Tender for ​Supply, Delivery, Installation and Operation of a Vessel Monitoring System

Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. 2.2.5 The solution should provide Ørsted with: a) A log of the daily activities of the CTV …

CPV: 71700000 Kontroll- und Überwachungsleistungen, 48951000 Schiffortungssystem, 51240000 Installation von Navigationsgeräten, 34931500 Ausrüstung für die Schiffsverkehrssteuerung, 63726000 Diverse Hilfsdienste für den Transport zu Wasser, 34511100 Patrouillenboote, 34520000 Boote
Ausführungsort:
Tender for ​Supply, Delivery, Installation and Operation of a Vessel Monitoring System
Vergabestelle:
Ørsted Wind Power A/S
Vergabenummer:

1. Buyer

1.1 Buyer

Official name : Ørsted Wind Power A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Tender for ​Supply, Delivery, Installation and Operation of a Vessel Monitoring System
Description : Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. 2.2.5 The solution should provide Ørsted with: a) A log of the daily activities of the CTV fleet using onboard logger boxes. Daily activities could be Transit, Dockings with transfers and crane lifts, etc. b) Give the captain access to make comments throughout the shift. c) Video record the transfer area on the vessel while docking and provide access to these re-cordings. d) Analyse the vessel speed, comfort, and dockings. e) Analyse both the transfer quality and the impact on the WTG when the CTVs are docking. f) Collect and analyse engine data. g) Deliver the collected and analysed data to Ørsted daily. h) Provide excellent and fast service and support when needed. i) The Scope of Services will be compromised of Services as well as Goods/Hardware. j) Fast and flexible supply, installation and commissioning to avoid interruption with offshore operations
Procedure identifier : 6f8d3a3a-fb96-4860-b66c-8d2f6ffefead
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 48951000 Boat-location system
Additional classification ( cpv ): 51240000 Installation services of navigating equipment
Additional classification ( cpv ): 34931500 Vessel traffic control equipment
Additional classification ( cpv ): 63726000 Miscellaneous water transport support services
Additional classification ( cpv ): 34511100 Marine patrol vessels
Additional classification ( cpv ): 34520000 Boats

2.1.2 Place of performance

Anywhere
Additional information : Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. Estimated value basic contract term 3 000 000 EUR Estimated value basic contract term with extensions 6 000 000 EUR Estimated quantities Approx. 45 vessels with related hardware and installation services The above estimates are indicative, and the aggregated purchases made under the Framework Agreement may vary from the above estimates. Unforeseen circumstances might occur if for instance, new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the following maximums: Maximum value 3 500 000 EUR Maximum value with extensions 7 000 000 EUR Total maximum quantities Approx. 60 vessels with related hardware and installation services The highest maximum will prevail. Should the value of the maximum quantity exceed the maximum amount, then the maximum quantity prevails. Should the maximum amount exceed the maximum quantity, the maximum amount prevails. This is because lower unit prices, might lead to increased purchases although, the Contracting Entity has used its best efforts in estimating the quantities and amounts.

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 7 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Applicable cross-border law : The governing law of the tender procedure is Danish public procurement law

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender for ​Supply, Delivery, Installation and Operation of a Vessel Monitoring System​
Description : Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. 2.2.5 The solution should provide Ørsted with: a) A log of the daily activities of the CTV fleet using onboard logger boxes. Daily activities could be Transit, Dockings with transfers and crane lifts, etc. b) Give the captain access to make comments throughout the shift. c) Video record the transfer area on the vessel while docking and provide access to these re-cordings. d) Analyse the vessel speed, comfort, and dockings. e) Analyse both the transfer quality and the impact on the WTG when the CTVs are docking. f) Collect and analyse engine data. g) Deliver the collected and analysed data to Ørsted daily. h) Provide excellent and fast service and support when needed. i) The Scope of Services will be compromised of Services as well as Goods/Hardware. j) Fast and flexible supply, installation and commissioning to avoid interruption with offshore operations

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 71700000 Monitoring and control services
Additional classification ( cpv ): 48951000 Boat-location system
Additional classification ( cpv ): 51240000 Installation services of navigating equipment
Additional classification ( cpv ): 34931500 Vessel traffic control equipment
Additional classification ( cpv ): 63726000 Miscellaneous water transport support services
Additional classification ( cpv ): 34511100 Marine patrol vessels
Additional classification ( cpv ): 34520000 Boats
Options :
Description of the options : Consultancy (Option 1) is divided into several categories as follows: • Project Manager • Engineer • Technician • Software Developer The tenderer must fill in the hourly rates good for the duration of the engagement. The hourly rate shall include all expenses for over-time, secretarial assistance, special equipment, telecommunication, PCs etc. The Consultancy hours can be used for custom additional services requested by Ørsted. The Supplier shall provide consultancy services on an hourly rate basis as specified in Schedule of Rates and Prices. Consultancy services shall be invoiced strictly based on the actual time spent, measured in 30-minute increments. The Contracting Entity requires Consultancy services to be billed based on the actual time spent, without minimum billing thresholds, in order to ensure cost transparency and comparability of offers, i.e., no minimum billing thresholds (e.g., 2h, 4h or 8h minimum per request) shall be applied. All personnel assisting Ørsted shall have at least 3 years of experience with relevant scope of consultancy.

5.1.2 Place of performance

Anywhere
Additional information : Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. Estimated value basic contract term 3 000 000 EUR Estimated value basic contract term with extensions 6 000 000 EUR Estimated quantities Approx. 45 vessels with related hardware and installation services The above estimates are indicative, and the aggregated purchases made under the Framework Agreement may vary from the above estimates. Unforeseen circumstances might occur if for instance, new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the following maximums: Maximum value 3 500 000 EUR Maximum value with extensions 7 000 000 EUR Total maximum quantities Approx. 60 vessels with related hardware and installation services The highest maximum will prevail. Should the value of the maximum quantity exceed the maximum amount, then the maximum quantity prevails. Should the maximum amount exceed the maximum quantity, the maximum amount prevails. This is because lower unit prices, might lead to increased purchases although, the Contracting Entity has used its best efforts in estimating the quantities and amounts.

5.1.3 Estimated duration

Start date : 14/05/2026
Duration : 8 Day

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The contract is envisaged for 8 years in total. 4 years of basic term with possible extensions each of 12 months (i.e. 4 x 12 months). The Contracting Entiry reserves the right (i.e. not an obligation) to renew the contract (i.e. extend its duration up to 4 times, each of 12 months, i.e. 4x 12 months), without a new procurement procedure.

5.1.5 Value

Estimated value excluding VAT : 6 000 000 Euro
Maximum value of the framework agreement : 7 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Please note the start date is only indicative and is subject to change. The contract is envisaged for 8 years in total. 4 years of basic term with possible extensions each of 12 months (i.e. 4 x 12 months). Ørsted is tendering for a new Vessel Monitoring System (VMS) based service to document the performance of its fleet of Crew Transfer Vessels (CTV’s) operating in wind farms in Europe, Asia and US. Estimated value basic contract term 3 000 000 EUR Estimated value basic contract term with extensions 6 000 000 EUR Estimated quantities Approx. 45 vessels with related hardware and installation services The above estimates are indicative, and the aggregated purchases made under the Framework Agreement may vary from the above estimates. Unforeseen circumstances might occur if for instance, new projects, strategic changes or new needs arise. Therefore, the Contracting Entity has decided to also include the following maximums: Maximum value 3 500 000 EUR Maximum value with extensions 7 000 000 EUR Total maximum quantities Approx. 60 vessels with related hardware and installation services The highest maximum will prevail. Should the value of the maximum quantity exceed the maximum amount, then the maximum quantity prevails. Should the maximum amount exceed the maximum quantity, the maximum amount prevails. This is because lower unit prices, might lead to increased purchases although, the Contracting Entity has used its best efforts in estimating the quantities and amounts.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Experience 70% 3.3.4.2 The Applicant is encouraged to provide the following information about the Applicant’s completed experience in either part V of the ESPD or in Annex H Prequalification References. (a) Experience in successful delivery and operation of flexible, cloud-based fleet monitoring solutions with related devices and their installation for offshore wind or related maritime industries. Experience in managing large fleets of at least 20 vessels across customers. (b) Experience in technical implementations and integrations of fleet monitoring systems. Applicants are encouraged to provide references for successful technical implementations and integrations of fleet monitoring systems. 3.3.4.3. Please submit references for the required experience described in 3.3.4.2 above. The references are considered positive if the scope has been carried out within the last three (3) years (calculated from the date of the publication of this Contract Notice). 3.3.4.4. The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience: ▪ Name of the customer ▪ Brief description of the reference customer, including industry ▪ Contract value (preferably in EUR) ▪ Contract duration, including commencement and completion date. ▪ Number of employees of the customer ▪ Description of a project. 3.3.4.5. A minimum of 3 (three) and maximum of 5 (five) references can be submitted as information under the selection criterion “Experience”. If more references are submitted, only the most recent references up to the maximum number of references will be considered. The most recent references will be determined based on start date. 3.3.4.6. If any framework agreements are submitted as part of an Applicant’s references, Applicants are encouraged to submit the requested information at section 3.3.4.1 for the most recent or most significant call-off contract(s) concluded under such framework agreements. References only to the award of a framework agreement without reference to any call-off contract thereunder will be disregarded on the basis that no references have been referred to. 3.3.4.7. No additional documentation for the selection criterion for experience will be required from the Applicant. However, the Contracting Entity reserves the right to contact the Applicant or relevant third parties for verification of the information stated in the description(s). 3.3.5. Assessment of experience 3.3.4.2.1 The Applicant’s experience will be based on the information submitted in accordance with Section 3.3.4.1 and will be an overall assessment of: a. Experience within the offshore wind or related maritime industries is considered beneficial, particularly with those handling CTV operators, work boats and service vessels. It is especially advantageous if the applicant has worked with offshore wind developers or operators with comparable fleet size and operational complexity. Documented experience with fleet monitor-ing solutions, including motions, tailored for offshore wind or maritime industries will be re-garded as a significant asset. b. Demonstrated experience in integrating fleet monitoring systems with existing organizational infrastructure, such as real-time data collection from onboard systems (e.g., engine, fuel, navi-gation, weather, vessel motions), and delivery of structured data and reports tailored for vessel operators and wind farm clients, will be highly regarded. c. Documented experience with complex infrastructures and application stacks is particularly sought after. Additionally, experience with integrating cloud-based solutions with customer's on-premises systems in a hybrid deployment model will be considered advanta-geous. d. It will be considered positive if the references relate to vessels operating globally across re-gions e.g., EU, UK, APAC, and US, and the size of operation of the entity in which the project was implemented is similar to the Contracting Entity, managing a large fleet with multiple dif-ferent operational requirements.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Economic and financial capacity 30% 3.3.3.1.1 The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Earnings before tax (EBT) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities - Intangible assets - Inventories - Trade receivables - Cash and cash equivalents - Trade payables - Total interest-bearing debt (bank loans, borrowings, draw on revolving credit facilities and corporate bonds) 3.3.3.1.2 If the Applicant is a newly established legal entity and therefore is not able to submit the abovementioned figures the Applicant is encouraged to provide the opening balance. 3.3.3.1.3 If the Applicant has only one approved annual report at the time of the Prequalification Deadline the Applicant is encouraged to provide those figures and is encouraged to inform the Contracting Entity that the Applicant has only one approved annual report. 3.3.3.1.4 A newly established legal entity is encouraged to consider relying on the economic and financial capacity of the parent company or any other supporting entity. 3.3.3.1.5 The Applicant is encouraged to submit a description of its ownership and corporate structure. If the Applicant is a subsidiary, the Applicant is encouraged to submit the name of the highest possible group parent – being an entity directly or indirectly controlling more than 50 % of the Applicant. The information may be provided in part V of the ESPD. The Contracting Entity reserves the right to set a deadline for submission of the description of ownership structure after the deadline for request to participate. 3.3.3.1.6 If the Applicant relies financially on another legal entity, and this entity is a parent company to the Applicant and the companies have consolidated accounts, it is possible to submit financial information for the parent company only but it is to be made clear from part II C of the ESPD that the Applicant relies on the economic and financial information of the parent company or any other supporting entity by ticking “yes” in section II C of the ESPD: “Does the economic operator rely on the capacities of other entities…”. In such cases the Applicant is encouraged to state that it has consolidated accounts. 3.3.3.1.7 If the Applicant is part of a profit-sharing agreement with another legal entity, cf. for example Germany’s Ergebnisabführungsvertrag or equivalent legal arrangement or if the parent company of the Applicant has made a statement according to the Dutch Civil Code article 2:403 (a “403 statement”) or equivalent legal arrangement, the Applicant should declare in the ESPD part II C that it relies on another entity. Further the supporting entity shall fill out a separate ESPD. The Applicant or the supporting entity is encouraged to explicitly mention the profit-sharing agreement/403 statement in the ESPD part V. In case of a profit-sharing agreement the evaluation will be based on the figures for the financially strongest entity participating in the arrangement. Only this company has to insert financial figures in the ESPD part V. 3.3.3.2 Assessment of economic and financial capacity 3.3.3.2.1 The evaluation of the Applicant’s economic and financial capacity will be based upon the information submitted and will be an assessment of the following three areas (in prioritized order), all for the latest signed and approved annual report unless otherwise mentioned below: (a) Capital structure, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Estimated contract value to equity, - Solvency ratio (equity / total assets), - Change of Tangible Net Worth, (equity less intangible assets) (based on both signed and approved annual reports) and - Debt to equity* - Debt to earnings* (b) Liquidity, in prioritized order (but where the two items marked with a * have equal priority) consisting of: - Current ratio (current assets / current liabilities) - Average working capital turnover (Turnover (Revenue)/Average working capital) (working capital calculated as the sum of inventories, trade receivables and cash and cash equivalents, subtracting trade payables) (based on both signed and approved annual reports)* - Current ratio (the oldest of the two latest signed and approved annual reports)* (c) Profitability. (The two criteria have equal priority): - Earnings before tax to total assets, - Earnings before tax margin (Earnings before tax (EBT) / Turnover (revenue) (based on both signed and approved annual reports). 3.3.3.3 In the case of economic and financial support from a Supporting Entity the information will be based on the combined financial figures from both entities which accordingly both have to insert financial figures in the ESPD part V, unless the Applicant and the companies have consolidated accounts, cf. 3.3.3.1.6 above. The same applies if the Applicant is a Consortium. 3.3.3.3.1 If the Applicant has not provided all or any of the figures mentioned in Section 3.3.3.1.1 or the opening balance as mentioned in Section 3.3.3.1.2, the Contracting Entity may choose to ask for this information. However, the Contracting Entity also has the choice of assessing the figures or the opening balance based on the information provided by the Applicant, in such case, it will be evaluated negatively in the assessment that the Applicant has not submitted all the relevant information.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Project Economy
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Name : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Criterion :
Type : Quality
Name : Performance times
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Description of the method to be used if weighting cannot be expressed by criteria : Project Economy 40% Quality 50% Performance times 10%

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 : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 17/11/2025 18:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Joint and Several Liability Parent Company Guarantee Transfer of Rights and Obligations For further information, please refer to the tender material.
Financial arrangement : For further information, please refer to the tender material

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Additional buyer coverage : All affiliates of the Contracting entity and all affiliates who are directly or indirectly controlled by Ørsted Wind Power A/S. Ørsted establish new Affiliates on an ongoing basis. Any new Affiliate will also become a Contracting Entity under the Contract, as long as the new Affiliate’s activities are within the usual activities of the Ørsted which is to develops, constructs and operates offshore and onshore wind farms, solar farms, energy storage facilities, and bioenergy plants, and provides energy products to its customers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : "Complaints about not having been pre-qualified must be filed with the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification
Organisation providing additional information about the procurement procedure : Ørsted Wind Power A/S
Organisation providing more information on the review procedures : Konkurrenceog Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Ørsted Wind Power A/S
Registration number : 31849292
Postal address : Nesa Allé 1 Kraftværksvej 53 Skærbæk Kraftværksvej 53 Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 99 55 11 11
Internet address : www.orsted.com
Information exchange endpoint (URL) : www.orstedprocurement.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72 40 56 00
Internet address : www.naevneneshus.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrenceog Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41 71 50 00
Internet address : www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 778c391f-5031-4611-8afb-6f30c1916f8e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 17/10/2025 15:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00690696-2025
OJ S issue number : 202/2025
Publication date : 21/10/2025