Trabajos de retirada de rocas

Supplementary notice to notice 2022/S 171-485697 (Works)

This notice supplements previously published notice from Elektrownia Wiatrowa Baltica – 2 SP. Z o.o. 2022/S 171-485697 (Works). This notice is published on a voluntary basis in order to increase transparency and knowledge about Ørsted Entities' purchases in EU tender procedures. This notice relates to the Contracting Entity’s project for …

CPV: 45111213 Trabajos de limpieza del terreno, 45111200 Trabajos de explanación y limpieza del terreno, 45111212 Trabajos de retirada de rocas, 60651000 Alquiler de embarcaciones con tripulación, 76522000 Servicios en alta mar de buques de apoyo logístico
Lugar de ejecución:
Supplementary notice to notice 2022/S 171-485697 (Works)
Organismo adjudicador:
Elektrownia Wiatrowa Baltica – 2 SP. Z o.o.
Número de premio:

Poland-Warsaw: Rock-removal work

2023/S 186-582816

Qualification system – utilities

This notice is a call for competition

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Elektrownia Wiatrowa Baltica – 2 SP. Z o.o.
National registration number: 0000393178
Postal address: Mokotowska 49
Town: Warsaw
NUTS code: PL Polska
Postal code: 00-542
Country: Poland
Contact person: Line Sørensen
E-mail: xinor@orsted.com
Telephone: +45 51586066
Internet address(es):
Main address: https://baltica.energy/?sc_lang=en
I.3) Communication
Tenders or requests to participate must be submitted electronically via: https://www.achilles.com/community/utilities-nce/
Tenders or requests to participate must be submitted to the following address:
Official name: Achilles Information AS
National registration number: 980 430 596
Postal address: PO Box 1817
Town: Arendal
Postal code: 4858
Country: Norway
Telephone: +47 37063530
E-mail: utilities-nordics@achilles.com
NUTS code: NO Norge
Internet address(es):
Main address: http://www.achilles.com/en/utilities-nce
I.6) Main activity
Electricity

Section II: Object

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

Supplementary notice to notice 2022/S 171-485697 (Works)

II.1.2) Main CPV code
45111212 Rock-removal work
II.1.3) Type of contract
Works
II.2) Description
II.2.2) Additional CPV code(s)
45111200 Site preparation and clearance work
45111213 Site-clearance work
60651000 Hire of vessels with crew
76522000 Offshore supply-vessel services
II.2.3) Place of performance
NUTS code: PL Polska
II.2.4) Description of the procurement:

This notice supplements previously published notice from Elektrownia Wiatrowa Baltica – 2 SP. Z o.o. 2022/S 171-485697 (Works). This notice is published on a voluntary basis in order to increase transparency and knowledge about Ørsted Entities' purchases in EU tender procedures.

This notice relates to the Contracting Entity’s project for the development, construction and operation of an offshore wind project in the Baltic Sea with a total potential capacity of up to 1.5 GW and consist of 107 WTG and 4 OSS locations where Ørsted Wind Power A/S is representing the Contracting Entity in the entire tender procedure (‘Entity represented by Ørsted Wind Power A/S’), specifically to the tender for the relocation of boulders at the WTG and OSS jack up locations. The Baltica 02 project is located some 50 km offshore in the Polish part of the Baltic Sea.

Ørsted Wind Power A/S will use the UNCE qualification system for procurement and expects to launch the tender via said qualification system on week 43-45 (23. October – 10. November 2023) using product code 4.1.18 Demolition & Clearance Work.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.8) Duration of the qualification system
Indefinite duration
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.9) Qualification for the system
Conditions to be fulfilled by economic operators in view of their qualification:

Suppliers may apply for qualification at any time. To apply, the suppliers must complete an order form and pay in advance an annual qualification fee ranging from EUR 220 to EUR 985. The order form with qualification requirements can be obtained here https://my.achilles.com/join-community?communitycode=UNC&lang=gb-EN . To qualify, the suppliers must complete an online questionnaire covering detailed information about their company. Basic commercial requirements must be satisfied. Some buying organisations may have individual requirements in addition to the basic requirements. The suppliers can therefore be asked to answer customer-specific questions related to the qualification. The bidder’s lists will be based on suppliers that have passed the initial qualification.

Section IV: Procedure

IV.1) Description
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2022/S 171-485697
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.3) Additional information:

Please also refer to the following TED notices: [ 2022/S 171-485785 (Supplies), or 2022/S 171-485884 (Services)].

Continuance of section I.2): The Utilities Directive govern this tender procedure. Any matters not covered by the Utilities Directive will be governed by the following provisions of the Polish Civil Code of 23 April 1964 (consolidated text Journal of Laws of 2020 item 1740 as amended): articles 61 §§ 1-2, 65 § 2, 66 §§ 1-2, 66.1 §§ 1-4, 66.2 §§ 1-2, 67, 68, 68.1 §§ 1-2, 68.2, 69, 70 §§ 1-2, 70.1 §§ 1-2 and 4, 70.2 §§ 1-3, 70.3 §§ 1-3, 70.4 §§ 1- 2, 70.5 §§ 1-2, 71, 72 §§ 1-2 and 72.1 §§ 1-2.

In case of any discrepancies between the Polish Civil Code and the Utilities Directive including case law from the Court of Justice of the European Union, the Utilities Directive prevails, and in particular, any provisions of the Polish Civil Code, which are not compliant with the Utilities Directive shall be disregarded.

The Contracting Entities might use the procedure described in the Utilities Directive article 50, (f) which prescribes that new Construction works that are repetition of Construction works similar to the scope of this tender and which are awarded to the Tenderer winning this Tender can be awarded without a call for competition. Such procedures might be used for up to three repetitive contracts should the contracting entities decide to purchase similar Construction works in the EU within 3 years from signing of the contract comprised by this tender. The conditions for awarding possible additional construction works are the following:

— the performance of the Construction works will be subject to the same commercial terms as the provision of the Scope of Works specified in the prequalification notice with necessary amendments following from the different timing and geographic location of the project.

— the contractor must comply with mandatory statutory law in the country, where the individual offshore wind farms for which the Contracting Entities chooses to apply this right to repeat similar Construction works are placed,

— minor necessary adjustments of technical specifications due to site specific matters, — amendment of time schedule to reflect the timing of the new project for which the repetition of similar Construction Works is applied.

VI.4) Procedures for review
VI.4.1) Review body
Official name: ICC International Court of Arbitration
Town: Warsaw
Country: Poland
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Claims must be submitted to the Secretariat of the ICC International Court of Arbitration before the deadline mentioned below:

Claims to invalidate the Prequalification Notice, the future tender material including the Tender Conditions, or any decision of the Contracting Entity made on its basis, declare it null and void or otherwise in-effective, terminate it or suspend its performance, after the lapse of 30 calendar days from the date of:

(i) the receipt of this Prequalification Notice or later the tender material and/or the Tender Conditions; or

(ii) the receipt of written information about the Contracting Entity's decision, when it is accompanied by a justification for the decision.

VI.5) Date of dispatch of this notice:
22/09/2023