23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 194-352728
Offentliggjort
07.10.2015
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
23.10.2015 Kl. 12:00

Udbyder

Energinet.dk

Vindere

(31.03.2016)
RPS Energy LTD
20 Western Avenue, Milton Park
OX14 4SH Abingdon

15/02122 VIKING Link. Client Representative Services


Energinet.dk

Contract notice – utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Energinet.dk
28980671
Tonne Kjærsvej 65
Contact point(s): Indkøbs afdelingen
7000 Fredericia
DENMARK
Telephone: +45 70102244
E-mail: indkob@energinet.dk

Internet address(es):

General address of the contracting entity: http://www.energinet.dk

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/228008

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152029&B=ENERGINET

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Production, transport and distribution of gas and heat
Electricity
I.3) Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

National Grid Interconnector Holdings Limited
1-3 Strand
WC2N 5EH London
UNITED KINGDOM

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
15/02122 VIKING Link. Client Representative Services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: The North Sea.

NUTS code UK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
National Grid Interconnector Holdings Limited and Energinet.dk jointly refered to as the Contracting Entity are developing a new HVDC power cable between Great Britain and Denmark known as VIKING Link. The Contracting Entity is currently tendering a cable route survey extending across the North Sea between the 2 countries.
The cable route survey will include geophysical survey, geotechnical investigations, cable-crossing investigations with ROV and Benthic investigations.
The Contracting Entity hereby invites Tenderers to submit a response to pre-qualify for the Client Representative Services related to the cable route survey. The Client Representative Services will include offshore representation on marine vessels as well as onshore support with logistic management and technical consultancy related to the marine operations. The objectives of the tendered Client Representative Services are to provide offshore representation on the marine vessels on behalf of the Contracting Entity to monitor progress and performance of the surveyor in terms of Safety, Health, Environment and Quality, breakdown of time, accept/disagree on standby for weather/break-down, technical performance of vessel and measurement systems as well as performance of the crew.
The Contracting Entity intends to award the work to maximum 2 Tenderer(s).
Estimated quantities The cable route subject to survey is approximately 610 km long and 500 m wide. The final settlement of the route is still ongoing and these numbers must be expected to vary. It is required to provide 2 offshore client representatives on 24 hr vessels and 1 offshore client representative on 12 hr vessels. The number of vessels is not settled.
The services are expected to be delivered and completed in 2016.
II.1.6) Common procurement vocabulary (CPV)

65300000, 76520000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
See II.1.5).
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 1.3.2016 Completion 30.12.2016

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Will appear from tender material.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will appear from tender material.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Will appear from tender material.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information about the supplier‘s/contractor‘s/service provider‘s own situation and the information and formalities required to assess whether he has the required minimum capacity (financially and technically). The answers in respect of the information outlined below must be provided specifically and unequivocally for each individual enterprise. If suppliers have joined forces (i.e. joint ventures, consortia etc.), the information must be provided for each individual service provider. Please observe that it is the legal entity which obtains pre-qualification that has to sign the Contract with Contracting Entity and thus is fully responsible towards Contracting Entity regarding fulfilment of the Contract.
Legal situation — documentation required:

1. A solemn declaration as to whether the tenderer has fulfilled his obligations in respect of the payment of contributions to social security schemes in accordance with the legislation in the country in which the tenderer is domiciled and in Denmark. And to whether the tenderer, has fulfilled his obligations in respect of the payment of taxes and duties in accordance with Danish legislation. A preprinted template for this purpose can be obtained from www.energinet.dk/tenders by request on e-mail procurement@energinet.dk or downloaded via EU-supply.

III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Based on the below information/documentation, the applicants must render probable to the contracting entity that they have the economic and financial capacity to perform the task:
The applicants must send the 2 most recent audited annual reports in English (2 latest fiscal years).
The annual report must refer to the specific business unit applying for pre-qualification.
The annual report should include:
1) revenue (revenue as stated in the income statement),
2) profit/loss before tax (Profit/loss as stated in the income statement),
3) equity (Total equity incl. Share capital, reserves, revaluation, retained earnings etc.) and
4) solvency ratio (equity/total assets).
lf the applicant does not have an audited annual report at the time of pre-qualification the applicant must include a declaration from their auditor stating and confirming the above mentioned elements. The applicant‘s annual report and key figures will be subject to evaluation of whether the applicant undoubtedly has sufficient financial capacity to perform the specific project when assessing the risk and contract value.
lf the Contracting Entity on this basis finds the applicant unqualified, the Contracting Entity can choose to exclude the applicant from the pre-qualification.
The financial documentation should be uploaded as a pdf-file to the folder next to the question.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 3. A reference list of the most significant comparable contracts undertaken in the past 3 years, with a motivated and detailed description of the contracts, contract value and stating the contact person for the customer in question, including contact information of the contact person. If 1 or more references are missing the requested information, and such cannot be obtained, this will impair the applicant in the evaluation. If suppliers have joined forces references must be included for each partitioning entity.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
15/02122
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
23.10.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
Tenderers that wish to submit a response to apply for pre-qualification for the described services must request a SHEQ questionnaire from the Contracting Entity by writing a message in EU-supply. To participate in this tender it is a requirement to provide a complete response to all questions in the SHEQ questionnaire including the provision of the requested documentation.
Energinet.dk only pre-qualify the top 3-6 qualified applicants, who thereafter is encourage to submit a tender. The selection of the top 3-6 applicants will be based on the submitted references, among these to which extend the references are similar to the tender assignment. As a result the number of references will not be the determining factor alone but more importantly to which degree the specific forwarded reference are comparable and relevant to the tender assignment regarding technical solution and scope.

Please upload your application via EU-Supply using this link: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

If you experience any technical problems please contact EU-Supply at tel.: +45 70208014 or via email: dksupport@eu-supply.com

Requests received after the determined deadline will not be accepted.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for udbud
Langelinie Alle 17
2100 København Ø
DENMARK
Internet address: http://www.klfu.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Lodging of appeals regarding pre-qualification should be made no later than 20 days after the contracting authority has submitted the substantiated results of the pre-qualification to the applicants.
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
2.10.2015

Send til en kollega

0.047