S229
Dänemark-Fredericia: Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen
2022/S 229-659396
Auftragsbekanntmachung – Sektoren
Dienstleistungen
Richtlinie 2014/25/EU
Abschnitt I: Auftraggeber
Nationale Identifikationsnummer: 28980671
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
Kontaktstelle(n): Procurement H
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Adresse des Beschafferprofils: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
Nationale Identifikationsnummer: 39 31 48 78
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Nationale Identifikationsnummer: 39 31 49 59
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Nationale Identifikationsnummer: 39 31 50 41
Postanschrift: Tonne Kjærsvej 65
Ort: Frederica
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Nationale Identifikationsnummer: 25 94 33 25
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Postanschrift: 39 31 50 84
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Nationale Identifikationsnummer: 29 85 12 47
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Nationale Identifikationsnummer: 37 93 03 93
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
E-Mail: Procurement@energinet.dk
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
The framework agreement is tendered by Energinet. Energinet serves as a Central purchasing body awarding the framework agreement on behalf of the Energinet group.
Abschnitt II: Gegenstand
Framework agreement – Consultants for Geoscience, Offshore Environment and Consent
Energinet is tendering this framework agreement in order to purchase consultancy services within the areas of Geoscience, Offshore Environment and Consent.
The framework agreement will consist of 8 lots in total:
Lot 1: Geoscience project manager
Lot 2: Geophysics (data manager)
Lot 3: Geotechnical Specialist
Lot 4: Metocean engineer
Lot 5: Geoscience project team
Lot 6: Project manager – Environmental (Offshore)
Lot 7: Technical Consultancy – Environmental (Offshore)
Lot 8: Permitting and Consent – Consultancy – Environmental (Offshore)
Geoscience project manager
Energinet office in Erritsø and/or Ballerup
With this framework agreement, Energinet is tendering Lot 1 – Geoscience project manager.
The Contracting Authority has a need for consultancy services where the Consultant has the overall responsibility for geoscience activities and site investigations related to the project associated with the role. This includes procurement, contract management and management / approval of the supplier deliverables.
See for further information in the tender material: Appendix 2.1 – Scope of Service – Lot 1 – Geoscience project manager (doc.no. 22/08020-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Geophysicist (data manager)
Energinet office in Erritsø and/or Ballerup
With this framework agreement, Energinet is tendering Lot 2 – Geophysicist (data manager).
The Contracting Authority has a need for consultancy services where the Consultant has the overall responsibility for monitoring and assuring the technical quality of results from geoscience activities and geophysical related site investigations.
See for further information in the tender material: Appendix 2.2 – Scope of Service – Lot 2 – Geophysicist (data manager), (doc. no. 22/08021-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Geotechnical specialist
Energinet office in Erritsø and/or Ballerup
With this framework agreement, Energinet is tendering Lot 3 – Geotechnical specialist.
The Contracting Authority has a need for consultancy services where the Consultant has the overall responsibility for monitoring and assuring the technical quality of results from geoscience activities and geotechnical related site investigations.
See for further information in the tender material: Appendix 2.3 Scope of Service – Lot 3 – Geotechnical specialist (doc.no. 22/08022-1).
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Metocean engineer
Energinet office in Erritsø and/or Ballerup
With this framework agreement, Energinet is tendering Lot 4 – Metocean Engineer.
The Contracting Authority has a need for Metocean Engineer consultancy services, these are depending on the project’s scope and extend. Consultancy services on more of the following metocean investigations can be of relevancy for the assignment:
1. Desk study – Operational weather windows
2. Wind Resource Assessment (WRA) (Wind measurements or Mesoscale modelling).
3. Site Conditions Assessment (SCA)
4. Wind- and other atmospheric parameters.
5. Marine parameters and their correlations with the wind.
6. Other SCA parameters (lightning, tsunamis, earthquakes, solar radiation, and icing on blades).
See for further information in the tender material: Appendix 2.4 – Scope of Service – Lot 4 – Metocean Engineer (doc.no. 22/08023-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Geoscience project team
Energinet office in Erritsø and/or Ballerup
With this framework agreement, Energinet is tendering Lot 5 – Geoscience project team.
For some projects of significant size or complexity, the Client will request a Geoscience project team that will consist of more than 4 consultants within the 4 categories of consultants and to be delivered by 1 supplier in order to deliver services as a team.
Geoscience project team include consultancy services within all 4 following categories, and it is of highly importance that the Consultant is able to provide consultancy services within:
• Geoscience project manager
• Geophysicist (data manager)
• Geotechnical specialist
• Metocean engineer
See for further information in the tender material: Appendix 2.5 – Scope of Service – Lot 5 – Geoscience project team, (doc.no. 22/08072-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Project Manager – Environment (Offshore)
Energinet offices in Erritsø and Ballerup
With this framework agreement, Energinet is tendering Lot 6 – Project Manager – Environmental – (Offshore).
The Client is tendering this lot 6 for consultancy regarding Environmental Project Managing. The Consultant
has the overall responsibility for environmental and consent activities related to the project associated with the role. This includes procurement, contract management and management / approval of the supplier deliverables.
See for further information in the tender material: Appendix 2.6 – Scope of Service – Lot 6 – Project Manager – Environmental (Offshore), (doc. no. 22/08073-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Technical Consultancy – Environmental (Offshore)
Energinet offices in Erritsø and Ballerup
With this framework agreement, Energinet is tendering Lot 7 – Technical consultancy – Environmental – (Offshore).
The Contracting Authority has a need for environmental technical consultancy regarding overall responsibility for review and quality assurance of marine environmental survey and study results.
See for further information in the tender material: Appendix 2.7 – Scope of Service – Lot 7 – Technical consultancy – Environmental (Offshore), (doc. no. 22/08867-1).
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Permitting and Consent – Consultancy (Offshore)
Energinet offices in Erritsø and Ballerup
With this framework agreement, Energinet is tendering Lot 8 – Permitting and consent – Environmental (Offshore).
The Contracting Authority has a need for Permitting and Consent support for the permitting and consent processes, consultation with authorities, preparations and/or quality assurance of permit application and of consultation documentation, and other relevant services in connection with permitting and consent.
See for further information in the tender material: Appendix 2.8 – Scope of Service – Lot 8 – Permitting and Consent – Environmental (Offshore), (doc. no. 22/09679-1)
Renewal 1 x 24 months (2 years) + 1 x 12 months (1 year)
If more than 4 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 4-6 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.
Enterprises in which Energinet independent public enterprise or another enterprise in the Energinet Group during the term of the framework agreement acquire half or more than half of the capital or the assets or is authorized to exercise half or more than half of the voting rights or is entitled to manage the enterprise’s affairs regardless of the official name’s option to use the framework agreement.
Please note that this is a negotiated procedure. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben
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”. ”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.
The following applies to lot 1-8:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 1 Mio.
Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 10 pct.
For each lot 1-8 the applicant can include the up to 3 most comparable and relevant references undertaken in the past three (3) years as part of the application for each lot that the Consultant is tendering for.
The references must 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 recommends the Applicant to use the provided format when submitting the ESPD, but this is not mandatory.
Each reference is provided using two formats: 1) A FIXED FORMAT defined by the Contracting Authority and 2) a FREE FORMAT defined by the Applicant.
The FIXED FORMAT should include the following information:
1. Reference title
2. Client
3. Project type
4. Project scope
5. Consultant role
6. Consultant scope
7. Consultant start date
8. Consultant end date
9. Consultant contract value
10. Consultant base
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 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 and this must be signed.
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).
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.
The information is stated in the Tender Documents.
The information is stated in the Tender Documents.
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.
The information is stated in the Tender Documents.
Abschnitt IV: Verfahren
Abschnitt VI: Weitere Angaben
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”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.kfst.dk) in Danish (the Contracting Authority is not responsible for the content of the guide).
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.
Postanschrift: Nævnenes Hus, Toldboden 2
Ort: Viborg
Postleitzahl: 8800
Land: Dänemark
E-Mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internet-Adresse: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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.
Postanschrift: Carl Jacobsen Vej 35
Ort: Valby
Postleitzahl: 2500
Land: Dänemark
E-Mail: kfst@kfst.dk
Telefon: +45 41715000
Internet-Adresse: http://www.kfst.dk
© Europäische Union, http://ted.europa.eu, 1998-2022