Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Дании


Civil engineering consultancy services (Дания - Тендер #38651533)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: Energinet Eltransmission A/S
Номер конкурса: 38651533
Дата публикации: 17-02-2023
Сумма контракта: 1 770 853 311 (Российский рубль) Цена оригинальная: 30 000 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  1. Section I
    1. Name and addresses
      Energinet Eltransmission A/S
      Tonne Kjærsvej 65
      Fredericia
      7000
      Denmark
      E-mail: procurement@energinet.dk
    2. Joint procurement
    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=353536&B=ENERGINET
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=353536&B=ENERGINET
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Electricity
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Technical consultancy for the North Sea Energy Island

        Reference number: 23/00534 - 319061
      2. Main CPV code:
        71311000
      3. Type of contract:
        Services
      4. Short description:

        In June 2020 the Danish parliament decided that two energy islands will be established in Denmark. Subsequently, in February 2021, the parties behind the agreement decided that the energy Island in the North Sea must be built as an artificial island, situated around 100 km from the Danish west coast. The overall objective of that project is to establish 10 GW wind power in three phases. The current tender concerns technical advisory for the first phase which includes establishment of 3 GW wind power including all required HVAC/HVDC equipment and connections to partner country Belgium and to Denmark.

      5. Estimated total value:
        Value excluding VAT: 30 000 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        71311000, 71320000, 71314000, 71311300, 71335000
      3. Place of performance:
        Main site or place of performance:

        Consultants’ own offices and Energinets offices near Fredericia.

      4. Description of the procurement:

        In June 2020 the Danish parliament decided that two energy islands will be established in Denmark. Subsequently, in February 2021, the parties behind the agreement decided that the energy Island in the North Sea must be built as an artificial island, situated around 100 km from the Danish west coast. The overall objective of that project is to establish 10 GW wind power in three phases. The current tender concerns technical consultancy for the first phase which includes establishment of 3 GW wind power including all required HVAC/HVDC equipment and connections to partner country Belgium and to Denmark.

        The overall scope of the consultancy services is to provide technical advice and support to Energinet in the following three phases of the project:

        1) Basic design and tender preparation leading to the tender of the HVAC/DC equipment to be installed on the future energy island

        2) Technical advice and support during the tendering phase

        3) Technical advice and support during the HVAC/DC equipment contractors detailed design, construction, installation and commissioning until take-over of the works by Energinet and (as an option) supervision services during construction, installation and/or commissioning activities.

        The artificial island itself is not a part of the tendered scope. The construction of the artificial is-land is the responsibility of the Danish Energy Agency (DEA).

        Further, detailed design is not included in the scope, as Energinets intends to tender the main HVAC/DC equipment as an EPC contract (including detailed design done be the equipment supplier).

        Finally, the interconnecting cables are not part of the current study either.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 30 000 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 120
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
        Envisaged number of candidates: 3
        Objective criteria for choosing the limited number of candidates:

        If more than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 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 relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity and scope.

        The following will in particular be rated positively:

        • Refences where the applicant has performed offshore substation design.

        • Refences where the applicant has performed HVAC/HVDC design, preferably HVDC converter platform design.

        • Refences where the applicant has performed HVDC breaker systems design.

        • Refences where the applicant has performed design of technical equipment in large modules and managed offshore logistics in relation thereto.

        • Refences where the applicant has drafted technical specifications as preparation for a tender process for large infrastructure projects similar to the current.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        The tendered scope includes an option for the winning tenderer to perform supervision during construction, installation and commissioning activities, cf. II.2.4 above (‘phase 3’).

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:

        Please 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.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
      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). This should be stated with two decimals.

        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”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached on the basis of consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).

        Minimum level(s) of standards possibly required:

        Concerning 1: Equity from the latest annual report must, at the time of prequalification application deadline, be at least 5.000.000 Euro.

        Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification application deadline, be at least 20 pct

      3. Technical and professional ability:
        List and brief description of selection criteria:

        The applicant can include the up to 5 most comparable and relevant references undertaken in 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 5 years implies that the reference must not have been completed prior to the date reached when counting 5 years backwards from the submission deadline 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 applicant 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 the ten-dered assignment under the North Sea Energy Island project

        Contract value (if possible)

        Contact information for the entity in question (including contact person) (if possible)

        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 5 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 5 when combined. If more than 5 references are submitted, the Contracting Authority will only consider the 5 most recent references determined by date of initiation.

        Minimum level(s) of standards possibly required:

        The applicant must implement and maintain a quality management system in compliance with ISO 9001 or equivalent for the full duration of the assignment.

      4. Information about reserved contracts:
      5. Deposits and guarantees required:

        The information is stated in the Tender Documents.

      6. Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

        The information is stated in the Tender Documents.

      7. 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 partici-pants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

    2. Conditions related to the contract:
      1. Information about a particular profession:

        Contract performance conditions:

        The information is stated in the Tender Documents.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
    3. 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
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-03-03
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      Please 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.

    4. Procedures for review
      1. Review body
        Klagenævntet for Udbud
        Nævnenes Hus, Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405708
        E-mail: klfu@naevneneshus.dk
        Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
      2. Body responsible for mediation procedures

      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 publi-cation date);

        2) 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, 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 can-didates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant rea-sons for the decision.

      4. Service from which information about the review procedure may be obtained

        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 publi-cation date);

        2) 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, 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 can-didates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant rea-sons for the decision.

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsen Vej 35
        Valby
        2500
        Denmark
        Contact person: 2500
        Telephone: +45 41715000
        E-mail: kfst@kfst.dk
        Internet address: http://www.kfst.dk
    5. Date of dispatch of this notice
      2023-02-14

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Дания

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2025, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru