The Green Gas Lolland-Falster (GGLF) project will facilitate transport of gas from Zealand to the sugar factories in Lolland and Falster. For this a new gas pipeline is planned. In connection to this gas pipeline there will be three marine crossings in which Horizontal directional drilling (HDD) needs to be carried out. The assignment is divided into 2 lots:
Lot 1 – WPA: Offshore geophysical survey.
Lot 2 — WPB: On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT).
Deadline
Fristen for modtagelse af bud var på 2021-05-25.
Indkøbet blev offentliggjort på 2021-05-06.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Investigations for Marine Crossings – Green Gas Lolland-Falster (GGLF)
21/00167
Produkter/tjenester: Onshore- og offshoreaktiviteter📦
Kort beskrivelse:
“The Green Gas Lolland-Falster (GGLF) project will facilitate transport of gas from Zealand to the sugar factories in Lolland and Falster. For this a new gas...”
Kort beskrivelse
The Green Gas Lolland-Falster (GGLF) project will facilitate transport of gas from Zealand to the sugar factories in Lolland and Falster. For this a new gas pipeline is planned. In connection to this gas pipeline there will be three marine crossings in which Horizontal directional drilling (HDD) needs to be carried out. The assignment is divided into 2 lots:
Lot 1 – WPA: Offshore geophysical survey.
Lot 2 — WPB: On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT).
Vis mere Oplysninger om partier
Der kan afgives bud for alle partier
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 2
1️⃣ Omfanget af udbuddet
Titel: Lot 1 – WPA: Offshore Geophysical Survey
Titel
Partiets identifikationsnummer: 1
Beskrivelse
Yderligere produkter/tjenester: Offshoreaktiviteter📦
Yderligere produkter/tjenester: Borehulstjenester📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Lolland, Falster, Zeeland and Farø.
Beskrivelse af udbuddet:
“Lot 1 — WPA — Offshore geophysical survey includes offshore geophysical survey covering Multibeam (MBES), Side scan sonar (SSS), Magnetometer (MAG) at three...”
Beskrivelse af udbuddet
Lot 1 — WPA — Offshore geophysical survey includes offshore geophysical survey covering Multibeam (MBES), Side scan sonar (SSS), Magnetometer (MAG) at three crossings. The objective is to obtain knowledge of the seabed for optimizing and safe positioning of geotechnical boreholes and further authority processing cf. Scope of Work (21/00167-29), section 2.3.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 6
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt minimumsantal: 3
Maksimalt antal: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3-4 applicants who are evaluated...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3-4 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 assessed 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:
• magnitude and maritime environment (especially concerning water depth) where the services shall be performed. It will, however, in particular be rated positively if the applicant’s references (altogether) cover reference projects similar to the project area and scope. Finally, it will be rated positively if the references include more or all of the following survey activities:
1) Performance of geophysical survey;
2) Performance of crossing surveys; and
3) Data processing and interpretation.
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:
“Lot 2 — WPB — On- and Offshore Geotechnical Boreholes, Refractions Seismic Survey and Electrical Resistivity Tomography (ERT)” Titel
Partiets identifikationsnummer: 2
Beskrivelse
Hovedsted eller sted for udførelsen: Lolland, Falster, Zealand and Farø.
Beskrivelse af udbuddet:
“Lot 2 – WPB — On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT) includes on- and offshore...”
Beskrivelse af udbuddet
Lot 2 – WPB — On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT) includes on- and offshore geotechnical bore-holes, refractions seismic survey along center line both on- and offshore and Electrical Resistivity Tomography (ERT) onshore along center line cf. Scope of Work (21/00167-29), section 2.3.
Vis mere
Varighed: 7
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 3 applicants fulfill the minimum requirements, cf. section III, the contracting authority will prequalify the 3-4 applicants who are evaluated...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 3 applicants fulfill the minimum requirements, cf. section III, the contracting authority will prequalify the 3-4 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 assessed 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:
• magnitude and maritime environment (especially concerning water depth) where the services shall be performed. It will, however, in particular be rated positively if the applicant’s references (altogether) cover reference projects similar to the project area and scope. Finally, it will be rated positively if the references include more or all of the following survey activities:
1) Performance of geotechnical investigations;
2) Performance of refraction seismic survey and ERT;
3) Performance of crossing surveys; and
4) Data processing and interpretation.
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 33 pct. of the total expected amount of the contract.
Concerning 2: Equity ratio from...”
Concerning 1: Equity from the latest annual report must be at least 33 pct. of the total expected amount of the contract.
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 the total expected amount of the contract.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must include the up to 6 most comparable and relevant references per lot undertaken in the past three (3) years as part of the application....”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must include the up to 6 most comparable and relevant references per lot 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 the following information:
• detailed description of the completed scope applied resources and involved general technical consultancy areas. Please refer to which of the two lots (work packages Lot 1 — WPA or Lot 2 — WPB) the reference belongs to and emphasize to which extent the reference provides Geophysical investigations or Geotechnical investigations and/or Refraction Seismic Survey, ERT (please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box).
• reference title,
• type of project,
• geographical location of reference,
• 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.
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 6 most comparable and relevant references per lot. 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 6 per lot when combined. If more than 6 references per LOT are submitted, the contracting authority will only consider the 6 most recent references per lot determined by date of final delivery (in this case not yet finished references will not be included).
Vis mere Betingelser for deltagelse
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 and in Clause 1 regarding Performance Guaran-tee in the Service Agreement (Lot 1: Doc. No 21/00167-25 and...”
Krav om deponering og sikkerhedsstillelse
The information is stated in the Tender Documents and in Clause 1 regarding Performance Guaran-tee in the Service Agreement (Lot 1: Doc. No 21/00167-25 and Lot 2: Doc. No 21/00167-39).
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“The information is stated in Clause 7 in the Service Agreement (Lot 1: Doc. No. 21/00167-25 and Lot 2: Doc. No. 21/00167-39”
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: 2021-05-25
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: 6
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 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 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 publi-cation 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 091-236924 (2021-05-06)
Bekendtgørelse om indgåede kontrakter (2021-09-23) Objekt Omfanget af udbuddet
Titel: Investigations for marine crossings – Green Gas Lolland-Falster (GGLF)
21/00167
Kort beskrivelse:
“The Green Gas Lolland-Falster (GGLF) project will facilitate transport of gas from Zealand to the sugar factories in Lolland and Falster. For this a new gas...”
Kort beskrivelse
The Green Gas Lolland-Falster (GGLF) project will facilitate transport of gas from Zealand to the sugar factories in Lolland and Falster. For this a new gas pipeline is planned. In connection to this gas pipeline there will be three marine crossings in which Horizontal directional drilling (HDD) needs to be carried out. The assignment is divided into 2 lots: LOT 1 – WPA: Offshore geophysical survey LOT 2 - WPB - On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT)
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 2 113 667 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅ Omfanget af udbuddet
Titel: LOT 1 – WPA: Offshore geophysical survey
Beskrivelse
Hovedsted eller sted for udførelsen: Lolland, Falster, Zeeland and Farø
Beskrivelse af udbuddet:
“LOT 1 - WPA - Offshore geophysical survey includes offshore geophysical survey covering Multibeam (MBES), Side scan sonar (SSS), Magnetometer (MAG) at three...”
Beskrivelse af udbuddet
LOT 1 - WPA - Offshore geophysical survey includes offshore geophysical survey covering Multibeam (MBES), Side scan sonar (SSS), Magnetometer (MAG) at three crossings. The objective is to obtain knowledge of the seabed for optimizing and safe positioning of geotechnical boreholes and further authority processing cf. Scope of Work (21/00167-29), section 2.3.
Vis mere Omfanget af udbuddet
Titel:
“LOT 2 - WPB - On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT)” Beskrivelse
Hovedsted eller sted for udførelsen: Lolland, Falster, Zealand and Farø
Beskrivelse af udbuddet:
“LOT 2 – WPB - On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT) includes on- and offshore...”
Beskrivelse af udbuddet
LOT 2 – WPB - On- and offshore geotechnical boreholes, refractions seismic survey and Electrical Resistivity Tomography (ERT) includes on- and offshore geotechnical bore-holes, refractions seismic survey along center line both on- and offshore and Electrical Resistivity Tomography (ERT) onshore along center line cf. Scope of Work (21/00167-29), section 2.3.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 091-236924
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Lot 1
Dato for indgåelse af kontrakten: 2021-09-09 📅
Navn og adresse på kontrahenten
Navn: Geo Ingenieurservice Nord-Ost GmbH & Co. KG
Nationalt registreringsnummer: VAT: DE 253 935 635
Postadresse: Gewerbegebiet 18
Postby: Sundhagen
Postnummer: 18519
Land: Tyskland 🇩🇪
Telefon: +49 3832865360📞
E-mail: tender@geogroup.de📧
Region: Deutschland 🏙️
URL: http://www.geogroup.de🌏
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 127 670 💰
2️⃣
Kontraktnummer: 2
Titel: Lot 2
Dato for indgåelse af kontrakten: 2021-09-03 📅
Navn og adresse på kontrahenten
Navn: Per Aarsleff A/S
Nationalt registreringsnummer: 37542784
Postadresse: Hasselager Allé 5
Postby: Viby J
Postnummer: 8260
Land: Danmark 🇩🇰
Telefon: +45 40442338📞
E-mail: pwm@aarsleff.com📧
Region: Danmark🏙️ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 1 985 997 💰
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 publi-cation date);
2. 30 calendar days starting the day after the contracting authority has informed the ten-derers 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 can-didates/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 188-490262 (2021-09-23)