Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274794&B=ENERGINET
Anmodning om deltagelse
Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=274794&B=ENERGINET
Udbyder
Energinet Eltransmission A/S
Vindere
Valgt firma
(17.11.2020)
EOLOS Floating Lidar Solutions SL
Segre, 12
08110 Montcada i Reixac
Hesselø Offshore Wind Farm - Floating Lidar Measurements
Energinet Eltransmission A/S
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
National registration number: 39314878
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK DANMARK
Postal code: 7000
Country: Denmark
Contact person: Helle Barløse
E-mail: indkob@energinet.dk
Telephone: +45 70102244
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
Hesselø Offshore Wind Farm — Floating Lidar Measurements
In June 2020 the Danish Parliament decided to commence the development of the future offshore wind farm (OWF) project, Hesselø. The OWF site is located in the inner Danish sea, Kattegat and has been subject to screening studies. Following the political decision, the Danish Energy Agency has instructed the Energinet to initiate site investigations, environmental and MetOcean studies and analysis for grid connection for the area of investigation. The current tender concern LiDAR measurements for the project area.
Hesselø windfarm area, which is located more than 30 km north of ZEALAND.
A Floating LiDAR buoy shall be deployed in the Hesselø off-shore Wind Farm area more than 30 kilometers north of the coast of Zealand. The LiDAR buoy shall measure 12 months of wind speed and direction. Also, oceanographic data (waves, sea current, water level) shall be measured in the same location, either by the same Floating LiDAR system or by another measuring system. A third-party technical note on the expected validity, reliability and bank ability of the measurement data shall be delivered together with the measurement data. The measuring data must be available for the client on electronic form (FTP server or online website) on a daily basis.
If more than five applicants fulfill the minimum requirements, cf. section III), the contracting authority will pre-qualify the five 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 water conditions and types of measuring.
Option 1: extension of the Floating Lidar wind measurements and the Oceanic data measurements period beyond the initial 12 months period (cf. Scope of Services).
Section III: Legal, economic, financial and technical information
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 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.
The applicant must include the (up to) 10 most comparable and relevant references undertaken in the past 3-year as part of the application. The references must be stated in the ESPD part IV.C: ‘Technical and professional ability’. Undertaken in the past 3-years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for pre-qualification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered and this may affect the evaluation of the applicant, cf. section II.2.9).
The references should include:
• a specific description of the service performed for each reference, including type and location of the measuring;
• contract value (if possible);
• contact information for the entity in question (including contact person if possible);
• date of initiation and final delivery (day, month, year).
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9). Please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box.
If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the 10 most comparable and relevant references. 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 10 when combined. If more than 10 references are submitted, the contracting authority will only consider the 10 most recent references determined by date of final delivery (in this case not yet finished references will not be included).
The applicant must include at least one comparable and relevant reference, where Floating LiDAR measurements have been successfully performed by the applicant, undertaken in the past 3 years.
The applicant must have implemented and maintain a quality management system in compliance with ISO 9001 (or equivalent).
The applicant must have implemented and maintain a health, safety and environment management system. This management system shall comply with the latest edition of OHSAS 18001, ISO 45001, DNV OS-H101, ISO 14001 or other equivalent international standards as applicable.
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 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.
The information is stated in the tender documents.
The information is stated in the tender documents.
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.
The information is stated in the tender documents.
Section IV: Procedure
Section VI: Complementary information
The applicant must submit a completed ESPD to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-supply and submitted via ‘My Response’.
Please note:
— An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: ‘Information concerning the economic operator’ and part III: ‘Exclusion grounds’ of the ESPD as well as the relevant information regarding part IV: ‘Selection criteria’ and part V: ‘Reduction of the number of qualified candidates’. The ESPD from each of the entities should be duly filled and signed by the entities concerned.
Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.
— Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted.
Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the contracting authority for the performance of the contract as a whole.
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: nh@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/
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.
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk