23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 081-144601
Offentliggjort
27.04.2015
Udbudstype
Udbud efter forhandling

Udbyder

DONG Energy Wind Power A/S

Vindere

(10.03.2016)
Heerema Marine Contractors Nederland SE, Registration No. 58180362
Vondellaan 47
2332 AA Leiden

Transport and installation of an Offshore Substation for Borkum Riffgrund 02, offshore wind farm


DONG Energy Wind Power A/S

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

DONG Energy Wind Power A/S
DK
Kraftværksvej 53
Contact point(s): DONG Energy Wind Power A/S, Nesa Alle 1, 2920 Gentofte, Denmark
For the attention of: Ulrik Bang-Olsen
7000 Fredericia
DENMARK
E-mail: xulbo@dongenergy.dk

Internet address(es):

General address of the contracting entity: http://www.dongenergy.com

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Electricity
I.3) Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

DONG Energy Borkum Riffgrund II GmbH
Amtsgericht Hamburg HRB 121580
Van-der-Smissen Straße 9
D-22767 Hamburg
GERMANY

 

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Transport and installation of an Offshore Substation for Borkum Riffgrund 02, offshore wind farm.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting entities
Main site or location of works, place of delivery or of performance: Germany.

NUTS code DE

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
The work comprised by the Contract (the "Work") will consist of the following 2 lots:
Lot 1: The transport and installation of the jacket and piles for the offshore substation at the Borkum Riffgrund 02 offshore wind farm.
Lot 2: The transport and installation of the topside for the offshore substation at the Borkum Riffgrund 02 offshore wind farm.
A tender regarding Lot 1 and Lot 2, respectively, can be submitted as a stand-alone tender. Moreover, a tender regarding Lot 1 and Lot 2, respectively, can be submitted as a bundled tender (i.e. a tender with a price discount conditional upon the tenderer being awarded both Lot 1 and Lot 2).
If both Lot 1 and Lot 2 are awarded to the same Contractor, one contract will be entered into covering both lots.
For further information about each Lot, please se Notice for prequalification, to be requested by the Contact Point, cf. I.1.
II.1.6) Common procurement vocabulary (CPV)

60651400, 76521000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
Options: yes
Description of these options: The tender documents may comprise options including:
— Installation of both Jacket and Topside in one campaign in 2018;
— Pile cutting of stick-up;
— Pile cutting in case of pile refusal;
— Supply of pile follower;
— Relief drilling;
— Provision of transport barge;
— Option for reduction of the installation window;
— Transport of topside and jacket from different locations in Europe;
— Alternative location of Fabrication Yard;
— Removal of escort tug requirements;
— Additional noise mitigation measures including supply of noise mitigation equipment.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Information about lots

Lot No: 1Lot title: The transport and installation of the jacket and piles for the offshore substation at the Borkum Riffgrund 02 offshore wind farm
1) Short description:
Please see section VI.3) Additional Information.
2) Common procurement vocabulary (CPV)

60651400, 76521000

Lot No: 2Lot title: The transport and installation of the topside for the offshore substation at the Borkum Riffgrund 02 offshore wind farm
1) Short description:
Please see section VI.3) Additional Information.
2) Common procurement vocabulary (CPV)

60651400, 76521000

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The requirements regarding deposits and guarantees are stated in the Notice for prequalication, incl. annexes, to be requested by the Contact Point. cf. section I.1.
The Contracting Entity reserve the to demand performance securities (for proper performance of all obligations under the Contract) including:
a) An on demand performance bond issued by an approved bank or insurance provider of up to 15 % of the contract value.
and if the Applicant/Contractor is a subsididary:
b) a parent company guarantee issued by the highest possible group parent, who has annual reports that are consolidated with the annual reports of the Applicant.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be specified in the tender documents/tender material.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
There is no requirements as to the legal form of the group of economic operators, but if more economic operators are submitting am joint application for prequalification, and in case of invitation to tender, a joint tender (e.g. as a consortium), a responsible economic operator representing all the economic operators must be appointed. Furthermore all economic operators must be jointly and severally liable for the fulfilment of the contract.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: DONG Energy's Code of Conduct. Please see:

http://www.dongenergy.com/en/about-us/procurement

Application for tendering is subject to a signed Non-Disclosure Agreement (NDA). Form of the NDA must be requested by the Contacting Point, cf. section I.1).
Please also see section VI: Complementary Information.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In order to be prequalified to participate in this tender, the Applicant shall submit a solemn declaration that confirms the Applicant is not in one of the situations mentioned in article 54(4) of Directive 2004/17/EC. Form is available in annex to Notice for prequalification, which is to be requested by the Contact Point, cf. section I.1.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1. The Applicant shall submit information regarding ownership and corporate structure.
If the Applicant is a subsidiary, the name of the highest possible group parent, who has annual reports that are consolidated with the annual reports of the Applicant, must be stated.
2. The Applicant shall submit annual accounts (incl. the accountant's opinion) for the previous three (3) years, if possible, and the quarterly reports/interim accounts for the current financial year (if applicable).
The Applicant shall have a financial strength proportionate to the magnitude of the contract in order to ensure proper performance.
The assessment of the Applicants financial strength will primarily be based on the following:
a) Solvency ratio;
b) Equity;
c) EBIT margin;
d) Liquidity ratio;
e) Cash flow from operation.
The above 5 key figures will be calculated by the Contracting Entity on basis on the submitted annual accounts.
If the Applicant is a subsidiary, the Applicant is to submit the annual accounts of the group parent, who has annual reports that are consolidated with the annual reports of the Applicant and will be the entity providing the parent company guarantee. The annual accounts must cover the last 3 years.
3. General requirements:
Please se section VI: Complementary Information.
If the Applicant relies on the capacity of other entities:
The Applicant shall prove that the necessary resources will be available to it by way of an undertaking from these entities according to the Directive 2004/17/EC, article 54, sub-section 6. Documentation for availability can for example be a copy of a signed agreement between the Applicant and the other entity stating that the specific necessary resources will be available in case the Applicant is awarded the Contract. If the Applicant relies on the financial capacity of for example the highest possible group parent, a Parent Company Guarantee from such parent company will be considered documentation for availability of the financial resources. In this case the Applicant is to forward the annual accounts of such parent company covering the last 3 years.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 1. The Applicant shall submit a statement of the Applicants ability to plan and manage the works and if applicable for design and detailed engineering.
The Contracting Entity wishes to receive a description of how the Applicant plans and executes works similar to the work tendered for, if possible.
2. The Applicant shall submit a statement covering:
a) the Applicant has the equipment and ability to carry out the work including suitably qualified and experienced personnel.
b) the Applicants proposed vessel(s)/equipment/tools for which are intended to carry out the work.
c) the tools, plant or technical equipment and manpower resources directly managed by the Applicant required for carrying out the Contract and (if any) the tools, plant or technical equipment and manpower made available to the Applicant for carrying out the Contract.
The statement must include details of the Applicants installation vessels, tug boats, production/office facilities, etc. (Including facilities made available to the Applicant by means of subcontracting if any).
3. The Applicant must submit a statement describing the weather and environmental limitations of main tools in the operation - including installation vessels and tug boats. For each vessel proposed by the Applicant, the following information is required:
The significant wave height and the wind speed:
a) in which the transport part of the Work can be done;
b) in which the installation part of the Work can be done;
c) at which the vessel has to seek shelter.
4. The Applicant shall provide information of any subcontractors foreseen to undertake sections of the work and the work they are foreseen to undertake.
The Applicant shall submit a statement identifying which of the individual major sections of the work is planned to be carried out by subcontractors (either permanent or temporary work). 10 % or above of the works is considered major sections. This information has to be only submitted if subcontractors are already known by or under contract with the Applicant.
5. The Applicant shall, by means of reference projects and other relevant documentation, prove his ability to execute the works and/or show experience in installation of offshore structures similar to an offshore substation/platform.
It is a minimum requirement, that the Applicant can present minimum one (1) reference of similar scoped transport and installation tasks which the Applicant has on order or has completed within the last 5 years. The list must include dates, recipients and scope of supplies/services.
6. The Applicant shall have a Health & Safety and Environmental (HSE) management system compliant with the requirements of the latest edition of International Occupational Health and Safety Advisory Service (OHSAS) 18001 and Environmental management ISO 14001 or similar.
It is a minimum requirement that the Applicant has an HSE management system according to latest edition of OHSAS 18001 and ISO14001 or similar.
The Applicant shall submit a detailed description of their HSE management system according to OHSAS 18001/ISO 14001 or similar, including the organisation of and principles for implementation of HSE management, or evidence of an ongoing implementation process ensuring that the system will be implemented in a timely manner to ensure compliance with the Contract.
If available, a certificate of compliance with OHSAS 18001 and ISO 14001 must be submitted.
Applicants not certified according to OHSAS 18001 and ISO 14001:
If the health and safety management system is not certified according to OHSAS 18001, the Applicant shall submit documentation of the management system's equivalence to OHSAS 18001 “Occupational Health & Safety (OH&S) Management System Requirements” (section 4).
The documentation must include a description of the following (numbers stated below reflect OHSAS 18001 section numbers):
4.1. General requirements;
4.2. OH&S policy;
4.3 Planning.
Focus on:
4.3.1. Hazard identification, risk assessment and determining controls;
4.3.2 Legal and other requirements;
4.4 Implementation and operation.
Focus on:
4.4.1. Resources, roles, responsibility, accountability and authority;
4.4.2. Competence, training and awareness;
4.4.3. Communication;
4.4.6. Operational control;
4.4.7. Emergency preparedness and response;
4.5 Checking.
Focus on:
4.5.4 Control of records;
4.5.5. Internal audit (Submit latest internal audit report);
4.6 Management review.
(Submit latest management review report).
If the environmental management system is not certified according to ISO 14001, the Applicant shall submit documentation of the management system's equivalence to ISO 14001 “Environmental Management System Requirements” (section 4). The documentation must include a description of the following:
1: Environmental policy;
2: Latest internal audit report;
3: Latest management review report;
7. Quality Management:
The Applicant shall submit a statement to confirm that the scope of work will be covered by an operative quality management system which is in accordance with the requirements of the international standard for quality management system requirements ISO 9001: 2008 or similar standard.
If the Applicant is using a system other than ISO: 9001: 2008. A Cross reference System must be used between the individual clauses of ISO: 9001: 2008 and the Applicants Quality Management System and/or Specific clauses.
8. General requirements: Please see section VI: Complementary Information.
Minimum requirements that are not met will result in rejection of the application.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
200-15-0158
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
26.5.2015 - 14:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
Additional information to section I.1).
The Contract will be signed with DONG Energy Borkum Riffgrund II GmbH (Amtsgericht Hamburg Reg. no. HRB 121580) or DONG Energy Wind Power A/S (CVR no. 31849292) or a company wholly owned or controlled by DONG Energy Wind Power Holding A/S (CVR no. 18936673) or another entity directly or indirectly owned or controlled by DONG Energy Wind Power Holding A/S or jointly controlled by DONG Energy Wind Power Holding A/S or DONG Energy Wind Power A/S A/S or other entities directly or indirectly owned or controlled by a DONG Energy entity and a third party as the Contracting Entity.
Transfer.
The Contracting Entity shall be entitled to assign at any time the Contract (including all rights and obligations thereunder) in whole or in part to:
I. a person or persons developing, building, constructing, owning; or planning to develop, construct and operate, or own wind farm(s) in the Danish North Sea, the Danish Baltic Sea or the German Bight;
II. a person or persons which are to provide services in connection with the development, construction and operation of wind farm(s) in the Danish North Sea, the Danish Baltic Sea or the German Bight including without limitation development and construction services; or;
III. a person or persons which are to provide services in connection with the operation of wind farms in the Danish North Sea, the Baltic Sea or the German Bight including without limitation operation and maintenance services.
References to a “person” or “persons” above shall be construed so as to include any individual, firm or company or any joint venture, association or partnership (whether or not having separate legal personality).
Any such person or persons mentioned under (I) — (III) will be wholly owned or controlled by DONG Energy Wind Power Holding A/S or DONG Energy Wind Power A/S or other entities directly or indirectly owned or controlled by DONG Energy A/S or jointly controlled by DONG Energy Wind Power Holding A/S or DONG Energy Wind Power A/S or other entities directly or indirectly owned or controlled by DONG Energy A/S and a third party/third parties.
Additional information to section II.1.5):
Transport and installation:
The Work involves all activities required to complete the transport and installation of the Offshore Substation at the Borkum Riffgrund 2 Offshore Wind Farm, incl. one (1) jacket substructure, four (4) tubular piles (LOT 1) and one (1) topside (LOT2) — (the "Installation Items").
The transport and installation operations should be carried out without accidents or incidents while executed on time and within budget.
The Installation Items shall be delivered by the Contracting Entity at a barge hand-over location (normally the quayside of the yard where the Installation Items have been fabricated) on board of a suitable transport barge (which will be a part of the contractor who fabricates the Installation Items' supply).
Transport commencement for the Offshore Substation:
Transport of the transport barge loaded with the Installation Items from the handover location of the barge to the offshore site will commence upon issuing of a certificate of approval for sail-away by the marine warranty surveyor hired by the Contracting Entity.
The transport will also include the redelivery of the transport barge once the installation activities have been completed.
The installation window will be presented in a programme in the tender documents and is the period that includes the earliest start and latest completion for the transport and installation of the Installation Items.
Other services required:
All management, coordination, engineering, supply and operation of equipment, marine vessels (ref transportation above) and all personnel necessary to carry out the transport and installation of the Installation Items.
The estimated dimensions of the Installation Items are as follows:
Jacket (incl. cellar deck):
— Expected weight: 2 000 tonnes;
— Length: 37 metres (Footprint center piles);
— Width: 37 metres (Footprint center piles);
— Height: 54 metres.
Piles:
— Expected weight: 800 tonnes total;
— No of piles: 4 piles;
— Length: 60 metres;
— Diameter: 96".
Topside (including helideck):
— Expected weight: 2 250 tonnes;
— Length: 62 metres;
— Width: 31 metres;
— Height: 21 metres.
Water depth:
— The water depth at the offshore installation site is approximately 27 meters.
The above-mentioned dimensions and weights of the Installation Items are all estimates. Further details will be provided in the tender documents.
The contract for transport and installation of the offshore substation will be subject to a final investment decision (FID) which is anticipated in July 2016.
The anticipated and overall time schedule of the Work is:
Expected contract signing February 2016.
Transportation and installation of Jacket (jacket and piles) on the Offshore Substation — Lot 1 1.7.2017 — 1.10.2017.
Transportation and installation of the Topside on the Offshore Substation — Lot 2 15.3.2018 — 1.5.2018
Expected windows to be narrowed down at contract award.
Please note that the time schedule for Lot 1 and Lot 2 is the present base case and may be changed during the tender process including by requiring the transport and installation of both the Jacket and Topside in one campaign in 2018.
The Contracting Entity reserves the right to change the above expected schedule before Contract Award.
Addition information to section III: Legal, economic, financial and technical information:
If the Applicant relies on the capacity of other entities:
The Applicant shall prove that the necessary resources will be available to it by way of an undertaking from these entities according to the Directive 2004/17/EC, article 54, sub-section 6.
Documentation for availability of other entities can be a copy of a signed agreement stating that if the Applicant is awarded with the Contract, this entity will provide for the specific necessary resources needed.
The information requested above must be forwarded in relation to such other entity to the extent this is relevant taking into account the expected responsibilities of such entity in the delivery of the Works.
If the Applicant wishes to improve its economic and financial assessment by submitting a Letter of Support, an authorized signatory from the supporting legal entity will have to sign the attached Letter of Support (Annex B). If a Letter of Support is submitted the assessment of the economic and financial standing of the Applicant will be based on the information about both entities. In such case the annual accounts of the supporting legal entity for the previous 2 years should be submitted.
If the Applicant is part of a profit sharing agreement with another legal entity, cf. for example Germany's Ergebnisabführungsvertrag or the Dutch Civil Code article 2:403 (a “403 statement”) or equivalent legal arrangement, the evaluation of the Applicant's financial standing will be based on the financial information from the financially strongest entity participating in the arrangement. If the Applicant is part of a profit sharing agreement the annual accounts of the other legal entity in the profit sharing agreement for the previous 2 years should be submitted. The Applicant is encouraged to explicitly mention the profit sharing agreement in its application.
If a consortium applies for prequalification, the information above must be submitted for each member of the consortium.
If a joint venture applies for prequalification, the information above must be submitted for the joint venture as such. If this is not possible, the information above must be submitted for each participant in the joint venture together with a statement from each joint venture participant that the financial and economic capacity of the participant is made available in a binding manner to the joint venture.
The contractor who is awarded the Contract and it's parent company, if any, may be requested to deliver updated accounts during the duration of the Contract.
Additional information to section IV: Procedure.
Five (5) Applicants are expected to be pre-qualified for the tender procedure.
If the number of Applicants applying for prequalification exceeds five (5), and these five (5) Applicants fullfill all minimum requirements, the Contracting Entity will perform the selection on basis of an assessment of each Applicants respective economic and financial standing as well as technical ability including HSE and AQ/QC performance.
The assessment regarding the Applicants technical ability, including HSE and QA/QC performance, will be based on the information entailed in the documentation requested:
Section III.2.3) — subsection 2: In general the more redundant capacity in the performance of the Works by the Applicant the better.
Section III.2.3) — sub-section 3: In general the less limitations the better. The more detailed and the clearer the description the better.
Section III.2.3) — sub-section 5: The more references and similarity to section 1.2 and 1.3 (Notice for Prequalification — Additional information to section II.1.5) will be considered positive.
Section III.2.3) — sub-section 6: The more appropriate the Health and Safety Policy as described in sub-section the better.
The assessment regarding the Applicants economic and financial standing will be based on the information entailed in the documentation requested under Section III.2.2) especially the solvency ratio, the order amount-to-equity ratio and the EBIT margin.
Other Additional Information:
The Contracting Entity, or those entities to which the Contract may be transferred, shall be entitled to make use of any design related to the tender and the Contract.
The Applicant:
Please note that only a pre-qualified Applicant can submit a tender for the Contract.
It is not possible to submit a tender by example a sister company or another company within the pre-qualified Applicant's group. Further, it is not possible to change the members of a consortium with companies that were not prequalified.
If the Contract is awarded to a consortium, the members of the consortium shall accept joint and several liability and appoint a common authorised representative.
The Applicant is advised that the tender documents will include provisions relating to the execution of the Contract by the Contracting Entity and will be conditional upon:
a) The Contracting Entity having obtained a positive final investment decision.
b) The Contracting Entity having received any and all necessary approvals and licences for construction of the Borkum Rifgrund 2 Offshore Wind Farm (BKR02).
Request to participate:
Request to participate and the requested documentation as set out in this Notice must be forwarded in one (1) hard copy including an electronic copy on a USB-storage unit, memory-stick or similar to:
DONG Energy Wind Power A/S.
Nesa Allé 1.
2920 Gentofte.
Denmark.
Att.: Ulrik Bang-Olsen (XULBO).
All documentation must be received by the Contracting Entity no later than 26.5.2015, 14:00 (GMT +1).
The Contracting Entity requires the Applicant to sign a non-disclosure agreement and submit it together with the request for prequalification. The Contracting Entity will subsequently counter sign it if the Applicant is prequalified as tenderer.
Please note that the Tender Documents will only be made available if the Contracting Entity has received a signed Non-disclosure Agreement from the Applicant. Further, the time between notification about prequalification and the date by which the tender documents are made available to the tenderers is expected to be very short.
All communication regarding this tender procedure will be in English and in writing.
The Contracting Entity reserves the right — subject to principles of equal treatment and transparency - to request a Applicant to submit missing or insufficient information according to section III.2.1), III.2.2) and III 2.3) or, if applicable, to use information already in the Contracting Entity's possession; or to obtain such information provided it is publicly available. However, the Contracting Entity is not obliged to do so.
Notice for prequalification, incl. annexes/forms issued by the Contracting Entity, may be requested by the Contact Point, cf. section I.1).
By requesting the Notice for prequalification, incl. annexes/forms, the Contracting Entity will forward any questions asked regarding this Notice to you. In case there are any questions to this Notice, the Applicant can write to the Contact Point, cf. I.1), and the Contracting Entity will in an anonymised way forward all questions and answers to all Applicants that have shown interest. The Contracting Entity will answer all questions submitted earlier than six days prior to the deadline.
The Contracting Entity will not reimburse or provide any compensation to the Applicants for any costs incurred during the participation in this prequalification procedure and/or the following tender procedure.
The laws of Denmark govern this tender procedure including the prequalification notice and any schedules, annexes and appendices to this document, unless stated otherwise in the documents, and any legal dispute arising out of or relating to the tender procedure.
Any dispute arising out of or in connection with the tender procedure and/or prequalification notice including schedules, annexes and appendices shall be decided by the City Court of Lyngby should the Complaints Board for Public Procurements not have jurisdiction to treat the matter.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Langelinie Alle 17
2100 Copenhagen
DENMARK
E-mail: klfu@erst.dk
Internet address: www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud

Body responsible for mediation procedures

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Internet address: www.kfst.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: The dates shown in Act. No. 492 of 12 May 2010 (with amendments) concerning the enforcement of procurement rules etc.
Complaints about not having been prequalified must be submitted to the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days from the day after the day the Contracting Entity has sent information to Applicants involved about who has been prequalified, provided that the information contained a brief statement on the relevant grounds for the decision.
Apart from complaints about not having been prequalified — which must be submitted as stated above — complaint must be submitted with the Complaints Board for Public Procurement within 45 calendar days after the Contracting Entity has published a contract award notice in the Journal of the European Union about the Contracting Entity having awarded the contract. The deadline is calculated from the day after the publication of the award notice.
At the latest when a complaint is submitted to the Complaints Board for Public Procurement, the complainant shall in writing inform the Contracting Entity about that the submitting of the complaint and whether the complaint is submitted in the standstill period, cf. section 6(4) in Act. No. 492 of 12 May 2010 (with amendments). If the complaint is not submitted during the standstill period, the complainant shall also state whether it is requested that the complaint be granted suspensive effect.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
22.4.2015

Send til en kollega

0.093