Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=184261&B=ENERGINET
Udbyder
Energinet.dk
Vindere
Lot 2 — Survey/Geoscience
(13.10.2017)
Metoc Ltd trading as Intertek Energy & Water Consultancy Services
Exchange House, Station Road, Hampshire
GU30 7DW Liphook
Lot 2 — Survey/Geoscience
(13.10.2017)
LR Survey and Geoengineering
2/3 Queens Terrace
AB10 1XL Aberdeen
Lot 1 — Cable installation activities
(13.10.2017)
Metoc Ltd trading as Intertek Energy & Water Consultancy Services
Exchange House, Station Road, Hampshire
GU30 7DW Liphook
Lot 3 — Cable repairing and maintenance
(13.10.2017)
Primo Marine
Havingvliet 76
Rotterdam 3011 TG
Lot 2 — Survey/Geoscience
(13.10.2017)
RPS ENERGY LTD
20 Western Avenue, Milton Park
OX14 4SH Abingdon
Lot 1 — Cable installation activities
(13.10.2017)
Engineering Technology Applications Ltd
108 The Hundred
SO51 8BY Romsey
Lot 1 — Cable installation activities
(13.10.2017)
Red Penguin Associates
Cams Hall, Cams Hill
PO168AB Fareham
Lot 2 — Survey/Geoscience
(13.10.2017)
COWI_1809
Parallelvej 2
2800 Kongens Lyngby
Framework agreement for Client Representative Services
Energinet.dk
Contract notice – utilities
Services
Section I: Contracting entity
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Helle Barløse
Telephone: +45 70102244
E-mail: indkob@energinet.dk
NUTS code: DK
Internet address(es):
Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
Section II: Object
Framework agreement for Client Representative Services.
Through the establishment of the present framework agreement, the Contracting authority wants to purchase consultancy services for Client Representative onshore and offshore services divided into following lots:
Lot 1 Cable installations activities,
Lot 2 Offshore Geoscience Survey and activities,
Lot 3 Cable repair activities.
Lot 1 Cable installations activities
Cable installations activities which can include following tasks:
— Category 1 — Review of procedures / documents in the Master Document Register (MDR) and briefing of the CR.
— Category 2 — ‘On site’ CR: Mobilization of Cable installation vessel and on-loading of the cable.
— Category 3 — ‘On site’ CR: Installation of cable and burial/protection campaigns.
— Category 4 — Evaluation and lessons learned on the project and ‘other tasks’.
The framework agreement is with an option of an extension for 2 x 12 months.
The Contracting Authority will for lot 1 and 2 prequalify the 3-6 applicants pr. lot who are evaluated as most qualified for the specific tender for the specific lot.
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 similar to the tender assignment/Scope of Work for each lot. 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 tender assignment regarding solution and scope.
Lot 2: Offshore Geoscience Survey and activities
Offshore Geoscience Survey and Activities, which has been subdivided into the following three types of offshore activities:
— Geophysical Survey, with main focus on data acquisition with geophysical equipment.
— Geotechnical Survey, with main focus on data acquisition with geotechnical equipment.
— Other Survey and Activities, such as UXO inspection/Removal, Benthic investigation and other offshore geoscience related activities.
The framework agreement is with an option of an extension for 2 x 12 months.
The Contracting Authority will for lot 1 and 2 prequalify the 3-6 applicants pr. lot who are evaluated as most qualified for the specific tender for the specific lot.
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 similar to the tender assignment/Scope of Work for each lot. 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 tender assignment regarding solution and scope.
Lot 3: Cable repairing and maintenance
Cable repairing and maintenance, which can include following tasks:
— Review of procedures / documents in the Master Document Register (MDR).
— ‘On site’ Client Representation: Mobilization of Cable repair vessel and Diving Support Vessel.
— ‘On site’ Client Representation: Deburial of cable, repair from Cable repair vessel and Remedial works, Burial of Omega joint etc.
— Evaluation and lessons learned on the project.
The framework agreement is with an option of an extension for 2 x 12 months.
The Contracting Authority will for lot 3 prequalify 2-3 who are evaluated as most qualified for the specific tender for the specific lot.
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 similar to the tender assignment/Scope of Work for each lot. 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 tender assignment regarding solution and scope.
Section III: Legal, economic, financial and technical information
The contracting Authority will only enter into contract with economic solid companies. This to ensure that the company continues to exist through the whole contract period.
Regardless which lot the applicant wish to be prequalified for, the applicant must confirm the economic ability in the ESPD part IV.B: ‘Financial ratio’ with information from the latest annual report regarding the following economic indicators:
— Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.),
— Equity ratio (equity/total assets).
If the applicant is relying on the capacities of one or more other entities the information for the ESPD part IV.B must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.
The applicant is obliged to document the requirement by request of the Contracting Authority.
— Equity must be at least 33 pct. of the total expected amount of the contract.
— Equity ratio must be at least 20 pct.
— If the equity ratio is between 15 pct. and 20 pct. the supplier can qualify, if Equity exceeds the total expected amount of the contract.
To be prequalified for lot 1 and lot 3, the applicant must in the ESPD part IV.C: ‘Technical and professional ability’ state the references of the most significant comparable contracts undertaken in the past 3 years.
The references must include:
— A motivated and detailed description of the references (please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box),
— Contract value (if possible),
— Date,
— Contact information for the entity in question (including contact person).
If one or more references are missing the requested information, and such cannot be requested as supplementary information, this may influence the prequalification evaluation process.
If the applicant is relying on the capacities of one or more other entities the information for the ESPD part IV.C must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.
The number of references should not surpass a maximum of the 5 most comparable and relevant references. If the reference list includes more than 5 references, the Contracting authority will only consider the first 5 listed.
The contracting authority reserves the right to contact the stated references.
To be prequalified for lot 2, the applicant must in the ESPD part IV.C: ‘Technical and professional ability’ state the references of the most significant comparable reference projects undertaken in the past five years. The applicant must state references up to the 10 most significant comparable Offshore Geoscience Client Representative projects undertaken in the past 5 years, whit in these 3 categories:
— Category 1, Geophysical survey,
— Category 2, Geotechnical survey,
— Category 3, Other survey and activities, such as UXO inspection/removal, benthic investigation.
The references must include:
— A motivated and detailed description of the similar and relevant projects from the last 5 years, covering all 3 categories (please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box),
— Scope of Project,
— Contract value (if possible),
— Date,
— Contact information for the entity in question (including contact person),
— References shall state the number of offshore representatives that participated in the marine activities.
If one or more references are missing the requested information, and such cannot be requested as supplementary information, this may influence the prequalification evaluation process.
If the applicant is relying on the capacities of one or more other entities the information for the ESPD part IV.C must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.
The number of reference projects should as a minimum be 5 and not surpass a maximum of the 10 most comparable and relevant reference projects. If the reference list includes more than 5 references, the Contracting authority will only consider the first 5 listed.
The contracting authority reserves the right to contact the stated references.
Min. 5 reference project comparable to the Scope of Services (pr. lot).
The applicant must submit a completed version of the ESPD. 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 TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.
The contracting authority reserves the right to obtain supplementary information from the applicant.
Energinet.dk has joined Global Compact and is using the 10 principles as a platform for working with CSR and our Code of Conduct. Contractors are expected to act in accordance with Energinet.dk's Code of Conduct and CSR profile visible at our homepage: www.energinet.dk
The information is stated in the tender material.
The information is stated in the tender material.
The information is stated in the tender material.
The information is stated in the tender material.
Section IV: Procedure
Section VI: Complementary information
The applicant must submit a completed European Single Procurement Document (ESPD) to apply for prequalification for this tender procedure. The ESPD for this tender can be found in the prequalification material via EU-supply.
To complete the ESPD, please:
— Save the XML file onto your own computer,
— Open the link https://ec.europa.eu/growth/tools-databases/espd/welcome,
— Choose the preferred language,
— Choose ‘I am an economic operator’,
— Choose ‘Import ESPD’,
— Upload the XML file of the ESPD,
— Choose the country of your companies origin,
— Fill out and complete the ESPD with the information required in this contract notice,
— When finished filling out the ESPD, print the version as a pdf and safe it on your computer,
— Upload the pdf version to ‘My response’ in EU-Supply as your/a part of your request for prequalification.
Please note the following:
— An applicant participating on its own, but relying on the capacities of 1 or more other entities, 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 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.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk
Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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.
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address:http://www.kfst.dk