With the climate agreement for energy and industry of the 22 June 2020 the majority of the Danish Parliament decided that Denmark will become the first country in the world to begin the construction of two energy island with a total capacity of 5 GW off-shore wind. One of the islands will be located in the North Sea with a capacity of 3 GW. This island can be further scaled up to 10 GW offshore wind. The other energy island will be established on the current island of Bornholm with a capacity of 2 GW. The islands are scheduled for completion by 2030. The current tender concern LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project areas.
Deadline
Fristen for modtagelse af bud var på 2021-04-16.
Indkøbet blev offentliggjort på 2021-03-26.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Energy Islands and Offshore Wind Farms in the North Sea and the Baltic Sea — Floating Lidar Measurements
21/02027”
Produkter/tjenester: Offshoreaktiviteter📦
Kort beskrivelse:
“With the climate agreement for energy and industry of the 22 June 2020 the majority of the Danish Parliament decided that Denmark will become the first...”
Kort beskrivelse
With the climate agreement for energy and industry of the 22 June 2020 the majority of the Danish Parliament decided that Denmark will become the first country in the world to begin the construction of two energy island with a total capacity of 5 GW off-shore wind. One of the islands will be located in the North Sea with a capacity of 3 GW. This island can be further scaled up to 10 GW offshore wind. The other energy island will be established on the current island of Bornholm with a capacity of 2 GW. The islands are scheduled for completion by 2030. The current tender concern LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project areas.
Vis mere
Anslået værdi uden moms: EUR 3 200 000 💰
Oplysninger om partier
Der kan afgives bud for alle partier
1️⃣ Omfanget af udbuddet
Titel:
“LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #1 in the North Sea” Titel
Partiets identifikationsnummer: 1
Beskrivelse
Yderligere produkter/tjenester: Offshoreaktiviteter📦
Yderligere produkter/tjenester: Vejrtjeneste📦
Yderligere produkter/tjenester: Klimatologiske tjenester📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: North Sea.
Beskrivelse af udbuddet:
“LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the North Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the North Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
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 800 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 16
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the 5 applicants who are evaluated as most qualified for the specific 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 MetOcean conditions and types of measuring.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A
Option 6: Wave-only...”
Vis mere Beskrivelse
Yderligere oplysninger:
“Please note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents may as a result undergo changes as part of the...”
Yderligere oplysninger
Please note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents may as a result undergo changes as part of the negotiation process.
2️⃣ Omfanget af udbuddet
Titel:
“LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #2 in the North Sea” Titel
Partiets identifikationsnummer: 2
Beskrivelse
Beskrivelse af udbuddet:
“LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the North Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the North Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 800 000 💰
Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A.
Option 6: Wave-only...”
3️⃣ Omfanget af udbuddet
Titel:
“LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #1 in the Baltic Sea” Titel
Partiets identifikationsnummer: 3
Beskrivelse
Hovedsted eller sted for udførelsen: Baltic Sea.
Beskrivelse af udbuddet:
“LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the Baltic Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the Baltic Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 800 000 💰
Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and...”
4️⃣ Omfanget af udbuddet
Titel:
“LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #2 in the Baltic Sea” Titel
Partiets identifikationsnummer: 4
Beskrivelse
Beskrivelse af udbuddet:
“LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the Baltic Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the Baltic Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 800 000 💰
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre--qualify the 5 applicants who are evaluated as most qualified for the specific 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 MetOcean conditions and types of measuring.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monthtly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and...”
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).
“Concerning 1: Equity from the latest annual report must be at least EUR 1.3 million/DKK 10 million.
Concerning 2: Equity ratio from the latest annual report...”
Concerning 1: Equity from the latest annual report must be at least EUR 1.3 million/DKK 10 million.
Concerning 2: 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 EUR 4 million/DKK 30 million.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the same 5 applicants for all the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the same 5 applicants for all the lots who are evaluated as most qualified for the specific tendered assignment.
The applicant must include the up to 5 most comparable and relevant references in total for all lots 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 three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for pre-qualification. 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:
• a specific description of the work performed for each reference, including type and location of the measuring;
• contract value (if possible);
• contact information for the entity in question (including contact person);
• date of initiation and final delivery (day, month, year).
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9). Please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box.
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 in total for all lots. 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 more than 5 references are submitted, 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 must include at least one comparable and relevant reference, where Floating LiDAR measurements have been performed by the applicant,...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The applicant must include at least one comparable and relevant reference, where Floating LiDAR measurements have been performed by the applicant, undertaken in the past 3 years.
The applicant must have implemented and maintain a quality management system in compliance with ISO 9001 (or equivalent).
The applicant must have implemented and maintain a Health, Safety and Environment management system. This Management system shall comply with the latest edition of OHSAS 18001, ISO 45001, DNV OS-H101, ISO 14001 or other equivalent international standards as applicable.
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public...”
Liste og kortfattet beskrivelse af regler og kriterier
The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 135 (1-3) and 136.
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: 2021-04-16
10:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 5
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 ESPD to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found via EU-supply....”
The applicant must submit a completed ESPD to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via ‘My Response’.
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 applicants 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 of 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 as-sume 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://naevneneshus.dk/start-din-klage/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 2021/S 063-161278 (2021-03-26)
Bekendtgørelse om indgåede kontrakter (2021-09-15) Objekt Omfanget af udbuddet
Titel:
“Energy Islands and offshore wind farms in the North Sea and the Baltic Sea - Floating Lidar Measurements
21/02027”
Kort beskrivelse:
“With the Climate Agreement for Energy and Industry of the 22nd of June 2020 the majori-ty of the Danish Parliament decided that Denmark will become the...”
Kort beskrivelse
With the Climate Agreement for Energy and Industry of the 22nd of June 2020 the majori-ty of the Danish Parliament decided that Denmark will become the first country in the world to begin the construction of two energy island with a total capacity of 5 GW off-shore wind. One of the islands will be located in the North Sea with a capacity of 3 GW. This island can be further scaled up to 10 GW offshore wind. The other energy island will be established on the current island of Bornholm with a capacity of 2 GW. The islands are scheduled for completion by 2030. The current tender concern LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project areas.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 2 570 400 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅ Omfanget af udbuddet
Titel:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the North Sea” Beskrivelse
Hovedsted eller sted for udførelsen: North Sea
Beskrivelse af udbuddet:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the North Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the North Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monhtly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A
Option 6: Wave-only...”
Vis mere Beskrivelse
Yderligere oplysninger:
“Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the...”
Yderligere oplysninger
Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process
Vis mere Omfanget af udbuddet
Titel:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the North Sea” Beskrivelse
Beskrivelse af udbuddet:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the North Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the North Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monhtly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A.
Option 6: Wave-only...”
Vis mere Omfanget af udbuddet
Titel:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the Baltic Sea” Beskrivelse
Hovedsted eller sted for udførelsen: Baltic Sea
Beskrivelse af udbuddet:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the Baltic Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #1 in the Baltic Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
Vis mere Oplysninger om valgmuligheder
Beskrivelse af mulighederne:
“Option 1: Extension 12 months LiDAR
Option 2: Extension monhtly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and...”
Beskrivelse af mulighederne
Option 1: Extension 12 months LiDAR
Option 2: Extension monhtly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and salinity
Option 6: N.A.
Option 7: Online portal system
Vis mere Beskrivelse
Yderligere oplysninger:
“Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the...”
Yderligere oplysninger
Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Vis mere Omfanget af udbuddet
Titel:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the Baltic Sea” Beskrivelse
Beskrivelse af udbuddet:
“LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the Baltic Sea.
For further information regarding the assignment...”
Beskrivelse af udbuddet
LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project area #2 in the Baltic Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 063-161278
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Lot 1
Dato for indgåelse af kontrakten: 2021-08-10 📅
Navn og adresse på kontrahenten
Navn: Fugro Norway AS
Nationalt registreringsnummer: NO 969 059 789 MVA
Postadresse: Pirsenteret 1
Postby: Trondheim
Postnummer: 7010
Land: Norge 🇳🇴
Telefon: +47 40430978📞
E-mail: i.grandes@fugro.com📧
Region: Norge 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 642 600 💰
2️⃣
Kontraktnummer: 2
Titel: Lot 2
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 642 600 💰
3️⃣
Kontraktnummer: 3
Titel: Lot 3
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 642 600 💰
4️⃣
Kontraktnummer: 4
Titel: Lot 4
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 642 600 💰
Supplerende oplysninger Yderligere oplysninger
“The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The...”
The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”.
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 applicants 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 of 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 as-sume 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 candi-dates/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 2021/S 182-474703 (2021-09-15)