4 Objective criteria for choosing the limited number of candidates: The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4). This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references as a whole document delivery of functionally comparable works; delivery of works of comparable volume; a continuous and sustained flow of relevant experience over time. When considering whether works are functionally comparable (and as such considered relevant experience) please refer to section II.1.4) and II.2.4) where the works are described and in particular to the are-as marked by a * in a parenthesis (e.g. (*multi-disciplinary works)), which will be given special weight in the assessment. When assessing to which extent the references document delivery of works of comparable volume; the value of references documented is less and less impactful the lesser the references are not of functionally comparable works. When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: yes Identification of the project: 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. II.2.14)Additional information Sections II.1.5) and II.2.6); the amount is an estimate of the contract price for the entire term of the contract. A economic operator may only submit one application. If a legal entity participates in more than one application (in any capacity), the contracting entity may request proof that this has not limited the competition in conflict with applicable competition laws. Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.2)Economic and financial standing List and brief description of selection criteria: The candidate must submit the European Single Procurement Document (ESPD) with the following information: The candidate's equity ratio in each of the 3 latest financial years available The candidate's total annual turnover in each of the 3 latest financial years available. If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the entities in question will be required to issue a financial guarantee in favour of the contracting entity covering any financial claims against the contractor in relation to the performance of the contract. See Tender Specifications paragraph 3.2 for further on the securities required. Please note that in relation to the fulfilment of minimum requirements, see below, the financial capacity of another entity may be disregarded, in case the financial statements of such entity are consolidated with the financial statements of the candidate or any other financially supporting entity (i.e. to avoid double counting). The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity. Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. The intention is that in connection with the contracting entity's pre-qualification of candidates, the following documentation of economic and financial capacity must be submitted: The operator's balance sheets or extracts from balance sheets in the three latest annual reports/financial statements available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity ratio and the total annual turnover in each of the 3 latest financial years available. For groups of operators (e.g. a consortium), the mentioned documentation must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C. Minimum level(s) of standards possibly required: As a minimum requirement, an equity to total assets ratio is required of at least 15 % in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2). The equity to total assets ratio is calculated as the operators total equity divided by the operators total as-sets (both as interpreted by the IFRS), calculated as a percentage. The equity to total assets ratio is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the candidate relies on the financial capacities of other entities, the equity to total assets ratio is calculated as the total equity of the candidate and such other entities divided by their total assets, calculated as a percentage. For groups of opera-tors (e.g. a consortium), the equity to total assets ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD. As a minimum requirement, a total annual turnover of at least EUR 750 million is required in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2). If the candidate relies on the financial capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the 3 latest annual reports/financial statements available (naturally taking into account any consolidated financial accounts such that any turn-over, etc., is not counted twice). For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD. III.1.3)Technical and professional ability List and brief description of selection criteria: The candidate must submit the ESPD with: A portfolio of references documenting up to 10 of the most significant comparable works, see sections II.1.4) and II.2.4), that the candidate has carried out in the latest 5 years before the expiry of the deadline for application. Works are considered carried out in the latest 5 years, if the candidate has completed (handed-over to the customer) the works within the latest 5 years (i.e. if hand-over is within the 5-year period the entire works are considered). When assessing whether a reference fulfils any of the minimum requirements regarding technical and professional capacity, only references which have been completed will be considered. In case the candidate submits a reference where the candidate has yet to complete the works, only the works carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant experience, see section II.2.9), however, such a reference may form part of demonstrating a continuous and sustained flow of relevant experience. In such a case the candidate is requested to specify which parts have been performed. Each reference is requested to include a description of the deliveries made. The description should include a clear description of how it relates to the works set out in sections II.1.4) and II.2.4) (in particular to the areas marked by a * in a parenthesis) and the candidate's role(s) in the performance of the delivery. Each reference is also requested to include the financial value of the delivery, the date of delivery and the name of the customer (recipient), including point of contact. When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible the candidate is asked to indicate how the date is specified. The portfolio of references may not include more than 10 references, irrespective of whether the candidate is a single operator, a group of operators (e.g. a consortium) or whether the candidate (single operator or group of operators) relies on the technical capacity of other entities or. In case more than 10 references are submitted, only the 10 references that commenced first will be considered by the contracting entity (which may be to the detriment of the candidate in relation to establishing a continuous and sustained flow of relevant experience over time). However, if the candidate has clearly indicated which 1-2 references fulfil the minimum requirements, then these references will always be among the 10 references to be considered, irrespective of the time of commencement. If the candidate relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, see section II.2.4), such specific parts of the works under the con-tract must be performed by the entity on which the candidate relies, e.g. by acting as a sub-contractor to the candidate regarding the relevant parts of the works or by making the necessary employees and/or facilities available for the candidates performance of the relevant parts of the works. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see this section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9). Prior to award, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. However, no additional documentation of technical and professional capacity will be required from the candidate. Where a candidate relies on the professional experience of other entities, it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C. Minimum level(s) of standards possibly required: As a minimum requirement, the candidate must have at least 1) one (1) reference regarding a design and build of a E&M system (cf. section II.2.4) of a total con-tract value of no less than EUR 50 000 000; and 2) one (1) reference regarding design and implementation of an instrumentation, monitoring and control (SCADA) system (cf. section II.2.4) of a total contract value of no less than EUR 3 000 000. The works covered by No 1) and 2) must have been completed and handed-over to the customer. The minimum requirement may be fulfilled by submitting two separate references covering No 1) and 2), respectively, or by submitting one reference covering both No 1) and 2) (in which case the total contract value is only required to be no less than EUR 50 000 000). The candidate should clearly indicate which reference(s) in the application that fulfils the minimum requirements. III.2)Conditions related to the contract III.2.2)Contract performance conditions: The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements on labour clauses in Denmark and Germany. The contract includes social clauses on training and apprenticeship agreements. The contract lays down requirements on compliance with the law on processing of personal data. If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative. 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 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 Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated 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.1.8)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 Notice number in the OJ S: [10]2020/S 135-331480 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 09/03/2021 Local time: 13:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 12/04/2021 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: 12 (from the date stated for receipt of tender) Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.3)Additional information: Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the in section I.3). For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure must take place through the electronic tendering system. Questions must be submitted not later than 1 March 2021. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed. Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, [11]dksupport@eu-supply.com, or tele-phone (+45) 70 20 80 14. The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act. A guide on how to complete the ESPD is attached to the Tender Specifications as an appendix, including explanations regarding groups of operators and supporting entities. The candidate should take note that in accordance with the tender specifications the ultimate parent company (where relevant) of the candidate (or as the case may be for each consortium member) or the ultimate parent company (where relevant) of any entity relied on for economic and financial capacity, will be required to issue a parent company undertaking in connection with signing the contract. The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. Further, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated. As regards section II.2.7), the stated duration of the contract is based on the preliminary assumption that contract signing will take place in late 2022 with commencement January 2023 (but counted from January 2023). As the case is the award of contract and signing of contract may be done following the first negotiation tender, in which case the duration may be correspondingly longer. Further, as part of the negotiations the contracting entity intends to assess whether the programme can be accelerated, which may result in a somewhat shorter duration of the contract. Finally, the stated duration only includes the time from commencement until the end of the defect notification period; and as such it does not include the duration of the IT Service Agreement, which may run for a further 7 years. The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents. The contracting entity will pay remuneration to the tenderers for participation. The remuneration is up to EUR 750 000; rules for entitlement to participation fee are set out in the tender specifications. VI.4)Procedures for review VI.4.1)Review body Official name: Klagenævnet for Udbud Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postal code: 8800 Country: Denmark E-mail: [12]klfu@naevneneshus.dk Telephone: +45 72405600 Internet address: [13]https://klfu.naevneneshus.dk/ VI.4.3)Review procedure Precise information on deadline(s) for review procedures: Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at [14]www.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published; 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision; 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act; 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Boards own complaints procedure is available at [15]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejl edning/ VI.4.4)Service from which information about the review procedure may be obtained Official name: Konkurrence- og Forbrugerstyrelsen Postal address: Carl Jacobsens Vej 35 Town: Valby Postal code: 2500 Country: Denmark E-mail: [16]kfst@kfst.dk Telephone: +45 41715000 Internet address: [17]http://www.kfst.dk VI.5)Date of dispatch of this notice: 27/01/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de