The contracting entity wishes to expand the existing central waste extraction plant, which was commissioned in 2016 and has been continuously expanded. The new central suction will be established in the Dronningensgade district, Odense.
By means of this tender notice, the contracting entity tenders a turnkey contract for pipe and excavation work for "Centralsug Dronningegadekvarteret".
The contract must be able to work seamlessly with the existing plant. The turnkey contract is described in more detail in section II.2.4.
A waste terminal has already been established at Enggade 13 B, to which waste is currently sucked from Thomas B. Thriges Gade; areas around Odense harbour; Østerbro and on Østre Stationsvej/Rugårdsvej. Successive new homes are connected to the existing piping system. The central central suction collects 4 waste fractions - residual waste; food waste; plastic/beverage carton and paper/small cardboard.
The present tender includes the establishment of central suction in a new area - the Dronningensgade district and connection to the existing pipe system - in turnkey contract. The tendered task/contract must be able to work seamlessly with the existing plant.
The present call for tenders includes the following main components, which are described in more detail in section 4 "Technical specifications of requirements":
- Detailed design incl. obtaining all permits
- Excavation work in connection with laying pipes and setting wells
- Excavation work in connection with the establishment of buried containers for glass/metal (client delivery)
- Restoration and paving works
- Traffic regulation/settlement.
- Delivery, installation/establishment of pipes for waste, draft pipes, wells, (excl. frame and cover (client delivery)) air hoses and assistance with drawing signal cables etc.
- Installation of plinths for throw-in (client delivery)
- Installation of valves (client delivery)
- Indmåling
As a plant owner, Odense Renovation A/S as the client delivers the following, which the turnkey contractor must incorporate:
- Feeder pipes and plinths for insertion,
- Electric, steering and fibre cables for all incastors.
-Valves
- Valve styringer
- Clamps for fixing valves in valve wells.
- Covers and frames for valve and cable wells.
- Buried waste solutions 3m3 (concrete tank). The cost of these supplies represents less than 20% of the contract total
If Odense Municipality decides to establish a central suction in Dronningensgade, Odense Renovation will tender for the production and installation of throw-in stands for the system in EU tenders. The tender is expected to amount to DKK 10,000,000.00.
In accordance with section 194(1) of the Danish Public Procurement Act, it is noted in relation to the tendered assignment/contract that Odense Renovation requires the turnkey contractor to include the following environmental and/or climate considerations when implementing the tendered contract: The turnkey contractor must, among other things, use biodisel (HVO) for the machines and ensure that a particulate filter is installed corresponding to Euronorm5. Materials removed from the site must be recycled as far as possible. Please also refer to the requirements specified in Annex 6 - Description and Requirements Specification item 10.
It should be noted that the Contracting Entity has assessed that the tendered task/contract cannot be divided into agency contracts. This given the complexity of the task, intersections and coordination with residents, authorities (police, municipality) will make it disproportionately difficult to be multiple contractors. Therefore, the Contracting Entity has assessed that the task can only be solved adequately and responsibly by tendering in turnkey contracts.
The requirements for the use of persons in training are set out in Appendix 8.
In this connection, the turnkey contractor is obliged to comply with Executive Order no. 1079 on requirements for the use of persons undergoing training in public contracts, cf. section 176(2)-(4) of the Public Procurement Act. Executive Order regulates which contracts are covered and which programmes are covered by the training requirement. The detailed requirements are set out in Annex 8.