Procurement of Planning Consent and Environmental Impact Assessment for the Energy Islands’ onshore infrastructure (примерный перевод: Закупка согласия планирования и оценки воздействия на окружающую среду для энергетических островов и rsquo; Наземная инфраструктура) (Дания - Тендер #18140220) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Дания (другие тендеры и закупки Дания) Организатор тендера: Licitationen - National database for public procuremen Номер конкурса: 18140220 Дата публикации: 24-09-2021 Источник тендера: Licitationen - National database for public procuremen |
||
Bestilling af materiale
Udbyder
Energinet Eltransmission A/S
Procurement of Planning Consent and Environmental Impact Assessment for the Energy Islands’ onshore infrastructure Energinet Eltransmission A/SContract notice – utilities
Services
Legal Basis: Directive 2014/25/EUSection I: Contracting entity
I.1) Name and addresses Official name: Energinet Eltransmission A/SSection II: Object
II.1) Scope of the procurement II.1.1) Title:Procurement of Planning Consent and Environmental Impact Assessment for the Energy Islands’ onshore infrastructure
Reference number: 21/01814 II.1.2) Main CPV code 71313000 Environmental engineering consultancy services II.1.3) Type of contract Services II.1.4) Short description:The Contracting Authority wants to purchase services for preparing Planning Consent and Environmental Impact Assessment for the Energy Islands’ on-shore infrastructure.
The purchase is divided into 2 lots. Lot 1 concerns the Energy Island in the Baltic Sea and Lot 2 concerns the North Sea Energy Island.
II.1.5) Estimated total value Value excluding VAT: 3 000 000.00 EUR II.1.6) Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots Maximum number of lots that may be awarded to one tenderer: 1 II.2) Description II.2.1) Title:Planning Consent and Environmental Impact Assessment for the Energy Islands’ (Baltic Sea) onshore infrastructure
Lot No: 1 II.2.2) Additional CPV code(s) 71313000 Environmental engineering consultancy services 71313400 Environmental impact assessment for construction II.2.3) Place of performance NUTS code: DK Danmark Main site or place of performance:Denmark
II.2.4) Description of the procurement:The Contracting Authority is purchasing service:
- To prepare an Environmental Impact Assessment (EIA) of the plan for Energy Island in the Baltic Sea which relates to onshore activities, i.e. landfalls, cable corridors, substation(s) and nearshore coupling station(s)
- To undertake environmental investigations/surveys for the onshore plan in relation to nearshore coupling station and substations and cable corridors on Bornholm and Zealand (Natura 2000 and Annex IV species, visibility and landscape assessment etc.)
- Prepare technical background reports on the basis of the environmental investigations and surveys undertaken for each Work Package where relevant and as required by the Client
- Prepare a number of environmental screenings and assessments where relevant in relation to placement of substations and nearshore coupling stations and landfalls and cable corridors ( including alternatives)
- Prepare municipal plans at different levels as well as environmental assessments for these, as appropriate and in consistency with, municipal, Danish and EU environmental legislation
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: 1 500 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 4 Objective criteria for choosing the limited number of candidates:If more than 4 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4 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.
The following will be evaluated as positive:
• The references are of similar types of projects in contents and extent of investigations.
• The references cover relevant onshore environmental/technical topics, in relation to the tendered assignment such as environmental impact assessments of an onshore infrastructure project covering EIA topics and Natura 2000 and Annex IV appropriate assessments.
• The references show a solid experience in environmental survey and assessment of major on-shore projects, including interaction with environmental authorities and Danish Environmental legislation.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no 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 informationPlease 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.
II.2) Description II.2.1) Title:Planning Consent and Environmental Impact Assessment for the Energy Islands’ (North Sea) onshore infrastructure
Lot No: 2 II.2.2) Additional CPV code(s) 71313400 Environmental impact assessment for construction II.2.3) Place of performance NUTS code: DK Danmark Main site or place of performance:Denmark
II.2.4) Description of the procurement:The Contracting Authority is purchasing service:
- to prepare an Environmental Impact Assessment (EIA) of the plan for Energy Island in the North Sea which relates to onshore activities, i.e. landfalls, cable corridors, substation(s) and nearshore coupling station(s)
- To undertake environmental investigations/surveys for the onshore plan in relation to nearshore coupling stations, substations, landfalls and cable corridors in Jutland (Natura 2000 and Annex IV species, visibility and landscape assessment etc.)
- Prepare technical background reports on the basis of the environmental investigations and surveys undertaken for each Work Package where relevant and as required by the Client
- Prepare a number of environmental screenings and assessments where relevant in relation to placement of substations and nearshore coupling stations and cable corridors ( including alternatives)
- Prepare municipal plans as well as environmental assessments for these, as appropriate and in consistency with, municipal, -Danish and EU environmental legislation
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: 1 500 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 24 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 4 Objective criteria for choosing the limited number of candidates:If more than 4 applicants fulfills the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4 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.
The following will be evaluated as positive:
• The references are of similar types of projects in contents and extent of investigations.
• The references cover relevant environmental/technical topics, in relation to the tendered assignment such as environmental impact assessments of an onshore infrastructure project covering EIA topics and Natura 2000 and Annex IV appropriate assessments.
• The references show a solid experience in environmental survey and assessment of major on-shore projects, including interaction with environmental authorities and Danish Environmental legislation.
II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no 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 informationPlease 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.
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)
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”. In this context it will be sufficient that one of the entities fulfill the standards required in isolation or that the applicant, including the capacity of other entities, or a group of economic operators fulfill it jointly.
Minimum level(s) of standards possibly required:Concerning 1: Equity from the latest annual report must be at least 33 pct. of the expected total value of the contract.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant 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 applicant must include 3 most comparable and relevant references undertaken within the past 5 years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability”. Undertaken in the past five (5) years implies that the reference must not have been completed prior to the date reached when counting 5 years backwards 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 appli-cant 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 work performed for each reference, including:
o A project description
o A description of the services delivered with focus on topics relevant to tendered as-signment under the Energy Island in the North Sea and the Baltic Sea in relation to onshore infrastructure
• Contract value (if possible)
• Contact information for the entity in question (including contact person)
• Date of initiation and final delivery (day, month, year)
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative 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 3 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 consortium) the maximum number of references to be submitted must still be respected and cannot exceed 3 when combined. If more than 3 references are submitted, the Contracting Authority will only consider the 3 most recent references determined by date of final delivery (in this case not yet finished references will not be included). If such references does not surpass 3 the Contracting Authority will included not yet finished references by choice of which have been initiated first.
Minimum level(s) of standards possibly required:The applicant must document:
• Two (2) references regarding environmental assessment (EIA) of a large scale linear onshore infrastructure projects.
• One (1) reference regarding study of a Natura 2000 and Annex IV Appropriate Assessment in relation to large scale linear onshore infrastructure project
The same references can contain both environmental assessment (EIA) of a large scale linear onshore infrastructure projects and study of a Natura 2000 and Annex IV Appropriate Assessment in relation to large scale linear onshore infrastructure project.
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 management system. This Management system shall comply with the latest edition of OHSAS 18001, ISO 45001, DNV OS-H101, ISO 14001 or other equivalent international standards as applicable.
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.
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.
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: 11/10/2021 Local time: 10:00 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: 5 (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”.
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 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 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 UdbudComplaints 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 Official name: Konkurrence- og Forbrugerstyrelsen