23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 209-434755
Offentliggjort
31.10.2017
Udbudstype
Offentligt udbud

Udbyder

Dong Energy A/S

Vindere

Project Certification Services Module 01a - Module 05 Borssele 1+2 Pre-Qualification

(13.03.2018)
DNVGL Danmark A/S
Hellerup

Project Certification Services Module 01a — Module 05 Borssele 1+2 Pre-Qualification


Dong Energy A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Dong Energy A/S
31 84 92 921
Kræftværksvej 53
Fredericia
7000
Denmark
Contact person: John Chung
Telephone: +45 99558971
E-mail: jochu@dongenergy.dk
NUTS code: NL

Internet address(es):

Main address: http://www.dongenergy.com/en

I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dongenergy.scanmarket.com/DocumentManagement?ct=1&cid=230394&id=230394&cached=0&uid=0&clientid=auctionAttachedFiles
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.scanmarket.com
I.6) Main activity
Other activity: wind power

Section II: Object

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

Project Certification Services Module 01a — Module 05 Borssele 1+2 Pre-Qualification.

II.1.2) Main CPV code
09000000
II.1.3) Type of contract
Services
II.1.4) Short description:

DONG Energy is looking for Certification Bodies (CBs) who can evaluate whether the assessment of the site conditions has been adequately undertaken and documented. They shall verify that the Design Basis is sufficient and adequately documented, to ensure a safe design. The CB shall evaluate that the site-specific loads and load effects are derived in conformity with the design basis, including an independent load analysis. The CB shall verify that the design of the support structures including their bolted connection complies with the applicable codes and standards, the design basis and the results of the ILA. They shall verify the interfaces between the Type Certificate, the ILA and the Support Structure Design Evaluation.

All assessments shall be evaluated in compliance with the IEC 61400-22 Wind turbines — Part 22: Conformity testing and certification. Evaluation reports and accredited IEC Conformity Statements must be issued for each of the described modules.

II.1.5) Estimated total value
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)
II.2.3) Place of performance
NUTS code: NL
II.2.4) Description of the procurement:

For prequalification criteria, pls find below.

1. Please document your Accreditation according to ISO/IEC 17065. (Upload Accreditation document)

2. Please document demonstrable experience in the relevant field: Concluded IEC 61400-22 or BSH project certification for at least the modules ‘Site Conditions Evaluation’, ‘Design Basis Evaluation’, ‘Integrated Load Analysis’, ‘Design Evaluation’ (for Turbine Foundations) for a monopile design. Please submit documentation for the below bullets:

— Project Certification Services concluded for the above mentioned fields / modules including foundation type and where the above Certification Services have taken place (EEZ)

— Process description and ideally documented success in integrating certified loads provided by another certification body provided via the turbine supplier.

— Number of MW for the offshore windfarm where the above certification services were provided

The more extensive and more relevant provision of services (references) are similar to the services comprised by the tendered contracts, the higher the score the candidate will receive.

*** IMPORTANT NOTICE ***

The Contracting Entity hereby informs you that applications for exemption from the utilities directive for Generation of Electricity in the Netherlands, cf. article 34 of the utilities directive, is pending at the European Commission. The activities and the geographic area covered by the applications are relevant for the Scope of Works covered by this tender procedure.

It is expected that a decision from the European Commission will be published during the tender procedure. If the European Commission decides to exempt electricity generation in the Netherlands from the utilities directive, the Contracting Entity reserves the right to cancel this tender procedure and source the Scope of Works in a procedure not being subject to the utilities directive.

In this event, the Contracting Entity will not bear any costs for your or any third party acting under instructions from you, related to this tender procedure.

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: 36
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
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
Open procedure
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
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: no
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: 27/11/2017
Local time: 08:00
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: 01/12/2017
IV.2.7) Conditions for opening of tenders
Date: 27/11/2017
Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud, Nævnenes Hus
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.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:

Complains about not having been pre-qualified must be filled with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filled.

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

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

VI.5) Date of dispatch of this notice:
30/10/2017

Send til en kollega

0.047