Following a decision in the Danish Parliament June 2020 Denmark is on the path to establish off-shore energy infrastructure in the Danish North Sea and in the Danish Baltic Sea to connect offshore wind energy to the Danish mainland and to neighbouring countries via offshore energy hubs, called Energy islands.
The current tender concern consultancy services regarding external threat and risk assessment as well as assessment of sufficient cable burial depths for the two Energy Islands’ expected subsea cable routes.
Deadline
Fristen for modtagelse af bud var på 2022-05-12.
Indkøbet blev offentliggjort på 2022-04-22.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Protection Study for Danish Submarine power cables
22/02533 - 296950
Produkter/tjenester: Geoteknisk ingeniørvirksomhed📦
Kort beskrivelse:
“Following a decision in the Danish Parliament June 2020 Denmark is on the path to establish off-shore energy infrastructure in the Danish North Sea and in...”
Kort beskrivelse
Following a decision in the Danish Parliament June 2020 Denmark is on the path to establish off-shore energy infrastructure in the Danish North Sea and in the Danish Baltic Sea to connect offshore wind energy to the Danish mainland and to neighbouring countries via offshore energy hubs, called Energy islands.
The current tender concern consultancy services regarding external threat and risk assessment as well as assessment of sufficient cable burial depths for the two Energy Islands’ expected subsea cable routes.
Vis mere
Anslået værdi uden moms: EUR 1 000 000 💰
Oplysninger om partier
Der kan afgives bud for alle partier
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 1
1️⃣ Omfanget af udbuddet
Titel: Zealand to Energy Island Bornholm
Titel
Partiets identifikationsnummer: 1
Beskrivelse
Yderligere produkter/tjenester: Geoteknisk ingeniørvirksomhed📦
Yderligere produkter/tjenester: Energi og hermed beslægtet virksomhed📦
Yderligere produkter/tjenester: Ingeniørvirksomhed📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Suppliers own offices with occasional meeting activities at Energinets offices
Beskrivelse af udbuddet:
“The work for LOT 1 to be carried is subdivided into the following work packages:
1. WORK PACKAGE A (WPA) – Preliminary threat and risk assessment: The...”
Beskrivelse af udbuddet
The work for LOT 1 to be carried is subdivided into the following work packages:
1. WORK PACKAGE A (WPA) – Preliminary threat and risk assessment: The Con-sultant provides an analysis of threats and an assessment of the related risks in relation to the integrity of the subsea cable’s life-time operation. Furthermore, the Consultant provides a preliminary assessment of sufficient burial depths taking into account the de-scribed threats and their impact along the cable route.
2. WORK PACKAGE B (WPB) – Revised threat and risk assessment: Consultant to update the above risk assessment with actual geophysical and geotechnical data collect-ed along the cable route. The assessment to include a final assessment of sufficient buri-al depths along the route taking a risk based approach.
3. WORK PACKAGE C (WPC) – OPTION - Assessment of cable installation methods (BAS): Consultant to assist with the production of a Burial Assessment Study to be used as a baseline against the Contractor delivered BAS.
4. WORK PACKAGE D (WPD) - OPTION – Client’s engineer, cable tender phase. Consultant to provide engineering consultancy during procurement of the cable installa-tion Contractor.
5. WORK PACKAGE E (WPE) – OPTION - Client’s engineer, cable installation phase. Consultant to provide engineering consultancy during the cable installation phase.
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 500 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 12
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The Contracting Authority intends to prequalify 4 candidates (in total for both lots). If more than 4 applicants fulfills the minimum requirements, cf....”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The Contracting Authority intends to prequalify 4 candidates (in total for both lots). If more than 4 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 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 assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. Accordingly, 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.
Reference cases regarding cable burial and protection desk studies concerning North Sea or the Baltic Sea will in particular be rated positively.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Please refer to II.2.4 and to the Scope of Works documents. The options have not been taken into consideration in the contract duration indication in II.2.7.” 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 negotia-tion process.
2️⃣ Omfanget af udbuddet
Titel: Jutland to Energy Island North Sea
Titel
Partiets identifikationsnummer: 2
Beskrivelse
Beskrivelse af udbuddet:
“The work for LOT 2 to be carried is subdivided into the following work packages:
1. WORK PACKAGE A (WPA) – Preliminary threat and risk assessment: The...”
Beskrivelse af udbuddet
The work for LOT 2 to be carried is subdivided into the following work packages:
1. WORK PACKAGE A (WPA) – Preliminary threat and risk assessment: The Consultant provides an analysis of threats and an assessment of the related risks in relation to the integrity of the subsea cable’s life-time operation. Furthermore, the Consultant provides a preliminary assessment of sufficient burial depths taking into account the described threats and their impact along the cable route.
2. WORK PACKAGE B (WPB) – Revised threat and risk assessment: Consultant to update the above risk assessment with actual geophysical and geotechnical data collected along the cable route. The assessment to include a final assessment of sufficient burial depths along the route taking a risk based approach.
3. WORK PACKAGE C (WPC) – OPTION - Assessment of cable installation methods (BAS): Consultant to assist with the production of a Burial Assessment Study to be used as a baseline against the Contractor delivered BAS.
4. WORK PACKAGE D (WPD) - OPTION – Client’s engineer, cable tender phase. Consultant to provide engineering consultancy during procurement of the cable installation Contractor.
5. WORK PACKAGE E (WPE) – OPTION - Client’s engineer, cable installation phase. Consultant to provide engineering consultancy during the cable installation phase.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 500 000 💰
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The Contracting Authority intends to prequalify 4 candidates (in total for both lots). If more than 4 applicants fulfills the minimum requirements, cf....”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The Contracting Authority intends to prequalify 4 candidates (in total for both lots). If more than 4 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 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 assed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. Accordingly, the number of references will not be the determining factor alone, but more importantly to which de-gree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope.
Reference cases regarding cable burial and protection desk studies concerning North Sea or the Baltic Sea will in particular be rated positively.
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). This should be stated with two decimals.
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”. In this context it will be sufficient that one of the entities fulfill the standards required in isolation or that the applicant, including the capacity of other entities, or a group of economic operators fulfill it jointly.
“Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least 200.000 Euro
Concerning 2: Equity ratio from the...”
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least 200.000 Euro
Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds 500.000 Euro.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must include the up to 5 most comparable and relevant references undertaken in the past 5 years as part of the application. The references...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must include the up to 5 most comparable and relevant references undertaken in the past 5 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 5 years means that the reference must not have been completed prior to the date reached when counting 5 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9.
The references should include:
• A specific description of the services performed for each reference, including:
o A project description.
o A description of the delivered services, focusing on topics relevant to tendered assign-ment
• Contract value (if possible)
• Contact information for the entity in question (including contact person if possible)
• Date of initiation and final delivery (day, month, year)
Any ambiguities and/or incomprehensibilities concerning the above information may have a nega-tive 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, covering both 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). If such references do not surpass 5 the Contracting Authority will include not yet finished references by choice of which have been initiated first.
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 Pro-curement 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: 2022-05-12
12:00 📅
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: 3
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”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.kfst.dk) in Danish (the Contracting Authority is not responsible for the content of the guide).
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 assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
Vis mere Gennemgå organ
Navn: Klagenævntet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://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 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 rea-sons 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 2022/S 082-222547 (2022-04-22)
Bekendtgørelse om indgåede kontrakter (2022-08-19) Ordregivende myndighed Navn og adresser
Telefon: +45 70102244📞
Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 828 362 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅ Oplysninger om valgmuligheder
Beskrivelse af mulighederne: Options are described in II.2.4.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 082-222547
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: LOT 1: Zealand to Energy Island Bornholm
Dato for indgåelse af kontrakten: 2022-08-10 📅
Navn og adresse på kontrahenten
Navn: Primo Marine The Netherlands B.V.
Nationalt registreringsnummer: Primo Consultants Rotterdam B.V.
Postadresse: Wijnhaven 21
Postby: Rotterdam
Postnummer: 3011WH
Land: Nederlandene 🇳🇱
Region: Nederland 🏙️
URL: http://www.primo-marine.com🌏
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 444 660 💰
2️⃣
Kontraktnummer: 2
Titel: LOT 2: Jutland to Energy Island North Sea
Navn og adresse på kontrahenten
Navn: Rambøll – Energi – Gas og rørledninger
Nationalt registreringsnummer: 35128417
Postadresse: Hannemanns Alle 53
Postby: København S
Postnummer: 2300
Land: Danmark 🇩🇰
Region: Danmark🏙️
URL: http://www.ramboll.dk🌏
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 383 702 💰
Kilde: OJS 2022/S 162-462414 (2022-08-19)