23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 155-383941
Offentliggjort
13.08.2019
Udbudstype
Resultat

Udbyder

Energinet Eltransmission A/S

Site Investigations for Offshore Wind Farm and Export Cable Route


Energinet Eltransmission A/S

Contract award notice – utilities

Results of the procurement procedure

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet Eltransmission A/S
39314878
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) Information about joint procurement
I.6) Main activity
Electricity

Section II: Object

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

Site Investigations for Offshore Wind Farm and Export Cable Route

Reference number: 19/00654
II.1.2) Main CPV code
76520000
II.1.3) Type of contract
Services
II.1.4) Short description:

As part of a new approximately 800 MW Danish offshore wind farm, Energinet hereby invites potential contractors to pre-qualify for a seabed survey for the project area.

The tendered assignment comprises performance of the following services:

— site investigations, offshore wind farm,

— site investigations, export cable route.

The services shall be performed in The Danish North Sea and/or the Danish Baltic Sea respectively.

II.1.6) Information about lots
This contract is divided into lots: yes
II.2) Description
II.2.1) Title:

Site Investigations, Danish North Sea, Offshore Wind Farm

Lot No: 1
II.2.2) Additional CPV code(s)
76521000
76522000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Danish North Sea.

II.2.4) Description of the procurement:

The assignment includes the following work packages:

— work package A: Geophysical survey.

A geophysical survey must be performed in 2019 with full coverage of the area of investigation. The survey must map the bathymetry, the static and dynamic elements of the seabed surface and the sub-surface geological soil layers to at least 60 m below seabed.

— work package B: Hydrographical survey 2020 (Option).

A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package B is requested as an option.

— work package D: Reporting and data delivery.

The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.

The water depth in the project area is expected to range between 15 m and 45 m.

The contracting authority is instructed by the Danish Energy Agency to investigate an area in the Danish North Sea covering ca. 440 km2 west of central Jutland. This is the scope of the current procurement.

The contracting authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.

The contracting authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.

II.2.11) Information about options
Options: yes
Description of options:

Work package B:

A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package B is requested as an option.

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

Note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents, and requirements set out herein, may be changed as part of the negotiation process. As a result, the contracting authority encourages all economic operators to submit questions concerning the tender documents and apply for pre-qualification even if a requirement may present a challenge initially.

II.2) Description
II.2.1) Title:

Site Investigations, Danish North Sea, Export Cable Route

Lot No: 2
II.2.2) Additional CPV code(s)
76521000
76522000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Danish North Sea.

II.2.4) Description of the procurement:

The assignment includes the following work packages:

— work package A: offshore cable route survey > 10 m LAT.

A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor to the 10 m water-line to map; bathymetry, seabed features, geology and upper soil stratifications.

— work package B: Nearshore and Landfall Survey < 10 m LAT.

A full geophysical seabed survey must be performed in Q3 2019 of entire cable route corridor from the 10 m water-line to landfall and map; bathymetry, seabed features, geology and upper soil stratifications.

— work package C: Geotechnical investigations.

Upon completion and interpretation of the work packages A and B, a geotechnical campaign must be performed to provide the soil parameters of the interpreted soil strata.

— work package E: Reporting and data delivery.

The results of the offshore investigations shall be processed, interpreted and supplied as a number of reports, charts and a set of digital deliverables.

— Work Package F: Hydrographical survey 2020 (Option).

A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package F is requested as an option.

The 10 m LAT waterline is indicative and can be subject to change.

The water depth in the project area is expected to range between 0 m and 45 m.

The contracting authority is instructed by the Danish Energy Agency to investigate one or multiple export cable corridors in the Danish North Sea to connect an offshore wind farm to land.

At present this include 2 routes with a total length of ca. 65 km. This is the scope of the current procurement.

The contracting authority understands that the Danish Energy Agency at some unknown event may terminate further development of the project either in the North Sea or in the Baltic Sea with the aim to progress development for one site only.

The contracting authority understands that the Danish Energy Agency at some unknown event may modify the area of investigation further.

II.2.11) Information about options
Options: yes
Description of options:

Work package F:

A repeated hydrographical survey with full coverage of the area of investigation must be performed in 2020 Q3 to investigate dynamic seabed conditions. The scope and work for work package F is requested as an option.

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

Note that this is a negotiated procedure. With the exception of mandatory parts the tender documents, and requirements set out herein, may be changed as part of the negotiation process. As a result the contracting authority encourages all economic operators to submit questions concerning the tender documents and apply for pre-qualification even if a requirement may present a challenge initially.

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.1.6) 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
Notice number in the OJ S: 2019/S 036-082227
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a periodic indicative notice

Section V: Award of contract

Contract No: 1
Title:

Lot 1

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
26/06/2019
V.2.3) Name and address of the contractor
MMT Sweden AB
SE556679470601
Sven Källfelts Gata 11
SE-426 71
Västra Frölunda
Sweden
E-mail: sales@mmt.se
NUTS code: SE
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
V.2.5) Information about subcontracting
V.2.6) Price paid for bargain purchases

Section V: Award of contract

Contract No: 2
Title:

LOT 2

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
26/06/2019
V.2.3) Name and address of the contractor
MMT Sweden AB
SE556679470601
Sven Källfelts Gata 11
SE-426 71
Västra Frölunda
Sweden
E-mail: sales@mmt.se
NUTS code: SE
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
V.2.5) Information about subcontracting
V.2.6) Price paid for bargain purchases

Section VI: Complementary information

VI.3) Additional information:

The applicant must submit a completed European Single Procurement Document (ESPD) for each lot combination to apply for pre-qualification for this tender procedure. The ESPD for this tender is included in the EU-Supply system and must be filled in online in the system and submitted via My Response. It is possible to create the exact number of ESPDs necessary to match the number of lots the applicant wishes to apply for.

Please note:

It is mandatory to apply for pre-qualification for one of the following combinations of lots:

— Lot 1 + 3,

— Lot 2 + 4.

It is possible for the applicant to apply for both Lot 1+3 and Lot 2+4

After pre-qualification, the pre-qualified tenderers must submit a tender for each individual lot, he is pre-qualified for. The tenderer can be awarded contract(s) on the following combinations.

— Lot 1,

— Lot 2,

— Lot 3,

— Lot 4,

— Lot 1 + 2,

— Lot 3 + 4,

— Lot 1 + 4,

— Lot 2 + 3.

For further details concerning the pre-qualification and contract award combinations, reference is made to enclosure A – Combination of applications and contract awards (doc. No 19/00654-23) for further information.

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 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:
09/08/2019

Send til en kollega

0.047