As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the project area.
The tendered assignment comprises performance of the following services:
— Site investigations, Offshore wind farm,
— Site investigations, Export cable route.
The services shall be performed in The Danish North Sea and/or the Danish Baltic Sea respectively.
Deadline
Fristen for modtagelse af bud var på 2019-03-05.
Indkøbet blev offentliggjort på 2019-02-15.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Site investigations for offshore wind farm and export cable route
19/00654
Produkter/tjenester: Offshoreaktiviteter📦
Kort beskrivelse:
“As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the...”
Kort beskrivelse
As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the project area.
The tendered assignment comprises performance of the following services:
— Site investigations, Offshore wind farm,
— Site investigations, Export cable route.
The services shall be performed in The Danish North Sea and/or the Danish Baltic Sea respectively.
Vis mere
Anslået værdi uden moms: EUR 10 100 000 💰
Oplysninger om partier
Der kan afgives bud for alle partier
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 2
Omfanget af udbuddet
Den ordregivende myndighed forbeholder sig ret til at tildele kontrakter, der kombinerer følgende delkontrakter eller grupper af delkontrakter:
“It is mandatory to apply for prequalification for one of the following combinations of Lots:
Lot 1+3
Lot 2+4
It is possible to apply for both Lot 1+3 and...”
Den ordregivende myndighed forbeholder sig ret til at tildele kontrakter, der kombinerer følgende delkontrakter eller grupper af delkontrakter
It is mandatory to apply for prequalification for one of the following combinations of Lots:
Lot 1+3
Lot 2+4
It is possible to apply for both Lot 1+3 and Lot 2+4
The Tenderer can be awarded contract(s) on the following combinations:
Lot 1
Lot 2
Lot 3
Lot 4
Lot 1+2
Lot 3+4
Lot 1+4
Lot 2+3
Details re. prequalification and contract award combinations reference is made to Encl ID 01a.
1️⃣ Omfanget af udbuddet
Titel: Site investigations, Danish North Sea, Offshore wind farm
Titel
Partiets identifikationsnummer: 1
Beskrivelse
Yderligere produkter/tjenester: Tjenester i forbindelse med offshoreanlæg📦
Yderligere produkter/tjenester: Tjenester ydet af offshoreforsyningsfartøjer📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Danish North Sea
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— Work Package A – Geophysical survey
A geophysical survey must be performed in 2019 with full coverage...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— Work Package A – Geophysical survey
A geophysical survey must be performed in 2019 with full coverage of the area of investigation. The survey must map the bathymetry, the static and dynamic elements of the seabed surface and the sub-surface geological soil layers to at least 60m below seabed.
— Work Package B – Hydrographical survey 2020 (OPTION)
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package B is requested as an option.
— Work Package D – Reporting and data delivery
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
The water depth in the project area is expected to range between 15m and 45m
The Contracting Authority is instructed by the Danish Energy Agency to investigate an area in the Danish North Sea covering ca. 440km2 west of central Jutland. This is the scope of the current procurement.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 3 200 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 15
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 6
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as most qualified for the specific Lot combination (cf. section II.1.6.) in the tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. As a result, the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope, especially concerning:
— Geophysical Survey.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Work package B:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed...”
Beskrivelse af mulighederne
Work package B:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package B is requested as an option.
Vis mere Beskrivelse
Yderligere oplysninger:
“Note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents, and requirements set out herein, may be changed as...”
Yderligere oplysninger
Note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents, and requirements set out herein, may be changed as part of the negotiation process. As a result, the Contracting Authority encourages all economic operators to submit questions concerning the Tender Documents and apply for prequalification even if a requirement may present a challenge initially.
2️⃣ Omfanget af udbuddet
Titel: Site investigations, Danish North Sea, Export cable route
Titel
Partiets identifikationsnummer: 2
Beskrivelse
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— Work Package A – Offshore Cable Route Survey > 10m LAT
A full geophysical seabed survey must be...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— Work Package A – Offshore Cable Route Survey > 10m LAT
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor to the 10m water-line to map; bathymetry, seabed features, geology and upper soil stratifications.
— Work Package B – Nearshore and Landfall Survey < 10m LAT
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor from the 10m water-line to landfall and map; bathymetry, seabed features, geology and upper soil stratifications
— Work Package C – Geotechnical investigations.
Upon completion and interpretation of the Work Packages A and B, a geotechnical campaign must be performed to provide the soil parameters of the interpreted soil strata.
— Work Package E – Reporting and data delivery
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
— Work Package F – Hydrographical survey 2020 (OPTION)
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package F is requested as an option.
The 10m LAT waterline is indicative and can be subject to change.
The water depth in the project area is expected to range between 0m and 45m
The Contracting Authority is instructed by the Danish Energy Agency to investigate one or multiple export cable corridors in the Danish North Sea to connect an offshore windfarm to land.
At present this include two routes with a total length of ca. 65km. This is the scope of the current procurement.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 2 500 000 💰
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“Objective criteria for choosing the limited number of candidates
If more than 6 applicants fulfill the minimum requirements, cf. section III, the...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
Objective criteria for choosing the limited number of candidates
If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as most qualified for the specific Lot combination (cf. section II.1.6.) in the tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope, especially concerning:
— Offshore Cable Route Survey > 10m LAT,
— Nearshore and Landfall Survey < 10m LAT,
— Geotechnical Investigations.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Work Package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed...”
Beskrivelse af mulighederne
Work Package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package F is requested as an option.
Vis mere Beskrivelse
Yderligere oplysninger:
“Note that this is a negotiated procedure. With the exception of mandatory parts the Tender Documents, and requirements set out herein, may be changed as...”
Yderligere oplysninger
Note that this is a negotiated procedure. With the exception of mandatory parts the Tender Documents, and requirements set out herein, may be changed as part of the negotiation process. As a result the Contracting Authority encourages all economic operators to submit questions concerning the Tender Documents and apply for prequalification even if a requirement may present a challenge initially.
3️⃣ Omfanget af udbuddet
Titel: Site investigations, Danish Baltic Sea, Offshore wind farm
Titel
Partiets identifikationsnummer: 3
Beskrivelse
Hovedsted eller sted for udførelsen: Danish Baltic Sea
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— Work Package A – Geophysical survey.
A geophysical survey must be performed in 2019 with full...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— Work Package A – Geophysical survey.
A geophysical survey must be performed in 2019 with full coverage of the area of investigation. The survey must map the bathymetry, the static and dynamic elements of the seabed surface and the sub-surface geological soil layers to at least 60m below seabed.
— Work Package B – Hydrographical survey 2020 (OPTION).
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package B is requested as an option.
— Work Package D – Reporting and data delivery.
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
The water depth in the project area is expected to range between 15m and 45m
The Contracting Authority is instructed by the Danish Energy Agency to investigate an area in the Danish Baltic Sea covering ca. 180km2 south east of Zealand. This is the scope of the current procurement.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 1 900 000 💰
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 6 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 6 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as most qualified for the specific Lot combination (cf. section II.1.6.) in the tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope, especially concerning:
— Geophysical Survey.
4️⃣ Omfanget af udbuddet
Titel: Site investigations, The Danish Baltic Sea, Export cable route
Titel
Partiets identifikationsnummer: 4
Beskrivelse
Hovedsted eller sted for udførelsen: The Danish Baltic Sea
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— Work Package A – Offshore Cable Route Survey > 10m LAT.
A full geophysical seabed survey must be...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— Work Package A – Offshore Cable Route Survey > 10m LAT.
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor to the 10m water-line to map; bathymetry, seabed features, geology and upper soil stratifications.
— Work Package B – Nearshore and Landfall Survey < 10m LAT.
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor from the 10m water-line to landfall and map; bathymetry, seabed features, geology and upper soil stratifications
— Work Package C – Geotechnical investigations.
Upon completion and interpretation of the Work Packages A and B, a geotechnical campaign must be performed to provide the soil parameters of the interpreted soil strata.
— Work Package E – Reporting and data delivery.
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
— Work Package F – Hydrographical survey 2020 (OPTION).
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package F is requested as an option.
The 10m LAT waterline is indicative and can be subject to change.
The water depth in the project area is expected to range between 0m and 45m
The Contracting Authority is instructed by the Danish Energy Agency to investigate one or multiple export cable corridors in the Danish North Sea to connect an offshore windfarm to land.
At present this include two routes with a total length of ca. 60km. This is the scope of the current procurement.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The Contracting Authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 2 500 000 💰
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 applicants who are evaluated as most qualified for the specific Lot combination (cf. section II.1.6.) in the tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope, especially concerning:
— Offshore Cable Route Survey > 10m LAT,
— Nearshore and Landfall Survey < 10m LAT,
— Geotechnical Investigations.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Work package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed...”
Beskrivelse af mulighederne
Work package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for Work Package F is requested as an option.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report regarding the following economic indicators:
1) Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.);
2) Equity ratio (equity/total assets).
If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3 “Additional information”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).
“— Equity from the latest annual report must be at least 1 000 000,00 EUR,
— Equity ratio from the latest annual report must be at least 20 pct.
— If the...”
— Equity from the latest annual report must be at least 1 000 000,00 EUR,
— Equity ratio from the latest annual report must be at least 20 pct.
— If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected amount of the contract.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must include up to the 5 most comparable and relevant references for each Lot combination (cf. section II.1.6.) undertaken in the past three...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must include up to the 5 most comparable and relevant references for each Lot combination (cf. section II.1.6.) undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability”. Undertaken in the past five (5) years implies that the reference must not have been completed prior to the date reached when counting 5 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9.
The references should include:
— Reference title,
— Type of project including dimensions in terms of Area of wind farm site (Lot 1+3) or length of cable route (Lot 2+4),
— Geographical location of reference,
— A specific description of the completed scope, applied resources and involved general technical consultancy areas.
Please emphasize to which extent the reference provides Surveys, Investigations and Deliveries in relation to the Work Packages for each Lot combination (cf. section II.1.6.) of this tender (please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box), including:
— Contract value (if possible),
— Date of initiation and final delivery (day, month, year),
— Name and type of client company,
— Contact information for the entity in question (including contact person name, email and phone number).
The Contracting Authority reserves the right to contact the stated references.
If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the 5 most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined. If the reference list(s) includes more than 5 references, the Contracting Authority will only consider the 5 most recent references determined by date of final delivery (in this case not yet finished references will not be included).
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The applicant shall have health, safety and environment system(s) in compliance with ISO14001, OHSAS 18001/ISO 45001 or equivalent which must be maintained...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The applicant shall have health, safety and environment system(s) in compliance with ISO14001, OHSAS 18001/ISO 45001 or equivalent which must be maintained for the duration of the contract.
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“The applicant must submit one completed version of the ESPD for each Lot Combination 1+3 and/or 2+4 (cf. section II.1.6.), the applicant applies for. Please...”
Liste og kortfattet beskrivelse af regler og kriterier
The applicant must submit one completed version of the ESPD for each Lot Combination 1+3 and/or 2+4 (cf. section II.1.6.), the applicant applies for. Please see section VI.3 “Additional information” for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1 in this notification. Applications not submitted via EU-supply or received after the deadline will not be accepted.
The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted.
Vis mere
Krav om deponering og sikkerhedsstillelse: The information is stated in the Tender Documents.
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem: The information is stated in the Tender Documents.
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No special legal form is required.
If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No special legal form is required.
If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten: The information is stated in the Tender Documents.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om reduktion af antallet af løsninger eller tilbud under forhandling eller dialog
Anvendelse af en trinvis procedure for gradvist at reducere antallet af løsninger, der skal drøftes, eller af tilbud, der skal forhandles
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2019-03-05
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The applicant must submit a completed European Single Procurement Document (ESPD) for each lot combination to apply for prequalification for this tender...”
The applicant must submit a completed European Single Procurement Document (ESPD) for each lot combination to apply for prequalification for this tender procedure. The ESPD for this tender is included in the EU-Supply system and must be filled in online in the system and submitted via My Response. It is possible to create the exact number of ESPDs necessary to match the number of lots the applicant wishes to apply for.
Please note:
It is mandatory to apply for prequalification for one of the following combinations of Lots:
— Lot 1 + 3,
— Lot 2 + 4.
It is possible for the applicant to apply for both Lot 1+3 and Lot 2+4.
After prequalification, the prequalified Tenderers must submit a tender for each individual Lot, he is prequalified for. The Tenderer can be awarded contract(s) on the following combinations
— Lot 1,
— Lot 2,
— Lot 3,
— Lot 4,
— Lot 1 + 2,
— Lot 3 + 4,
— Lot 1 + 4,
— Lot 2 + 3.
For further details concerning the prequalification and contract award combinations, reference is made to Enclosure A – Combination of Applications and Contract Awards (doc. No. 19/00654-23) for further information.
Please note:
— An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicant's own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned.
Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.
— Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each the participating economic operators must be submitted.
Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
Vis mere Gennemgå organ
Navn: Klagenævntet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsen Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2019/S 036-082227 (2019-02-15)
Supplerende oplysninger (2019-02-20) Objekt Omfanget af udbuddet
Titel: Site Investigations for Offshore Wind Farm and Export Cable Route
19/00654
Kort beskrivelse:
“As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the...”
Kort beskrivelse
As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the project area.
The tendered assignment comprises performance of the following services:
— site investigations, offshore wind farm,
— site investigations, Export cable route.
The services shall be performed in the Danish North Sea and/or the Danish Baltic Sea respectively.
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2019/S 036-082227
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: IV.2.2)
Sted for den tekst, der skal ændres: Time limit for receipt of tenders or requests to participate
Gammel værdi
Dato: 2019-03-04 📅
Tid: 12:00
Ny værdi
Dato: 2019-03-05 📅
Tid: 12:00
Andre supplerende oplysninger
Change time limit for receipt of tenders or requests to participate.
Kilde: OJS 2019/S 039-089074 (2019-02-20)
Supplerende oplysninger (2019-03-01) Objekt Omfanget af udbuddet
Kort beskrivelse:
“As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the...”
Kort beskrivelse
As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential Contractors to prequalify for a seabed survey for the project area.
The tendered assignment comprises performance of the following services:
— site investigations, Offshore wind farm,
— site investigations, Export cable route.
The services shall be performed in the Danish North Sea and/or the Danish Baltic Sea respectively.
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: VI.3)
Sted for den tekst, der skal ændres: Additional information:
Tomme gamle værdier
Ny værdi
Tekst:
“The Danish Parliament has decided that the 800 MW Offshore Wind Farm will be located in the Danish North Sea (Lot 1 + 2 of this contract). Therefore, with...”
Tekst
The Danish Parliament has decided that the 800 MW Offshore Wind Farm will be located in the Danish North Sea (Lot 1 + 2 of this contract). Therefore, with reference made to Section 3.7.2. in the Tender Conditions (Doc. ID No. 01), Lot 3 + 4 (Danish Baltic Sea) will be cancelled.
This means, that an Applicant can apply for pre-qualification for lot 1 and/or 2. The award combinations will remain, which means, that a Tenderer can be awarded both lot 1 + 2, and it is possible to be pre-qualified and make a tender for both lots. Reference is made to Doc ID No. 01a, Enclosure A, which explains the combination of applications and contract awards.
The Contracting Authority encourages the Applicant to ask any questions in the QnA module in EU-Supply.
Vis mere
Kilde: OJS 2019/S 046-106603 (2019-03-01)
Bekendtgørelse om indgåede kontrakter (2019-08-09) Objekt Omfanget af udbuddet
Kort beskrivelse:
“As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential contractors to pre-qualify for a seabed survey for the...”
Kort beskrivelse
As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential contractors to pre-qualify for a seabed survey for the project area.
The tendered assignment comprises performance of the following services:
— site investigations, offshore wind farm,
— site investigations, export cable route.
The services shall be performed in The Danish North Sea and/or the Danish Baltic Sea respectively.
Vis mere Oplysninger om partier
Denne kontrakt er opdelt i partier ✅ Omfanget af udbuddet
Titel: Site Investigations, Danish North Sea, Offshore Wind Farm
Beskrivelse
Hovedsted eller sted for udførelsen: Danish North Sea.
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— work package A: Geophysical survey.
A geophysical survey must be performed in 2019 with full coverage...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— work package A: Geophysical survey.
A geophysical survey must be performed in 2019 with full coverage of the area of investigation. The survey must map the bathymetry, the static and dynamic elements of the seabed surface and the sub-surface geological soil layers to at least 60 m below seabed.
— work package B: Hydrographical survey 2020 (Option).
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package B is requested as an option.
— work package D: Reporting and data delivery.
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
The water depth in the project area is expected to range between 15 m and 45 m.
The contracting authority is instructed by the Danish Energy Agency to investigate an area in the Danish North Sea covering ca. 440 km west of central Jutland. This is the scope of the current procurement.
The contracting authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The contracting authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Work package B:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed...”
Beskrivelse af mulighederne
Work package B:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package B is requested as an option.
Vis mere Beskrivelse
Yderligere oplysninger:
“Note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents, and requirements set out herein, may be changed as...”
Yderligere oplysninger
Note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents, and requirements set out herein, may be changed as part of the negotiation process. As a result, the contracting authority encourages all economic operators to submit questions concerning the tender documents and apply for pre-qualification even if a requirement may present a challenge initially.
Vis mere Omfanget af udbuddet
Titel: Site Investigations, Danish North Sea, Export Cable Route
Beskrivelse
Beskrivelse af udbuddet:
“The assignment includes the following work packages:
— work package A: offshore cable route survey > 10 m LAT.
A full geophysical seabed survey must be...”
Beskrivelse af udbuddet
The assignment includes the following work packages:
— work package A: offshore cable route survey > 10 m LAT.
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor to the 10 m water-line to map; bathymetry, seabed features, geology and upper soil stratifications.
— work package B: Nearshore and Landfall Survey < 10 m LAT.
A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor from the 10 m water-line to landfall and map; bathymetry, seabed features, geology and upper soil stratifications.
— work package C: Geotechnical investigations.
Upon completion and interpretation of the work packages A and B, a geotechnical campaign must be performed to provide the soil parameters of the interpreted soil strata.
— work package E: Reporting and data delivery.
The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.
— Work Package F: Hydrographical survey 2020 (Option).
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package F is requested as an option.
The 10 m LAT waterline is indicative and can be subject to change.
The water depth in the project area is expected to range between 0 m and 45 m.
The contracting authority is instructed by the Danish Energy Agency to investigate one or multiple export cable corridors in the Danish North Sea to connect an offshore wind farm to land.
At present this include 2 routes with a total length of ca. 65 km. This is the scope of the current procurement.
The contracting authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.
The contracting authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Work package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed...”
Beskrivelse af mulighederne
Work package F:
A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package F is requested as an option.
Vis mere Beskrivelse
Yderligere oplysninger:
“Note that this is a negotiated procedure. With the exception of mandatory parts the tender documents, and requirements set out herein, may be changed as...”
Yderligere oplysninger
Note that this is a negotiated procedure. With the exception of mandatory parts the tender documents, and requirements set out herein, may be changed as part of the negotiation process. As a result the contracting authority encourages all economic operators to submit questions concerning the tender documents and apply for pre-qualification even if a requirement may present a challenge initially.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2019/S 036-082227
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Lot 1
Dato for indgåelse af kontrakten: 2019-06-26 📅
Navn og adresse på kontrahenten
Navn: MMT Sweden AB
Nationalt registreringsnummer: SE556679470601
Postadresse: Sven Källfelts Gata 11
Postby: SE-426 71
Postnummer: Västra Frölunda
Land: Sverige 🇸🇪
E-mail: sales@mmt.se📧
Region: Sverige 🏙️
Entreprenøren er en SMV ✅
2️⃣
Kontraktnummer: 2
Titel: LOT 2
Supplerende oplysninger Yderligere oplysninger
“The applicant must submit a completed European Single Procurement Document (ESPD) for each lot combination to apply for pre-qualification for this tender...”
The applicant must submit a completed European Single Procurement Document (ESPD) for each lot combination to apply for pre-qualification for this tender procedure. The ESPD for this tender is included in the EU-Supply system and must be filled in online in the system and submitted via My Response. It is possible to create the exact number of ESPDs necessary to match the number of lots the applicant wishes to apply for.
Please note:
It is mandatory to apply for pre-qualification for one of the following combinations of lots:
— Lot 1 + 3,
— Lot 2 + 4.
It is possible for the applicant to apply for both Lot 1+3 and Lot 2+4
After pre-qualification, the pre-qualified tenderers must submit a tender for each individual lot, he is pre-qualified for. The tenderer can be awarded contract(s) on the following combinations.
— Lot 1,
— Lot 2,
— Lot 3,
— Lot 4,
— Lot 1 + 2,
— Lot 3 + 4,
— Lot 1 + 4,
— Lot 2 + 3.
For further details concerning the pre-qualification and contract award combinations, reference is made to enclosure A – Combination of applications and contract awards (doc. No 19/00654-23) for further information.
Please note:
— an applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicant's own ESPD together with a separate ESPD from each of the entities it relies on with a completed Part II: ‘Information concerning the economic operator’ and Part III: ‘Exclusion grounds’ of the ESPD as well as the relevant information regarding Part IV: ‘Selection criteria’ and Part V: ‘Reduction of the number of qualified candidates’. The ESPD from each of the entities should be duly filled and signed by the entities concerned.
Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.
— where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each the participating economic operators must be submitted.
Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the contracting authority for the performance of the contract as a whole.
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The complaints board for public procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Vis mere
Kilde: OJS 2019/S 155-383941 (2019-08-09)