23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 083-161758
Offentliggjort
28.04.2017
Udbudstype
Udbud efter forhandling

Udbyder

Energinet.dk

Vindere

Baltic Pipe Route Survey Denmark

(08.09.2017)
MMT Sweden AB
Sven Källfelts Gata 11
SE-426 71

Baltic Pipe Route Survey Denmark


Energinet.dk

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet.dk
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Helle Barløse
Telephone: +45 70102244
E-mail: procurement@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

I.2) 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=185578&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=185578&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:

Baltic Pipe Route Survey Denmark.

Reference number: 16/20027
II.1.2) Main CPV code
76500000
II.1.3) Type of contract
Services
II.1.4) Short description:

The assignment includes seabed survey for a new offshore pipeline in the North Sea and for two alternative routes in Lillebælt in the inner Danish Seas. The length or the route in the North Sea is ca. 100km. The lengths of route alternatives in Lillebælt are ca. 5km and 15km. The scope includes geophysical seabed survey, geotechnical investigations, ROV inspections of existing utilities and landfall investigations. The assignment includes options for benthic investigations.

II.1.5) Estimated total value
Value excluding VAT: 4 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
76500000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

The survey must be performed in the North Sea towards the Danish west coast of Jutland and in Lillebælt (inner Danish Seas) between Jutland and Fyn.

II.2.4) Description of the procurement:

The assignment includes seabed survey for a new offshore pipeline in the North Sea and for two alternative routes in Lillebælt in the inner Danish Seas. The length or the route in the North Sea is ca. 100km. The lengths of route alternatives in Lillebælt are ca. 5km and 15km. The scope includes geophysical seabed survey, geotechnical investigations, ROV inspections of existing utilities and landfall investigations. The assignment includes options for benthic investigations.

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: 8
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: 5
Objective criteria for choosing the limited number of candidates:

The Contracting Authority will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tender. 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. 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.

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

Option 1: Benthic investigations in the Norwegian Tie-in area.

Option 2: Benthic investigations in the Lilllebælt area, northern alternative.

Option 3: Benthic investigations in the Lilllebælt area, southern alternative.

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: YES — the project is likely to be supported by a EU support program.
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

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.

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.

Minimum level(s) of standards possibly required:

— Equity must be at least 33 pct. of the total expected amount of the contract.

— Equity ratio must be at least 20 pct.

o 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.

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

The references of the most significant comparable contracts undertaken in the past three years must be stated in the ESPD part IV.C: ‘Technical and professional ability’.

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 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.

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. 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

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The information is stated in the tender material.

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 material.

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

The information is stated in the tender material.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

The information is stated in the tender material.

III.2.3) Information about staff responsible for the performance of the contract

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.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/05/2017
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
Tender must be valid until: 02/10/2017
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

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

VI.4) Procedures for review
VI.4.1) Review body
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
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 reasons for the decision.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
26/04/2017

Send til en kollega

0.032