23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 211-517087
Offentliggjort
31.10.2019
Udbudstype
Offentligt udbud

Bestilling af materiale

https://tender.konnect.dk/invite/587

Udbyder

Miljøstyrelsen

Vindere

(06.02.2020)
Explicit ApS
Argentinavej 12
2800 Kgs. Lyngby

Remote Monitoring of Sulphur Emissions from Ships in Danish Waters Using a Mobile Platform


Miljøstyrelsen

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Miljøstyrelsen
National registration number: 25798376
Postal address: Tolderlundsvej 5
Town: Odense C
NUTS code: DK031
Postal code: 5000
Country: Denmark
Contact person: Nils Nordholm
E-mail: ninor@mst.dk

Internet address(es):

Main address: http://www.mst.dk

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tender.konnect.dk/invite/587
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tender.konnect.dk/invite/587
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment

Section II: Object

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

Remote Monitoring of Sulphur Emissions from Ships in Danish Waters Using a Mobile Platform

II.1.2) Main CPV code
90731000
II.1.3) Type of contract
Services
II.1.4) Short description:

The objective of the remote monitoring from a mobile platform is to evaluate if ships comply with the 0,10 % sulphur limit for marine fuels, which has been in force in emission control areas for SOx since 1.1.2015.

The equivalent sulphur content of the fuel used by individual ships shall be calculated based on measured emissions of sulphur dioxide (SO2) and carbon dioxide (CO2) and combined with information on identity, position and next port of call for each ship taken from the AIS system (see Section 5). The observations shall be reported to the Danish Environmental Protection Agency (EPA). The intention is to report valid observations indicating non-compliance to the THETIS-EU database and by email to the responsible authority of the next port of call. This will enable port state authorities to target sulphur inspections of ships towards ships with a high risk of non-compliance.

II.1.5) Estimated total value
Value excluding VAT: 5 100 000.00 DKK
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)
90720000
90721000
II.2.3) Place of performance
NUTS code: DK0
Main site or place of performance:

Danmark.

II.2.4) Description of the procurement:

The objective of the remote monitoring from a mobile platform is to evaluate if ships comply with the 0,10 % sulphur limit for marine fuels, which has been in force in emission control areas for SOx since 1.1.2015.

The equivalent sulphur content of the fuel used by individual ships shall be calculated based on measured emissions of sulphur dioxide (SO2) and carbon dioxide (CO2) and combined with information on identity, position and next port of call for each ship taken from the AIS system (see Section 5). The observations shall be reported to the Danish Environmental Protection Agency (EPA). The intention is to report valid observations indicating non-compliance to the THETIS-EU database and by email to the responsible authority of the next port of call. This will enable port state authorities to target sulphur inspections of ships towards ships with a high risk of non-compliance.

The budget for the project in 2020 is 1 700 000 DKK. Any price above the budget in 2020 will be excluded. The financial framework for 2021 and 2022 are still unknown. But the subject of the task will be the same in 2021 and 2022, but maybe the budget will differ.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Number of measured ships / Weighting: 25
Quality criterion - Name: Technical qualifications and experience with similar projects / Weighting: 25
Price - Weighting: 10
II.2.6) Estimated value
Value excluding VAT: 5 100 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: yes
Description of renewals:

The contract can be extended for 2 x 1 years (i.e. 3 contract years in total).

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

A description of the most significant comparable delivery of services, that the tenderer has carried out in the latest 3 years before the expiry of the deadline for submission.

Minimum level(s) of standards possibly required:

The comparable service delivery must demonstrate experience with monitoring of air pollutants from ships using a mobile platform.

III.1.5) Information about reserved contracts
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: 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: 29/11/2019
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:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 29/11/2019
Local time: 08:00
Information about authorised persons and opening procedure:

It is not possible to attend the opening of the offers.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

At the end of the contract the contacting entity expects to enter into a new contract.

VI.2) Information about electronic workflows
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system TenderKonnect, see the address set out in Section I.3). For access to the procurement documents, the tenderer must be registered or register as a user.

If the tender contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must be by way of the electronic tendering system. Questions must be submitted not later than 19th November. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the submission deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered.

Interested operators are requested to keep updated via the electronic tendering system.

The tenderer must submit an ESPD as preliminary documentation of the circumstances set out in Section 148(1) Paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the tenderer relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: https://naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Chapter II) or III) of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The email of The Complaints Board for Public Procurement is stated in Section VI.4.1).

The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens 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:
29/10/2019

Send til en kollega

0.047