Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Energy Islands and Offshore Wind Farms in the North Sea and the Baltic Sea — Floating Lidar Measurements
Reference number: 21/02027
II.1.2)Main CPV code76520000 Offshore services
II.1.3)Type of contractServices
II.1.4)Short description:
With the climate agreement for energy and industry of the 22 June 2020 the majority of the Danish Parliament decided that Denmark will become the first country in the world to begin the construction of two energy island with a total capacity of 5 GW off-shore wind. One of the islands will be located in the North Sea with a capacity of 3 GW. This island can be further scaled up to 10 GW offshore wind. The other energy island will be established on the current island of Bornholm with a capacity of 2 GW. The islands are scheduled for completion by 2030. The current tender concern LiDAR measurements (Atmospheric and Oceanographic Measurements) for the project areas.
II.1.5)Estimated total valueValue excluding VAT: 3 200 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #1 in the North Sea
Lot No: 1
II.2.2)Additional CPV code(s)76520000 Offshore services
71351600 Weather-forecasting services
71351611 Climatology services
II.2.3)Place of performanceNUTS code: DK Danmark
Main site or place of performance:
II.2.4)Description of the procurement:
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the North Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the 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 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, especially concerning MetOcean conditions and types of measuring.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A
Option 6: Wave-only measurement buoy
Option 7: Online portal system.
II.2.13)Information about European Union fundsThe 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.
II.2)Description
II.2.1)Title:
LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #2 in the North Sea
Lot No: 2
II.2.2)Additional CPV code(s)71351600 Weather-forecasting services
71351611 Climatology services
II.2.3)Place of performanceNUTS code: DK Danmark
Main site or place of performance:
II.2.4)Description of the procurement:
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the North Sea.
For further information regarding the assignment see Scope of service, cf. doc 21/02027-4.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the 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 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, especially concerning MetOcean conditions and types of measuring.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: N.A.
Option 5: N.A.
Option 6: Wave-only measurement buoy
Option 7: Online portal system.
II.2.13)Information about European Union fundsThe 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.
II.2)Description
II.2.1)Title:
LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #1 in the Baltic Sea
Lot No: 3
II.2.2)Additional CPV code(s)71351600 Weather-forecasting services
71351611 Climatology services
II.2.3)Place of performanceNUTS code: DK Danmark
Main site or place of performance:
II.2.4)Description of the procurement:
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #1 in the Baltic Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the 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 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, especially concerning MetOcean conditions and types of measuring.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option 1: Extension 12 months LiDAR
Option 2: Extension monthly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and salinity
Option 6: N.A.
Option 7: Online portal system.
II.2.13)Information about European Union fundsThe 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.
II.2)Description
II.2.1)Title:
LiDAR Measurements (Atmospheric and Oceanographic Measurements) for the Project Area #2 in the Baltic Sea
Lot No: 4
II.2.2)Additional CPV code(s)71351600 Weather-forecasting services
71351611 Climatology services
II.2.3)Place of performanceNUTS code: DK Danmark
Main site or place of performance:
II.2.4)Description of the procurement:
LiDAR measurements (atmospheric and oceanographic measurements) for the project area #2 in the Baltic Sea.
For further information regarding the assignment see scope of service, cf. doc 21/02027-4.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 800 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The contracting authority will pre-qualify the same 5 applicants for all the lots. If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre--qualify the 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 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, especially concerning MetOcean conditions and types of measuring.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
Option 1: Extension 12 months LiDAR
Option 2: Extension monthtly basis LiDAR
Option 3: Bat measurements
Option 4: ADCP
Option 5: Seawater temperature and salinity
Option 6: N.A.
Option 7: Online portal system.
II.2.13)Information about European Union fundsThe 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 standingList 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’. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached 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 be at least EUR 1.3 million/DKK 10 million.
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 EUR 4 million/DKK 30 million.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will pre-qualify the same 5 applicants for all the lots who are evaluated as most qualified for the specific tendered assignment.
The applicant must include the up to 5 most comparable and relevant references in total for all lots undertaken in the past three (3) 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 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 pre-qualification. 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 type and location of the measuring;
• 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 5 most comparable and relevant references in total for all lots. 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 final delivery (in this case not yet finished references will not be included).
Minimum level(s) of standards possibly required:
The applicant must include at least one comparable and relevant reference, where Floating LiDAR measurements have been performed by the applicant, undertaken in the past 3 years.
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 participationList 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 procedureNegotiated 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 dialogueRecourse 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 participateDate: 16/04/2021
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 tenderDuration in months: 5 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
The applicant must submit a completed ESPD to apply for pre-qualification 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 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.4.3)Review procedurePrecise 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 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 obtainedOfficial name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail:
kfst@kfst.dkTelephone: +45 41715000
Internet address:
http://www.kfst.dk VI.5)Date of dispatch of this notice:26/03/2021