The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will be an immersed tunnel containing two dual carriageways and a twin-track railway traversing the 19 km distance across the Fehmarnbelt between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany (incl. approx. 6 km on the landside). Femern A/S requires design, procurement and building/installation, testing and commissioning and maintenance of a substation. This will be located near Rødbyhavn on Lolland. Energinet will design and construct the connection with the grid to provide the 132 kV primary system (including switchgear, housings and bus bars) under a separate contract. The Tunnel Power Supply (TPS) contract relates to the design, construction and maintenance of the substation and the ancillary works. This should be achieved while observing Femern A/S' CSR policies.
Deadline
Fristen for modtagelse af bud var på 2021-05-17.
Indkøbet blev offentliggjort på 2021-04-12.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Tender for the Tunnel Power Supply contract for the Fehmarnbelt Fixed Link
Produkter/tjenester: Transformatorstation📦
Kort beskrivelse:
“The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will...”
Kort beskrivelse
The Fehmarnbelt Fixed Link Project is the final stage in the realisation of a straight traffic corridor between Scandinavia and continental Europe. It will be an immersed tunnel containing two dual carriageways and a twin-track railway traversing the 19 km distance across the Fehmarnbelt between Rødbyhavn on the island of Lolland in Denmark and Puttgarden on the island of Fehmarn in northern Germany (incl. approx. 6 km on the landside). Femern A/S requires design, procurement and building/installation, testing and commissioning and maintenance of a substation. This will be located near Rødbyhavn on Lolland. Energinet will design and construct the connection with the grid to provide the 132 kV primary system (including switchgear, housings and bus bars) under a separate contract. The Tunnel Power Supply (TPS) contract relates to the design, construction and maintenance of the substation and the ancillary works. This should be achieved while observing Femern A/S' CSR policies.
Vis mere
Anslået værdi uden moms: EUR 70 000 000 💰
The TPS Contractor will be required to design, manufacture and build/install the power substation (*design and build contract) to provide
(a) railway traction power (*traction power supply); and
(b) power supply to the Tunnel and its ancillary facilities.
Further the TPS contractor is envisaged to provide maintenance (*maintenance) of the substation for a period of 5 years (coinciding with the defects notification period in the TPS contract).
Femern A/S' programme requires the power supply to the Tunnel (road and ancillary facilities sub-system) to be operational and handed over first, with the traction power sub-system to be operational and handed over at a later stage. The timing of each stage is still being developed.
The TPS Contract includes (without limitation):
— 2 x 132/20 kV three phase transformers for the tunnel power supply (excluding switchgear for 20 kV);
— 132/25 kV single phase transformers for the railway traction power supply and voltage unbalance compensation or 132/25 kV full convertor substation;
— switchgear for the 25 kV power supply;
— filter equipment (if necessary);
— earthing of the entire substation(including the main earthing bar);
— 400 V uninterruptible power supply;
— lightning protection system;
— control systems (including for remote operation);
— testing, safety and technical approvals;
— such other works, supplies and/or services that are necessary to deliver the sub-systems;
— buildings and fit out for the switchgear, control room and site employee facilities; and
— related works such as foundations, oil spill troughs for transformers, drainage for the substation (including oil spill collectors, connections to local utilities and facilities), lighting and noise dampening.
Femern A/S has contracted with a civil works contractor to prepare the site for the TPS contract. The prepared site will comprise of a prepared and elevated earthworks platform and sheet pile perimeter (and flood protection) wall with watertight gates.
The TPS Contractor will be required to coordinate closely with other project contractors and Energinet in relation to the design and execution of the works and the management of interfaces. The TPS Contract will cover such works, supplies and/or services that are ancillary to the works set out above.
The TPS contractor is expected to carry out the works with full focus on health and safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations) (*compliance with CSR requirements).
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 70 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 125
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of candidates invited to tender will be based on an overall assessment of which candidates have documented the most relevant experience in delivery of works comparable to the works covered by the contract, see the description in sections II.1.4) and II.2.4).
This overall assessment will be made on the basis of the submitted portfolio of references, see section III.1.3), and the extent to which these references – as a whole – document
— delivery of comparable works;
— a continuous and sustained flow of relevant experience over time.
When considering whether works are comparable (and as such considered relevant experience) please refer to section II.2.4) where the works are described – and in particular to the areas marked by a * in a parenthesis (e.g. ‘(*traction power supply)’), which will be given special weight in the assessment.
When assessing the continuous and sustained flow of relevant experience, special weight will be given to submitted references showing that the candidate has delivered (and is delivering) comparable works on a regular basis allowing the candidate to obtain and maintain the required knowledge and know-how.
Vis mere 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:
“Sections II.1.5) and II.2.6); the amount is an estimate of the contract price for the entire term of the contract.”
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
The candidate's equity ratio in each of the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the European Single Procurement Document (‘ESPD’) with the following information:
The candidate's equity ratio in each of the three latest financial years available.
The candidate's total annual turnover in each of the three latest financial years available.
If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the entities in question will be required to issue a financial guarantee in favour of the contracting entity covering any financial claims against the contractor in relation to the performance of the contract. See Tender Specifications paragraph 3.2 for further on the securities required.
Please note that in relation to the fulfilment of minimum requirements, see below, the financial capacity of another entity may be disregarded, in case the financial statements of such entity are consolidated with the financial statements of the candidate or any other financially supporting entity (i.e. to avoid double counting).
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. The intention is that in connection with the contracting entity's pre-qualification of candidates, the following documentation of economic and financial capacity must be submitted:
The operator's balance sheets or extracts from balance sheets in the three latest annual reports/financial statements available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity ratio and the total annual turnover in each of the three latest financial years available. For groups of operators (e.g. a consortium), the mentioned documentation must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C.
“As a minimum requirement, an equity to total assets ratio is required of at least 20 % in each of the three latest annual reports/financial statements...”
As a minimum requirement, an equity to total assets ratio is required of at least 20 % in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2).
The equity to total assets ratio is calculated as the operator’s total equity divided by the operator’s total assets (both as interpreted by the IFRS), calculated as a percentage. The 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 financial capacities of other entities, the equity to total assets ratio is calculated as the total equity of the candidate and such other entities divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the 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, a total annual turnover of at least EUR 100 million is required in each of the three latest annual reports/financial statements available at the time limit for submitting requests for participation, cf. section IV.2.2).
If the candidate relies on the financial capacities of other entities, the turnover is to be calculated as the total turnover of the candidate and such other entities in each of the three latest annual reports/financial statements available (naturally taking into account any consolidated financial accounts such that any turnover, etc., is not counted twice). For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in section IV.B of the ESPD.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the ESPD with:
A portfolio of references documenting up to 7 of the most significant comparable works, see sections II.1.4) and...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the ESPD with:
A portfolio of references documenting up to 7 of the most significant comparable works, see sections II.1.4) and II.2.4), that the candidate has carried out in the latest 5 years before the expiry of the deadline for application.
Works are considered carried out in the latest 5 years, if the candidate has completed (handed-over to the customer) the works within the latest 5 years (i.e. if hand-over is within the 5-year period then the entire works are considered). When assessing whether a reference fulfils any of the minimum requirements regarding technical and professional capacity, only references which have been completed will be considered.
In case the candidate submits a reference where the candidate has yet to complete the works, only the works carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant experience, see section II.2.9), however, such a reference may form part of demonstrating a continuous and sustained flow of relevant experience. In such a case the candidate is requested to specify which parts have been performed.
Each reference is requested to include a description of the deliveries made. The description should include a clear description of how it relates to the works set out in sections II.1.4) and II.2.4) (in particular to the areas marked by a * in a parenthesis) and the candidate's role(s) in the performance of the delivery.
Each reference is also requested to include the financial value of the delivery, the date of delivery and the name of the customer (recipient), including point of contact. When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible the candidate is asked to indicate how the date is specified.
The portfolio of references may not include more than 7 references, irrespective of whether the candidate is a single operator, a group of operators (e.g. a consortium) or whether the candidate (single operator or group of operators) relies on the technical capacity of other entities or. In case more than 7 references are submitted, only the 7 references that commenced first will be considered by the contracting entity (which may be to the detriment of the candidate in relation to establishing a continuous and sustained flow of relevant experience over time). However, if the candidate has clearly indicated which 3-4 references fulfil the minimum requirements, then these references will always be among the 7 references to be considered, irrespective of the time of commencement.
If the candidate relies on the professional experience of other entities for the performance of specific parts of the works comprised by the contract, see section II.2.4), such specific parts of the works under the contract must be performed by the entity on which the candidate relies, e.g. by acting as a sub-contractor to the candidate regarding the relevant parts of the works or by making the necessary employees and/or facilities available for the candidate’s performance of the relevant parts of the works.
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional ability, see this section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9).
Prior to award, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate. However, no additional documentation of technical and professional capacity will be required from the candidate. Where a candidate relies on the professional experience of other entities, it will further be necessary to submit a letter of commitment from each supporting entity based on the template provided in the tender specifications, appendix C.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“As a minimum requirement, the candidate must have at least:
1) Three (3) references demonstrating experience with design and build/installation of a TSI...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
As a minimum requirement, the candidate must have at least:
1) Three (3) references demonstrating experience with design and build/installation of a TSI approved traction power substation;
2) One (1) reference demonstrating experience with design and build/installation of a voltage unbalance solution in relation to a traction power substation (i.e. balancing the power across the three phases when only drawing power from two phases).
If one of the three (3) references for design and build/installation of a TSI approved traction power substation includes a full converter solution then requirement number 2 shall be considered complied with.
Vis mere
Krav om deponering og sikkerhedsstillelse:
“The contractor will be required to provide a performance guarantee.
If the candidate relies on the economic and financial capacity of other entities in...”
Krav om deponering og sikkerhedsstillelse
The contractor will be required to provide a performance guarantee.
If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements the entities in question will be required to issue a financial guarantee in favour of the contracting entity covering any financial claims against the contractor in relation to the performance of the contract. The candidate should take note that in accordance with the tender specifications the ultimate parent company (where relevant) of the candidate (or as the case may be for each consortium member) or the ultimate parent company (where relevant) of any entity relied on for economic and financial capacity, will be required to issue a parent company undertaking in connection with signing the contract.
See Tender Specifications paragraph 3.2 for further on the securities required.
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“The contractor may receive an advance payment (against provision of relevant security). Further financing and payment conditions can be found in the tender...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
The contractor may receive an advance payment (against provision of relevant security). Further financing and payment conditions can be found in the tender documents.
Vis mere
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No specific legal form is required.
If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No specific legal form is required.
If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements on labour clauses in Denmark.
The contract lays down requirements on compliance with the law on processing of personal data.
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
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 134-330860
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-05-17
13:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2021-06-25 📅
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: 12
Supplerende oplysninger Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the in section I.3). For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply.
All communication in connection with the tender procedure must take place through the electronic tendering system. Questions must be submitted not later than 7 May 2021. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.
Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.
The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act, cf. section 11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen — ‘the Danish Implementing Order’). A guide on how to complete the ESPD is attached to the tender specifications as an appendix, including explanations regarding groups of operators and supporting entities.
The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, cf. section 10(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 10(1), para. (2) of the Danish Implementing Order.
Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Implementing Order.
In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety.
As regards section II.2.7), the stated duration of the contract is based on the preliminary assumption that contract signing will take place in late 2022 with commencement January 2023 (but counted from January 2023). As the case is the award of contract and signing of Contract may be done following the first negotiation tender, in which case the duration may be correspondingly longer.
It should be noted that each candidate may only submit one application for pre-qualification. If the same legal entity participates in more than one application/tender, e.g. as applicant/tenderer, sub-contractor to another applicant/tenderer or otherwise, the contracting entity reserves the right to request the relevant applicant/tenderer/legal entity to prove that such participation has not in any way limited the competition in conflict with applicable competition laws.
The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents.
The contracting entity reserves the right to award on the basis of the initial tender.
Vis mere 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 Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published;
2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).
The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
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 2021/S 074-189721 (2021-04-12)
Bekendtgørelse om indgåede kontrakter (2022-12-22)
Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 70 000 000 💰
Beskrivelse
Hovedsted eller sted for udførelsen: Rødbyhavn
Beskrivelse af udbuddet:
“The TPS Contractor will be required to design, manufacture and build/install the power substation (*design and build contract) to provide a) railway...”
Beskrivelse af udbuddet
The TPS Contractor will be required to design, manufacture and build/install the power substation (*design and build contract) to provide a) railway traction power (*traction power supply) and b) power supply to the Tunnel and its ancillary facilities. Further the TPS contractor is envisaged to provide maintenance (*maintenance) of the substation for a period of 5 years (coinciding with the defects notification period in the TPS contract).
Femern A/S' programme requires the power supply to the Tunnel (road and ancillary facilities sub-system) to be operational and handed over first, with the traction power sub-system to be operational and handed over at a later stage. The timing of each stage is still being developed.
The TPS Contract includes (without limitation):
— 2 x 132/20 kV three phase transformers for the tunnel power supply (excluding switchgear for 20kV);
— 132/25 kV single phase transformers for the railway traction power supply and voltage unbalance compensation or 132/25kV full convertor substation;
— switchgear for the 25 kV power supply;
— filter equipment (if necessary);
— earthing of the entire substation(including the main earthing bar);
— 400 V uninterruptible power supply;
— lightning protection system
— control systems (including for remote operation);
— testing, safety and technical approvals;
— such other works, supplies and/or services that are necessary to deliver the sub-systems;
— buildings and fit out for the switchgear, control room and site employee facilities; and
— related works such as foundations, oil spill troughs for transformers, drainage for the substation (including oil spill collectors, connections to local utilities and facilities), lighting and noise dampening.
Femern A/S has contracted with a civil works contractor to prepare the site for the TPS contract. The prepared site will comprise of a prepared and elevated earthworks platform and sheet pile perimeter (and flood protection) wall with watertight gates.
The TPS Contractor will be required to coordinate closely with other Project contractors and Energinet in relation to the design and execution of the works and the management of interfaces. The TPS Contract will cover such works, supplies and/or services that are ancillary to the works set out above.
The TPS contractor is expected to carry out the works with full focus on health and safety (*safety) and in observation of principles set out in terms of ethical, social and environmental behaviour (e.g. UNGC global compact, labour related obligations) (*compliance with CSR requirements).
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Energy Efficiency
Kvalitetskriterium (vægtning): 15 %
Kvalitetskriterium (navn): RAMS - Availability
Kvalitetskriterium (vægtning): 7.5 %
Kvalitetskriterium (navn): Design Life
Pris (justeringskoefficient): 70 %
Beskrivelse
Yderligere oplysninger:
“Sections II.1.7); the amount was an estimate of the contract price for the entire term of the contract as stated in the Contract Notice (2021/S 074-189721).”
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 074-189721
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Tender for the Tunnel Power Supply contract for the Fehmarnbelt Fixed Link
Dato for indgåelse af kontrakten: 2022-12-22 📅
Oplysninger om udbud
Antal modtagne bud: 2
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 1
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 2
Navn og adresse på kontrahenten
Navn: Elecnor Servicios Y Proyectos, S.A.U.
Nationalt registreringsnummer: A79486833
Postadresse: C/ Marqués De Mondéjar 33
Postby: Madrid
Postnummer: 28028
Land: Spanien 🇪🇸
Region: Madrid 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 41743490.44 💰
Supplerende oplysninger Yderligere oplysninger
“Section V.2.4); the amount is the contract price (corresponding to Elecnor Servicios Y Proyectos S.A.U.'s evaluation-technical price of 41,209,568.31).” Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.
2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).
The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Vis mere
Kilde: OJS 2022/S 249-727000 (2022-12-22)