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


Environmental engineering consultancy services (Дания - Тендер #47513627)


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: 47513627
Дата публикации: 27-10-2023
Сумма контракта: 64 931 288 (Российский рубль) Цена оригинальная: 1 100 000 (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
2023102320231107 12:00Utilities entityContract noticeServicesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderElectricity01G0501
  1. Section I
    1. Name and addresses
      Energinet Eltransmission A/S
      Tonne Kjærsvej 65
      Fredericia
      7000
      Denmark
      Telephone: +45 70102244
      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=383565&B=ENERGINET
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=383565&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:

        Client representative service regarding cable route survey, TritonLink

        Reference number: 23/07851
      2. Main CPV code:
        71313000
      3. Type of contract:
        Services
      4. Short description:

        The Client (Energinet and Elia) is requesting the Consultant to provide Client Representative support for TritonLink Cable Route Survey. TritonLink CRS covers the planned route from the Danish Energy Island North Sea to the Belgian Princess Elisabeth Island with an option to provide Client Representative support to last part of the survey to the Belgian Coast. In this context the Client conducts Cable Route Survey activities to acquire information about the hydrographical conditions, the seabed surface, the sub-bottom geology, existing infrastructure and benthic environment. For these activities the Client request representation related to the marine activities, both offshore and nearshore.

      5. Estimated total value:
        Value excluding VAT: 1 100 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        71313400, 76521000
      3. Place of performance:
        Main site or place of performance:

        Tenderers offices, Danish, German, Dutch, Belgian and UK Waters.

      4. Description of the procurement:

        The Client (Energinet and Elia) is requesting the Consultant to provide Client Representative support for TritonLink Cable Route Survey. TritonLink CRS covers the planned route from the Danish Energy Island North Sea to the Belgian Princess Elisabeth Island with an option to provide Client Representative support to last part of the survey to the Belgian Coast.

        In this context the Client conducts Cable Route Survey activities to acquire information about the hydrographical conditions, the seabed surface, the sub-bottom geology, existing infrastructure and benthic environment.

        For these activities the Client request representation related to the marine activities, both offshore and nearshore.

      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: 1 100 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        The contract has a duration of 2 years (24 months) with the possibility of extension for 1 year (1 x 12 months)

      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 as-signment. 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, especially concerning:

        • Provision of client representatives for all types of survey methods and spreads employed during marine activities with geophysical surveys, geotechnical investigations, benthic sur-veys and ROV-based investigations.

        • Provision of client representative services for surveys with multiple vessels operating simultaneously with multiple crew changes.

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

        The tender includes an option for a part 6 - Belgium II (MOG2 to Land-fall). See tender documents for further description.

      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 must 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, be at least 367.000 EUR.

        Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds 1.100.000 EUR

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

        The applicant should include up to 3 most comparable and relevant references undertaken in the past three (3) years as part of the application for each of the following types of activity:

        Activity no. 1: Geophysical and Hydrographical surveys (maximum 3 references provided)

        Activity no. 2: Geotechnical investigations (maximum 3 references provided)

        Activity no. 3: Crossings (maximum 3 references provided)

        Activity no. 4: Benthic investigations (maximum 3 references provided)

        In total – a maximum of 12 references can be provided.

        The references should be stated in the ESPD part IV.C: “Technical and professional ability”. Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 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 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 Contracting Authority strongly recommends the Applicant to use the provided formats when submitting the ESPD, but this is not mandatory.

        Each reference is provided using two formats: 1) A FIXED FORMAT defined by the Contracting Au-thority and 2) a FREE FORMAT defined by the Applicant.

        The FIXED FORMAT should include the following information:

        1. Reference title

        2. Client

        3. Client contact information for the entity in question (including name of contract person)

        4. Activity type number (see above)

        5. Activity scope

        6. Start and end date of marine works (day, month, year)

        7. Number of offshore personnel involved

        8. Number of vessels involved

        9. Methods applied (mark with an X):

        a. Multibeam echosounder

        b. Side Scan Sonar

        c. Sub-bottom profiler

        d. 2D Ultra high-resolution seismic survey

        e. 3D Ultra high-resolution seismic survey

        f. Magnetometry, single sensor

        g. Magnetometer, multisensor systems

        h. Cable- and pipeline tracking

        i. ROV-based investigations

        j. Grab sampling

        k. Vibrocorer

        l. Seabed Cone Penetration Tests

        m. Visual seabed inspection

        The FREE FORMAT could be an A4-PDF page such as a product sheet or similar. It is required that the FREE FORMAT reference information is linked to the associated information provided in the FIXED FORMAT. If the relation between reference information provided in the mandatory FIXED FORMAT and in the FREE FORMAT is unclear, then only the FIXED FORMAT information will be subject to evaluation.

        Any ambiguities and/or incomprehensibilities concerning the above information may have a nega-tive 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 12 most comparable and relevant references according to the above stated regarding activity no 1, activity no. 2 and activity no. 3. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister compa-ny 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 12 when combined. If more than 12 references are included, the Contracting Authority will only consider the 9 most recent references determined by date of final delivery (in this case not yet finished references will not be included).

        Minimum level(s) of standards possibly required:

        The applicant must document:

        · One (1) reference regarding activity no. 1: Geophysical and Hydrographical surveys

        · One (1) reference regarding activity no. 2: Geotechnical investigations

        · One (1) reference regarding activity no. 3: Crossings

        · One (1) reference regarding activity no. 4: Benthic investigations

        The same reference may cover more than one of the activities listed above.

      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: 2023-11-07
      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
      2023-10-23

  • 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

    Еще тендеры и закупки за эти даты

    27-10-2023 Orthopaedic support devices.

    27-10-2023 Grounds maintenance services.

    27-10-2023 Refuse and waste related services.

    27-10-2023 Intercity railway works.

    27-10-2023 IT services: consulting, software development, Internet and support.

    27-10-2023 Fuels.

    



    Copyright © 2008-2026, 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