Submarine Cable project consultancies DPS

This DPS concerns consultancies relating to Polar Connect step 1. Polar Connect is a submarine fiber cable project with a shortest route between and East Asia starting from Norway going north of Greenland to North America and onwards to Asia. The cable is intended to be a hybrid cable that …

CPV: 73000000 Servicios de investigación y desarrollo y servicios de consultoría conexos, 31321500 Cables submarinos, 71310000 Servicios de consultoría en ingeniería y construcción, 71313000 Servicios de consultoría en ingeniería ambiental, 71316000 Servicios de consultoría en telecomunicaciones, 71318000 Servicios de asesoramiento y consultoría en ingeniería, 71350000 Servicios científicos y técnicos relacionados con la ingeniería
Lugar de ejecución:
Submarine Cable project consultancies DPS
Organismo adjudicador:
NORDUnet
Número de premio:
2025-2

1. Buyer

1.1 Buyer

Official name : NORDUnet
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Submarine Cable project consultancies DPS
Description : This DPS concerns consultancies relating to Polar Connect step 1. Polar Connect is a submarine fiber cable project with a shortest route between and East Asia starting from Norway going north of Greenland to North America and onwards to Asia. The cable is intended to be a hybrid cable that will support generic telecommunications connectivity, as well as supporting research using smart cable technologies. The Polar Connect step 1 runs for 3 years from January 2025 to December 2027 and is aimed to achieve several objectives in the areas described below. • Engagement with stakeholders interested in securing global connectivity and providing access to an innovative research instrument made of sensors along the subsea cable. • Detailed mapping of the Arctic Ocean, which starts with preparing pre-survey of the route, mission planning considering the critical weather conditions and costs, three survey missions, and the analysis of the survey data. • Technical planning and design activities, including route planning, planning of the resilience, determination of the optimal locations of potential cable landing sites and branching units, including security and access control, environmental impact, permitting and regulatory compliance, collaboration with local authorities, emergency response and repair, remote monitoring and control systems, and back-up communication systems. • Sensor technology planning, analysis of available technologies for cable sensing and their contributions for security-, integrity-, scientific- and environmental monitoring. It is foreseen that there will be consultancies needed for several areas.
Procedure identifier : 09a1fac4-4e39-4369-84f6-53f290f2e8bf
Internal identifier : 2025-2
Type of procedure : Other multiple stage procedure
Justification for the accelerated procedure :
Main features of the procedure : NORDUnet is conducting a procurement using a Dynamic Purchasing System (DPS). The requests to participate received within the initial deadline for application, will be assessed and completed before opening of the DPS. Assessment of applications received after the initial deadline will be completed within 10 working days. However, the Contracting Authority may extend the assessment period further, according to the conditions in the Danish Procurement Act section 104(4)-(5).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 31321500 Submarine cable
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 1 000 000 Euro

2.1.4 General information

Additional information : The maximum value is EUR 2 million. See more in ITP section 2.2.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition : Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Submarine Cable project consultancies DPS
Description : This DPS concerns consultancies relating to Polar Connect step 1. Polar Connect is a submarine fiber cable project with a shortest route between and East Asia starting from Norway going north of Greenland to North America and onwards to Asia. The cable is intended to be a hybrid cable that will support generic telecommunications connectivity, as well as supporting research using smart cable technologies. The Polar Connect step 1 runs for 3 years from January 2025 to December 2027 and is aimed to achieve several objectives in the areas described below. • Engagement with stakeholders interested in securing global connectivity and providing access to an innovative research instrument made of sensors along the subsea cable. • Detailed mapping of the Arctic Ocean, which starts with preparing pre-survey of the route, mission planning considering the critical weather conditions and costs, three survey missions, and the analysis of the survey data. • Technical planning and design activities, including route planning, planning of the resilience, determination of the optimal locations of potential cable landing sites and branching units, including security and access control, environmental impact, permitting and regulatory compliance, collaboration with local authorities, emergency response and repair, remote monitoring and control systems, and back-up communication systems. • Sensor technology planning, analysis of available technologies for cable sensing and their contributions for security-, integrity-, scientific- and environmental monitoring. It is foreseen that there will be consultancies needed for several areas.
Internal identifier : 2025-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 31321500 Submarine cable
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71313000 Environmental engineering consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 71318000 Advisory and consultative engineering services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Start date : 01/05/2025
Duration end date : 31/12/2027

5.1.5 Value

Estimated value excluding VAT : 1 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Connecting Europe Facility (CEF) (2021/2027)
Identifier of EU funds : Project or Grant Agreement No. 101181029
Further details of EU funds : Call: CEF-DIG-2023-GATEWAYS Topic: CEF-DIG-2023-GATEWAYS-STUDIES Type of action: CEF Project Grants Granting authority: European Health and Digital Executive Agency
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The maximum value is EUR 2 million. See more in ITP section 2.2.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For service contracts: performance of services of the specified type
Description : The economic operator must provide three (3) references that demonstrate experience in providing consultancy services of a similar nature related to submarine cable projects. Each reference must meet the following criteria: • The reference must relate to a service that has been active within the last five (5) years prior to the deadline for submitting applications to the DPS1. • The reference must be directly related to at least one of the project elements listed in Section 2.1.2. • The reference must have a minimum invoiced amount of 50,000 EUR (excluding VAT). To ensure that the reference meets the above requirements, the economic operator should provide the following details for each reference: • A brief description of the consultancy service provided, including its scope and key deliverables • The specific project element from Section 2.1.2 that the reference relates to. • The official name of the client. • At least one contact person from the client, including a direct phone number and email address. • The total invoiced amount (excluding VAT) for the service provided. • The completion date of the service delivery to the client (optional/only if completed). • The start date of the service delivery (mandatory).
Use of this criterion : Used

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Competences (Quality)
Description : The Contracting Authority will identify the economically most advantageous Tender on the basis of the best price-quality ratio. The sub-criterion "Competences (Quality)" can be weighted between 60-90 %. The actual weights of each sub-criteria and part-criteria are decided by the Contracting Authority for that specific Competition and will be contained in the ITT of each specific Competition.
Category of award threshold criterion : Order of importance
Award criterion number : 1
Criterion :
Type : Price
Name : Price
Description : The Contracting Authority will identify the economically most advantageous Tender on the basis of the best price-quality ratio. The sub-criterion "Price" can be weighted between 10-40 %. The actual weights of each sub-criteria and part-criteria are decided by the Contracting Authority for that specific Competition and will be contained in the ITT of each specific Competition.
Category of award threshold criterion : Order of importance
Award criterion number : 2
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria : The actual weights of each sub-criteria and part-criteria are decided by the Contracting Authority for that specific Competition and will be contained in ITT of each specific Competition.

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 22/04/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : NORDUnet
Registration number : 17490346
Postal address : Kastruplundgade 22, 1.
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Michelle Toudal Offersen
Telephone : +45 51886068
Internet address : https://www.nordu.net
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : c8f8edbf-5754-4770-875b-26b1c9ea90e3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/03/2025 11:19 +00:00
Notice dispatch date (eSender) : 13/03/2025 11:20 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00167779-2025
OJ S issue number : 52/2025
Publication date : 14/03/2025