An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
467541-2022 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Energinet Eltransmission A/S
Official name: Energinet Eltransmission A/S
National registration number: 39314878
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Procurement - R
E-mail: indkob@energinet.dk
Telephone: +45 70102244
Internet address(es):
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
I.1.
Name and addresses
Official name: National Grid Viking Link Limited (NGVL)
Official name: National Grid Viking Link Limited (NGVL)
National registration number: 09075537
Postal address: 1-3 Strand
Town: London
NUTS code: UK United Kingdom
Postal code: WC2N 5EH
Country: United Kingdom
E-mail: procurement@energinet.dk
Internet address(es):
I.6.
Main activity
Electricity
Electricity
II.1.1.
Title
Viking Link - After Installation Survey for Offshore cable
Reference number: 22/02482
II.1.2.
Main CPV code
71354500 Marine survey services
71354500 Marine survey services
II.1.3.
Type of contract
Services
Services
II.1.5.
Estimated total value
Value excluding VAT: 3 000 000,00 EUR
Value excluding VAT: 3 000 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
76520000 Offshore services, 76521000 Offshore installation services, 76522000 Offshore supply-vessel services
76520000 Offshore services, 76521000 Offshore installation services, 76522000 Offshore supply-vessel services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
NUTS code: DK Danmark
II.2.6.
Estimated value
Value excluding VAT: 3 000 000,00 EUR
Value excluding VAT: 3 000 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
Duration in months: 12
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 07/09/2022 Local time: 12:00
Date: 07/09/2022 Local time: 12:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
23/08/2022
23/08/2022
Languages and formats
Notice
Official language
467541-2022 - CompetitionSee the notice on TED website 
467541-2022
467541-2022 - CompetitionDenmark-Fredericia: Marine survey services
OJ S 164/2022 26/08/2022
Contract notice – utilities
Services
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.1.
Name and addresses
Official name: Energinet Eltransmission A/S
Official name: Energinet Eltransmission A/S
National registration number: 39314878
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Procurement - R
E-mail: indkob@energinet.dk
Telephone: +45 70102244
Internet address(es):
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
I.1.
Name and addresses
Official name: National Grid Viking Link Limited (NGVL)
Official name: National Grid Viking Link Limited (NGVL)
National registration number: 09075537
Postal address: 1-3 Strand
Town: London
NUTS code: UK United Kingdom
Postal code: WC2N 5EH
Country: United Kingdom
E-mail: procurement@energinet.dk
Internet address(es):
I.2.
Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:
Danish procurement law (Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors implementing Directive 2014/25/EC)
I.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=339679&B=ENERGINET
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=339679&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=339679&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6.
Main activity
Electricity
Electricity
Section II: Object
II.1.
Scope of the procurement
II.1.1.
Title
Viking Link - After Installation Survey for Offshore cable
Reference number: 22/02482
II.1.2.
Main CPV code
71354500 Marine survey services
71354500 Marine survey services
II.1.3.
Type of contract
Services
Services
II.1.4.
Short description
For Viking Link, an After Installation survey is needed.
The survey activities shall comprise of the following Work Packages:
1. Work Package A - Offshore Survey comprising MBES and cable tracking. The survey should be performed between MLWS at UK landfall and MLWS at DK landfall.
2. Work Package B - Onshore Topographic Survey at DK and UK Landfall.
3. Work Package C – Geophysical MBES and Side Scan Sonar Survey and Environmental survey using a Drop-Down Camera ROV of Annex 1 Medium Resemblance Stony Reef Area
This tender will also be published on: https://www.find-tender.service.gov.uk/Search
II.1.5.
Estimated total value
Value excluding VAT: 3 000 000,00 EUR
Value excluding VAT: 3 000 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
76520000 Offshore services, 76521000 Offshore installation services, 76522000 Offshore supply-vessel services
76520000 Offshore services, 76521000 Offshore installation services, 76522000 Offshore supply-vessel services
II.2.3.
Place of performance
NUTS code: UK United Kingdom
NUTS code: DK Danmark
Main site or place of performance:
Onshore and offshore UK and DK landfall incl. dutch and german waters
II.2.4.
Description of the procurement
Procurement of an after installation / as built survey a long the Viking Link Cable. The main purpose of the survey is to confirm the vertical and horizontal position of the Viking Link cable location of the Viking Link cable.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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: 3 000 000,00 EUR
Value excluding VAT: 3 000 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
Duration in months: 12
This contract is subject to renewal: no
II.2.9.
Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3Maximum number: 5Objective criteria for choosing the limited number of candidates:
Envisaged minimum number: 3Maximum number: 5Objective criteria for choosing the limited number of candidates:
If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3-5 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, especially concerning:
o A comparable solution description preferably including MBES and cable tracking in the North Sea
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
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.
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). 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 990.000,00 EUR equivalent to 33% of the expected total value of the contract.
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 total expected amount of the contract.
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
The applicant can include the up to five (5) most comparable and relevant references undertaken in the past five (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 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: the applied survey methodology and equipment as well as location for the works
• 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 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 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 consor-tium) 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 final delivery (in this case not yet finished references will not be included).
III.1.4.
Objective rules and criteria for participation
List and brief description of rules and criteria:
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 Pro-curement 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. Applica-tions 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 partici-pants 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
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
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
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: 07/09/2022 Local time: 12:00
Date: 07/09/2022 Local time: 12:00
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
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)
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
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”. 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 as-sume 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 Udbud
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsen 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
23/08/2022
23/08/2022

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies