1.
Buyer
1.1.
Buyer
Official name
:
De Nationale Geologiske Undersøgelser for Danmark og Grønland
Legal type of the buyer
:
Public undertaking, controlled by a central government authority
Activity of the contracting authority
:
General public services
2.
Procedure
2.1.
Procedure
Title
:
Procurement procedure for the purchase of a survey boat
Description
:
The Geological Survey of Denmark and Greenland (GEUS) wants to acquire a new survey boat with the primary purpose of strengthening research capacity and opportunities within marine surveys and geosciences in the internal Danish waters and around Bornholm. The new survey boat will act as a versatile platform for carrying out various types of assignments and activities. For further description of the acquisition, please see the procurement documents.
Procedure identifier
:
704e67e9-fc02-4e3c-8454-8961b17a6bf2
Previous notice
:
9d05e796-6feb-4d05-873e-17d0528aa790-01
Internal identifier
:
8010-4249
Type of procedure
:
Open
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
34520000
Boats
Additional classification
(
cpv
):
34500000
Ships and boats,
34521000
Specialised boats
2.1.2.
Place of performance
Anywhere
Additional information
:
The Supplier shall deliver the boat to a port within 1000 km. from a Danish port in either Jutland, Funen and Zealand.
2.1.3.
Value
Estimated value excluding VAT
:
2 500 000,00
DKK
2.1.4.
General information
Additional information
:
The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: -an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The tendered contract has not been divided into lots because it is the Contracting Authority's assessment that there are no different components that could advantageously be separated into subcontracts.
Legal basis
:
Directive 2014/24/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Procurement procedure for the purchase of a survey boat
Description
:
The Geological Survey of Denmark and Greenland (GEUS) wants to acquire a new survey boat with the primary purpose of strengthening research capacity and opportunities within marine surveys and geosciences in the internal Danish waters and around Bornholm. The new survey boat will act as a versatile platform for carrying out various types of assignments and activities. For further description of the acquisition, please see the procurement documents.
Internal identifier
:
8010-4249
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
34520000
Boats
Additional classification
(
cpv
):
34500000
Ships and boats,
34521000
Specialised boats
5.1.2.
Place of performance
Anywhere
Additional information
:
The Supplier shall deliver the boat to a port within 1000 km. from a Danish port in either Jutland, Funen and Zealand.
5.1.3.
Estimated duration
Duration
:
9
Months
5.1.5.
Value
Estimated value excluding VAT
:
2 500 000,00
DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: -an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The tendered contract has not been divided into lots because it is the Contracting Authority's assessment that there are no different components that could advantageously be separated into subcontracts.
5.1.10.
Award criteria
Criterion:
Type:
Quality
Name
:
Layout
Description
:
See the tender conditions for further details.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
50,00
Criterion:
Type:
Quality
Name
:
Quality of the projected work
Description
:
See the tender conditions for further details.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
30,00
Criterion:
Type:
Price
Name
:
Price
Description
:
See the tender conditions for further details.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
20,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Information about review deadlines
:
Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure: Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within: (1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published;(2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision. (3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act. (4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act. If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared ineffective, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union. Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act. The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
2 650 000,00
DKK
6.1.
Result lot ldentifier
:
LOT-0000
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Cheetah Marine Int Ltd
Tender
:
Tender identifier
:
Procurement procedure for the purchase of a survey boat - Cheetah Marine Int Ltd
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
2 650 000,00
DKK
Concession value:
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Procurement procedure for the purchase of a survey boat - Cheetah Marine Int Ltd
Date on which the winner was chosen
:
17/06/2025
Date of the conclusion of the contract
:
19/06/2025
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from small tenderers
Number of tenders or requests to participate received
:
1
8.
Organisations
8.1.
ORG-0001
Official name
:
De Nationale Geologiske Undersøgelser for Danmark og Grønland
Registration number
:
55145016
Department
:
De Nationale Geologiske Undersøgelser for Danmark og Grønland
Postal address
:
Øster Voldgade 10
Town
:
København K
Postcode
:
1350
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Contact point
:
Stine Kristiansen
Telephone
:
+45 21733419
Roles of this organisation
:
Buyer
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud
Registration number
:
37795526
Postal address
:
Nævnenes Hus, Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Østsjælland
(
DK021
)
Country
:
Denmark
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
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Cheetah Marine Int Ltd
Registration number
:
Cheetah Marine Int Ltd
Postal address
:
Ocean Blue Quay, The Esplanade
Town
:
Ventnor
Postcode
:
PO38 1JR
Country subdivision (NUTS)
:
Isle of Wight
(
UKJ34
)
Country
:
United Kingdom
Telephone
:
+44 7710985725
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
8.1.
ORG-0005
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
Roles of this organisation
:
TED eSender
Notice identifier/version
:
4999e53a-1c7e-42c2-a48e-b5077ee34f08
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
29
Notice dispatch date
:
20/06/2025
08:43:19 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
20/06/2025
09:00:55 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
404303-2025
OJ S issue number
:
118/2025
Publication date
:
24/06/2025