23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 091-236924
Offentliggjort
11.05.2021
Udbudstype
Udbud efter forhandling

Udbyder

Energinet Teknik & Anlæg A/S

Vindere

Lot 2

(28.09.2021)
Per Aarsleff A/S
Hasselager Allé 5
8260 Viby J

Lot 1

(28.09.2021)
Geo Ingenieurservice Nord-Ost GmbH & Co. KG
Gewerbegebiet 18
18519 Sundhagen

Investigations for Marine Crossings – Green Gas Lolland-Falster (GGLF)


Energinet Teknik & Anlæg A/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Energinet Teknik & Anlæg A/S
National registration number: 37930393
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
I.1) Name and addresses
Official name: Evida Service Nord
National registration number: 40318941
Postal address: Vognmagervej 14
Town: Viborg
NUTS code: DK Danmark
Postal code: 8800
Country: Denmark
E-mail: evida@evida.dk
Telephone: +45 77899000
Internet address(es):
Main address: https://evida.dk
I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=300703&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=300703&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Production, transport and distribution of gas and heat

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Investigations for Marine Crossings – Green Gas Lolland-Falster (GGLF)

Reference number: 21/00167
II.1.2) Main CPV code
76500000 Onshore and offshore services
II.1.3) Type of contract
Services
II.1.4) Short description:

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).

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title:

Lot 1 – WPA: Offshore Geophysical Survey

Lot No: 1
II.2.2) Additional CPV code(s)
76520000 Offshore services
76530000 Downhole services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Lolland, Falster, Zeeland and Farø.

II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:

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.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

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.

II.2) Description
II.2.1) Title:

Lot 2 — WPB — On- and Offshore Geotechnical Boreholes, Refractions Seismic Survey and Electrical Resistivity Tomography (ERT)

Lot No: 2
II.2.2) Additional CPV code(s)
76520000 Offshore services
76530000 Downhole services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Lolland, Falster, Zealand and Farø.

II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 7
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:

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.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

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).

Minimum level(s) of standards possibly required:

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.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

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).

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

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.

III.1.6) Deposits and guarantees required:

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).

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

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

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

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.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The information is stated in the Tender Documents.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/05/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

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.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
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
VI.5) Date of dispatch of this notice:
06/05/2021

Send til en kollega

0.046