23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2020/S 087-206633
Offentliggjort
05.05.2020
Udbudstype
Offentligt udbud

Udbyder

Femern A/S

Vindere

Contract Concerning RTK GNSS Service

(17.07.2020)
Geoteam A/S
Ballerup

Contract Concerning RTK GNSS Service


Femern A/S

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Femern A/S
National registration number: 28986564
Postal address: Vester Søgade 10
Town: København V
NUTS code: DK011
Postal code: 1601
Country: Denmark
Contact person: Femern — Mikkel Mølgaard
E-mail: mmd@femern.dk
Telephone: +45 33416396

Internet address(es):

Main address: https://femern.com/en

I.2) Information about joint procurement
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=269304&B=KA
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=269304&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Femern A/S manages the construction and operation of the future fixed link across Fehmarn Belt

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Contract Concerning RTK GNSS Service

II.1.2) Main CPV code
38112100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the Fehmarn Belt Positioning System (FBPS) — an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore.

The scope of services covers:

— station re-establishment,

— RTK Service,

— test operation,

— system operation and maintenance,

— delivery of documentation.

For more information please refer to the tender documents.

II.1.5) Estimated total value
Value excluding VAT: 1 800 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
38100000
38110000
38112000
II.2.3) Place of performance
NUTS code: DK022
NUTS code: DEF08
II.2.4) Description of the procurement:

The preparation for the construction phase and the general progress of the project has given rise to a need for re-initialisation and operation of the Fehmarn Belt Positioning System (FBPS) — an RTK GNSS service, to facilitate RTK surveying, positioning and navigation for all phases of the Fehmarnbelt Fixed Link (FFL) between Rødbyhavn in Denmark and Puttgarden in Germany. The RTK service shall primarily be used by the contractors on the Fehmarn Belt project while Femern A/S and its advisors shall use it for control and verification purposes. The system shall be used both on shore and off shore. The scope of services covers:

— station re-establishment,

— RTK Service,

— test operation,

— system operation and maintenance,

— delivery of documentation.

For more information please refer to the tender documents.

II.2.5) Award criteria
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: 1 800 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

The construction of the fixed link across the Fehmarn Belt receives EU funding from the CEF programme under project code 2014-EU-TM-0221-W.

II.2.14) Additional information

The contract is tendered as one single agreement in order to achieve economics of scale, reduced costs for administration of the contract and a better understanding of the scope of services. Dividing the contract into lots is not considered to lead to a higher level of competition.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required:

The candidate must complete and submit the European Single Procurement Document (‘ESPD’) as preliminary documentation for the purpose of assessing whether the below minimum requirement for economic and financial suitability are fulfilled, cf. section 148 (1)(1-2) of the Danish Procurement Act. Information about the candidate’s solvency ratio (equity to total assets ratio) for the last 2 financial years must be filled in under Part IV, B of the ESPD.

The solvency ratio (equity to total assets ratio) is calculated as the candidate’s total equity divided by the candidate’s total assets, calculated as a percentage. The solvency ratio (equity to total assets ratio) is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the candidate relies on the capacity of other entities, the solvency ratio (equity to total assets ratio) is calculated as the candidate's and such other entities’ total equity divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the solvency ratio (equity to total assets ratio) is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD.

As a minimum requirement the tenderer must document that:

• the tenderer for each of the last 2 financial years has had a solvency ratio (equity to total assets ratio) of at least 15 percent; and

• an annual turnover of at least EUR 2 million.

III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required:

The tenderer must complete and submit the ESPD as documentation for its technical and pro-fessional ability.

The ESPD must be completed with a list of main references of RTK services carried out with-in the last 3 years stating amount and time and the public or private recipient, including contact information. The list of deliveries of services must be inserted under Part IV, C of the ESPD and is the final documentation.

No further evidence or documentation regarding technical and professional ability in terms of the list of main deliveries will be requested before Femern A/S awards the contract, however Femern A/S reserves the right to contact the customer indicated on each delivery in order to verify the reference.

No more than 5 references for deliveries should be listed in the ESPD. If the request contains more than five references only the first five references will be taken into account. References included in the tenderer’s own ESPD will in this respect be considered the first five references. In the event that the tenderer is a group of economic operators or a temporary association (consortia, joint venture or the like) the references from the leading operator will be considered the first five references. In the event that this provision do not determine the first five references Femern A/S will draw lots to elect the first five references (tenderers will not be allowed to supervise the draw).

As a minimum requirement the tenderer must document:

— at least one reference which demonstrates experience with delivering RTK services to a customer.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Performance conditions appears from Appendix 1 — Scope of services.

Please note, that the contract contains requirements in relation to CSR.

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
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
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/06/2020
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
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 08/12/2020
IV.2.7) Conditions for opening of tenders
Date: 08/06/2020
Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: https://klfu.naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

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, cf. § 7(1) of the Act on the Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.

Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement 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. The time limit is calculated from the day after the publication date;

2) 30 calendar days starting the day after the contracting authority has notified 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 an account of the reasons for the decision;

3) 6 months after the contracting authority has entered into the framework agreement, calculated starting the day after the contracting authority has sent notification to the candidates and tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk</p>

VI.5) Date of dispatch of this notice:
01/05/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.062|