The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the Fehmarn Belt Positioning System (FBPS) — an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore.
The scope of services covers:
— station re-establishment,
— RTK Service,
— test operation,
— system operation and maintenance,
— delivery of documentation.
For more information please refer to the tender documents.
Deadline
Fristen for modtagelse af bud var på 2020-06-08.
Indkøbet blev offentliggjort på 2020-05-01.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Contract Concerning RTK GNSS Service
Produkter/tjenester: Globale navigations- og positionsbestemmelsesudstyr (GPS eller tilsvarende)📦
Kort beskrivelse:
“The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the...”
Kort beskrivelse
The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the Fehmarn Belt Positioning System (FBPS) — an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore.
The scope of services covers:
— station re-establishment,
— RTK Service,
— test operation,
— system operation and maintenance,
— delivery of documentation.
For more information please refer to the tender documents.
1️⃣
Yderligere produkter/tjenester: Navigationsinstrumenter og meteorologiske instrumenter📦
Yderligere produkter/tjenester: Navigationsinstrumenter📦
Yderligere produkter/tjenester: Sekstanter📦
Sted for udførelsen: Vest- og Sydsjælland🏙️
Sted for udførelsen: Ostholstein 🏙️
Beskrivelse af udbuddet:
“The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the...”
Beskrivelse af udbuddet
The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the Fehmarn Belt Positioning System (FBPS) — an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore. The scope of services covers:
— station re-establishment,
— RTK Service,
— test operation,
— system operation and maintenance,
— delivery of documentation.
For more information please refer to the tender documents.
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 1 800 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 108
Omfanget af udbuddet
Oplysninger om EU-midler:
“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.” Beskrivelse
Yderligere oplysninger:
“The contract is tendered as one single agreement in order to achieve economics of scale, reduced costs for administration of the contract and a better...”
Yderligere oplysninger
The contract is tendered as one single agreement in order to achieve economics of scale, reduced costs for administration of the contract and a better understanding of the scope of services. Dividing the contract into lots is not considered to lead to a higher level of competition.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
“The candidate must complete and submit the European Single Procurement Document (‘ESPD’) as preliminary documentation for the purpose of assessing whether...”
The candidate must complete and submit the European Single Procurement Document (‘ESPD’) as preliminary documentation for the purpose of assessing whether the below minimum requirement for economic and financial suitability are fulfilled, cf. section 148 (1)(1-2) of the Danish Procurement Act. Information about the candidate’s solvency ratio (equity to total assets ratio) for the last 2 financial years must be filled in under Part IV, B of the ESPD.
The solvency ratio (equity to total assets ratio) is calculated as the candidate’s total equity divided by the candidate’s total assets, calculated as a percentage. The solvency ratio (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 capacity of other entities, the solvency ratio (equity to total assets ratio) is calculated as the candidate's and such other entities’ total equity divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the solvency ratio (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 the tenderer must document that:
• the tenderer for each of the last 2 financial years has had a solvency ratio (equity to total assets ratio) of at least 15 percent; and
• an annual turnover of at least EUR 2 million.
Vis mere
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The tenderer must complete and submit the ESPD as documentation for its technical and pro-fessional ability.
The ESPD must be completed with a list of main...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The tenderer must complete and submit the ESPD as documentation for its technical and pro-fessional ability.
The ESPD must be completed with a list of main references of RTK services carried out with-in the last 3 years stating amount and time and the public or private recipient, including contact information. The list of deliveries of services must be inserted under Part IV, C of the ESPD and is the final documentation.
No further evidence or documentation regarding technical and professional ability in terms of the list of main deliveries will be requested before Femern A/S awards the contract, however Femern A/S reserves the right to contact the customer indicated on each delivery in order to verify the reference.
No more than 5 references for deliveries should be listed in the ESPD. If the request contains more than five references only the first five references will be taken into account. References included in the tenderer’s own ESPD will in this respect be considered the first five references. In the event that the tenderer is a group of economic operators or a temporary association (consortia, joint venture or the like) the references from the leading operator will be considered the first five references. In the event that this provision do not determine the first five references Femern A/S will draw lots to elect the first five references (tenderers will not be allowed to supervise the draw).
As a minimum requirement the tenderer must document:
— at least one reference which demonstrates experience with delivering RTK services to a customer.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Performance conditions appears from Appendix 1 — Scope of services.
Please note, that the contract contains requirements in relation to CSR.”
Procedure Type af procedure
Åben procedure
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-06-08
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Buddet skal være gyldigt indtil: 2020-12-08 📅
Betingelser for åbning af buddene: 2020-06-08
12:00 📅
Supplerende oplysninger Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://klfu.naevneneshus.dk/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
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, cf. § 7(1) of the Act on the Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.
Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement 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. The time limit is calculated from the day after the publication date;
2) 30 calendar days starting the day after the contracting authority has notified 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 an account of the reasons for the decision;
3) 6 months after the contracting authority has entered into the framework agreement, calculated starting the day after the contracting authority has sent notification to the candidates and tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2020/S 087-206633 (2020-05-01)
Bekendtgørelse om indgåede kontrakter (2020-07-15) Ordregivende myndighed Navn og adresser
Kontaktperson: Femern - Mikkel Mølgaard
Objekt Omfanget af udbuddet
Kort beskrivelse:
“The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialization and operation of the...”
Kort beskrivelse
The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialization and operation of the Fehmarn Belt Positioning System (FBPS) – an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore.
The scope of services covers:
— station re-establishment,
— RTK service,
— test operation,
— system operation and maintenance,
— delivery of documentation.
For more information please refer to the tender documents.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 1 800 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialization and operation of the...”
Beskrivelse af udbuddet
The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialization and operation of the Fehmarn Belt Positioning System (FBPS) – an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore. The scope of services covers:
— station re-establishment,
— RTK Service,
— test operation,
— system operation and maintenance,
— delivery of documentation.
For more information please refer to the tender documents.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Organisation and project manager
Kvalitetskriterium (vægtning): 15
Kvalitetskriterium (navn): Method statement
Kvalitetskriterium (vægtning): 35
Pris (justeringskoefficient): 50
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 087-206633
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Contract Concerning RTK GNSS Service
Dato for indgåelse af kontrakten: 2020-07-14 📅
Oplysninger om udbud
Antal modtagne bud: 3
Navn og adresse på kontrahenten
Navn: Geoteam A/S
Postby: Ballerup
Land: Danmark 🇩🇰
Region: Københavns omegn🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 1 800 000 💰
Supplerende oplysninger Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
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, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.
Other complaints must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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. The time limit is calculated from the day after the publication date;
2) 30 calendar days starting the day after the contracting authority has notified 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 an account of the reasons for the decision;
3) 6 months after the contracting authority has entered into the framework agreement, calculated starting the day after the contracting authority has sent notification to the candidates and tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).
Vis mere
Kilde: OJS 2020/S 137-336830 (2020-07-15)