23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Energy Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 252-733171
Offentliggjort
30.12.2022
Udbudstype
Udbud efter forhandling

Udbyder

Energinet Eltransmission A/S

Vindere

LOT 1 - Kattegat II and Hesselø South

(12.05.2023)
Fugro Norway AS
Pirsenteret 1
7010 TRONDHEIM

Opdateringer

Rettelse
(13.01.2023)

III.1.4
instead of:
Read:
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.

Danish Offshore Wind 2030 – Floating LiDAR Measurement


Energinet Eltransmission A/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Energinet Eltransmission A/S
National registration number: 39 31 48 78
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032 Sydjylland
Postal code: 7000
Country: Denmark
Contact person: K
E-mail: procurement@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.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=349864&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=349864&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

Danish Offshore Wind 2030 – Floating LiDAR Measurement

Reference number: 22/08580
II.1.2) Main CPV code
76520000 Offshore services
II.1.3) Type of contract
Services
II.1.4) Short description:

The Danish Parliament has tasked Energinet with undertaking metocean surveys for the development of five offshore wind project areas in Danish waters. The measurements from the metocean surveys will be used as input to various environmental, metocean, and other studies and analyses to support the project development and design process, including energy yield calculations, site assessment, selection and design of foundation, grid connections, cable corridors, etc. The current tender concern LiDAR measurements for the future offshore wind farm areas in Kattegat Sea, North Sea and Baltic Sea.

II.1.5) Estimated total value
Value excluding VAT: 13 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Kattegat II and Hesselø South

Lot No: 1
II.2.2) Additional CPV code(s)
38100000 Navigational and meteorological instruments
71351600 Weather-forecasting services
71351611 Climatology services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Kattegat Sea

II.2.4) Description of the procurement:

Two floating LiDAR buoys must be deployed in the future offshore wind farm areas in Kattegat, while one additional buoy must be kept in reserve for contingency. The LiDAR buoys shall measure 12 months of wind speed and direction. Also, oceanographic data (waves, sea current, water level) shall be measured in the same location

The overall objectives of the services are as follows (for each buoy):

1. Deploy fully equipped buoy at the agreed location

2. Provide necessary traceability documentation (calibration certificates, validation reports, acceptance tests, and other conformity documents) to ensure quality and traceability of measurements for later use in site assessment studies.

3. Ensure that the buoy is monitored and serviced periodically to ensure the equipment remains functional and ensure high availability and delivery of the measurement data.

4. Undertake necessary repairs to the equipment free of charge, to ensure high availability and delivery of measurement data.

5. To deliver the data to Energinet in electronic format.

Please refer to the tender material for further elaboration.

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
Value excluding VAT: 4 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: yes
Description of renewals:

Please refer to section II.2.11 regarding options to extend the measurement period.

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 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. 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.

References documenting types of measuring similar to the current project and under metocean conditions comparable to Kattegat Sea, Baltic Sea and/or North Sea will in particular be rated positively.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option 1: 12 months extension of the floating LiDAR wind measurements and the Oceanic data measurements period for one or more buoys beyond the initial 12 months period (cf. Scope of Services).

Option 2: Extension of the measurement and reporting period for one or more buoys on a month-to-month basis beyond the initial 12-months period and for a period of up to 6 months.

Option 1 and option 2 are mutually exclusive.

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.

Further, please note that the values listed in II.2.5 and II.2.6 are rough estimates and include option 1 (option to extend the measurement period with an additional 12 month) as option 1 and 2 are mutually exclusive.

II.2) Description
II.2.1) Title:

Kriegers Flak II

Lot No: 2
II.2.2) Additional CPV code(s)
38100000 Navigational and meteorological instruments
71351600 Weather-forecasting services
71351611 Climatology services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Baltic Sea

II.2.4) Description of the procurement:

Two floating LiDAR buoys must be deployed in the future offshore wind farm areas in the Baltic Sea, while one additional buoy must be kept in reserve for contingency. The LiDAR buoys shall measure 12 months of wind speed and direction. Also, oceanographic data (waves, sea current, water level) shall be measured in the same location.

The overall objectives of the services are as follows (for each buoy):

1. Deploy fully equipped buoy at the agreed location

2. Provide necessary traceability documentation (calibration certificates, validation reports, acceptance tests, and other conformity documents) to ensure quality and traceability of measurements for later use in site assessment studies.

3. Ensure that the buoy is monitored and serviced periodically to ensure the equipment remains functional and ensure high availability and delivery of the measurement data.

4. Undertake necessary repairs to the equipment free of charge, to ensure high availability and delivery of measurement data.

5. To deliver the data to Energinet in electronic format.

Please refer to the tender material for further elaboration.

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
Value excluding VAT: 4 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: yes
Description of renewals:

Please refer to section II.2.11 regarding options to extend the measurement period.

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 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. 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.

References documenting types of measuring similar to the current project and under metocean conditions comparable to Kattegat Sea, Baltic Sea and/or North Sea will in particular be rated positively.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option 1: 12 months extension of the floating LiDAR wind measurements and the Oceanic data measurements period for one or more buoys beyond the initial 12 months period (cf. Scope of Services).

Option 2: Extension of the measurement and reporting period for one or more buoys on a month-to-month basis beyond the initial 12-months period and for a period of up to 6 months.

Option 1 and option 2 are mutually exclusive.

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.

Further, please note that the values listed in II.2.5 and II.2.6 are rough estimates and include option 1 (option to extend the measurement period with an additional 12 month) as option 1 and 2 are mutually exclusive.

II.2) Description
II.2.1) Title:

North Sea I

Lot No: 3
II.2.2) Additional CPV code(s)
38100000 Navigational and meteorological instruments
71351600 Weather-forecasting services
71351611 Climatology services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

North Sea I

II.2.4) Description of the procurement:

Three floating LiDAR buoys must be deployed in the future offshore Wind Farm area in the North Sea, while one additional buoy must be kept in reserve for contingency. The LiDAR buoys shall measure 12 months of wind speed and direction. Also, oceanographic data (waves, sea current, water level) shall be measured in the same location

The overall objectives of the services are as follows (for each buoy):

1. Deploy fully equipped buoy at the agreed location

2. Provide necessary traceability documentation (calibration certificates, valida-tion reports, acceptance tests, and other conformity documents) to ensure quality and traceability of measurements for later use in site assessment studies.

3. Ensure that the buoy is monitored and serviced periodically to ensure the equipment remains functional and ensure high availability and delivery of the measurement data.

4. Undertake necessary repairs to the equipment free of charge, to ensure high availability and delivery of measurement data.

5. To deliver the data to Energinet in electronic format.

Please refer to the tender material for further elaboration.

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
Value excluding VAT: 5 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: yes
Description of renewals:

Please refer to section II.2.11 regarding options to extend the measurement period.

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:

If more than 6 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 6 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. 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.

References documenting types of measuring similar to the current project and under metocean conditions comparable to Kattegat Sea, Baltic Sea and/or North Sea will in particular be rated positively.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option 1: 12 months extension of the floating LiDAR wind measurements and the Oceanic data measurements period for one or more buoys beyond the initial 12 months period (cf. Scope of Services).

Option 2: Extension of the measurement and reporting period for one or more buoys on a month-to-month basis beyond the initial 12-months period and for a period of up to 6 months.

Option 1 and option 2 are mutually exclusive.

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.

Further, please note that the values listed in II.2.5 and II.2.6 are rough estimates and include option 1 (option to extend the measurement period with an additional 12 month) as option 1 and 2 are mutually exclusive.

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). 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”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached on the basis of consolidation 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, at the time of prequalification, be at least 750.000 Euro.

Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 15 pct.

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

The applicant must include the (up to) 5 most comparable and relevant references undertaken in the past three 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 three 3 years implies that the reference must not have been completed prior to the date reached when counting 3 years back-wards 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 service performed for each reference, including type and location of the measuring.

• Contract value (if possible)

• Contact information for the entity in question (including – if possible - contact person)

• 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. 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 consor-tium) 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).

Minimum level(s) of standards possibly required:

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. Ongoing references are accepted, provided that the buoy has been deployed. Fully completed valiation of a buoy by an independent 3rd party Certification Body authorized to perform Offshore Wind Project Certification will also be accepted as a reference.

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 manage-ment system. This Management system shall comply with the latest edition of OHSAS 18001, ISO 45001, ISO 14001 or other equivalent international standards as applicable.

III.1.6) Deposits and guarantees required:

The information is stated in the Tender Documents.

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

The information is stated in the Tender Documents.

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: 18/01/2023
Local time: 12:00
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: 1 (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”. 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 applicant's 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.

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 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 rea-sons 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:
27/12/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.065|