23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 189-338759
Offentliggjort
30.09.2016
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
13.10.2016 Kl. 12:00

Addresse
https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

Udbyder

Energinet.dk

Vindere

Vester Hassing Synchronous Condenser Major Overhaul

(24.05.2017)
EthosEnergy Poland SA
ul.Powstańców Śląskich 85
42-701 Lubliniec

Opdateringer

Rettelse
(07.10.2016)

III.1.5
instead of:
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons.
Read:

Vester Hassing Synchronous Condenser Major Overhaul


Energinet.dk

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet.dk
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Eva Damsted Juhler
Telephone: +45 23462696
E-mail: eva@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

 

Vester Hassing Synchronous Condenser Major Overhaul.

 

Reference number: 16/07780
II.1.2) Main CPV code
65410000
II.1.3) Type of contract
Services
II.1.4) Short description:

 

Energinet.dk, owner of the Vester Hassing synchronous condenser (VHA G1), has decided to invite tenders for major overhaul of the ASEA salient pole generator (phase shifter). VHA G1 is an 80MVA outdoor synchronous condenser unit commissioned around 1965 and it is still in operation. The stator winding (12kV) was rewound in 1982. The overhaul is planned to start week 39, 2017 ending no later than week 51, 2017. The major overhaul (which includes withdrawal of the rotor and bringing it to workshop), takes place at the Vester Hassing high voltage substation, Energinet.dk, Elsamvej 73, 9310, Vodskov.

 

II.1.5) Estimated total value
Value excluding VAT: 4 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
65300000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

 

9310 Vodskov.

 

II.2.4) Description of the procurement:

 

Energinet.dk, owner of the Vester Hassing synchronous condenser (VHA G1), has decided to invite tenders for major overhaul of the ASEA salient pole generator (phase shifter). VHA G1 is an 80MVA outdoor synchronous condenser unit commissioned around 1965 and it is still in operation. The stator winding (12kV) was rewound in 1982. The overhaul is planned to start week 39, 2017 ending no later than week 51, 2017. The major overhaul (which includes withdrawal of the rotor and bringing it to workshop), takes place at the Vester Hassing high voltage substation, Energinet.dk, Elsamvej 73, 9310, Vodskov.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 4 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

 

The Contracting Entity will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tender. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are similar to the tender assignment. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tender assignment regarding solution and scope.

In case that applicants exceptionally cannot be segregated based on references the Contracting Entity will as a secondary criteria use Economical and financial standing for selecting the limited number of candidates.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

1. Additional services and tests according to the technical specification

2. Additional components according to the technical specification.

 

II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

 

Confirmation that the applicant meets this demand must be stated in the ESPD part IV. The applicant is obliged to document the requirement by request of the Contracting entity.

 

III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

The contracting entity will only enter into contract with economic solid companies. This to ensure that the company continues to exist through the whole contract period.

The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators:

— Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)

— Solvency ratio (equity/total assets).

 

Minimum level(s) of standards possibly required:

 

— Equity x 3 > total amount of the contract

— Solvency ratio > 20 pct.

If the solvency ratio is between 15 pct. And 20 pct. The supplier can qualify if Equity > total amount of contract.

The applicant is obliged to document the requirement by request of the Contracting entity.

The information about economy must be stated in the ESPD part IV.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

A reference list of the most significant comparable contracts undertaken in the past five years with a motivated and detailed description of the contracts, scope of the contracts (contract value) and contract information for the entity in question (including contact person) must be included in the application. Sufficient information shall be given to identify the references as relevant. Reference list should not surpass a maximum of the 5 most comparable and relevant deliveries which have been completed during the last five years. If the reference list includes more than 5 deliveries, the Contracting authority will only consider the first 5 listed.

The contracting authority reserves the right to contact the stated references.

The information about references must be stated in the ESPD part IV.

In the references please describe:

— Year of overhaul.

— Owner and country.

— Type of overhaul, e.g. major or minor (major overhaul includes rotor withdrawal).

— Generator year of manufacture.

— Generator rotor salient or round type.

— Generator MVA rating.

— Stator winding renewed or reinsulated.

— Rotor winding renewed or reinsulated.

— Supplementary information.

 

Minimum level(s) of standards possibly required:

 

Confirmation that the applicant meet the demand must be stated in the ESPD — please see above for reference to the specific part in the ESPD. The applicant is obliged to document the requirement by request of the Contracting entity.

 

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

 

The Application must be submitted through the EU-Supply system using the link ‘Electronic access to information’ please see section I.1 in this TED announcement. Requests received after the determined deadline will not be accepted.

The contracting authority reserves the right to obtain supplementary information from the applicant, especially verifying the competence of the applicant or subcontractors. Applicants cannot demand that such action is taken. Instead, the Contracting Authority can exclude incomplete applications for reasons of equal treatment and/or due to time constraints.

Energinet.dk has joined Global Compact and is using the 10 principles as a platform for working with CSR and Energinet.dks Code of Conduct. Energinet.dk's CSR profile is visible at our homepage: www.energinet.dk. Contractors are expected to act in accordance with Engerginet.dk's Code of Conduct.

 

III.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

 

Information is provided in the tender documents.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/10/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic payment will be used
VI.3) Additional information:

 

The applicant must submit a completed European Single Procurement Document (ESPD). The ESPD can be found in the prequalification material.

To work with the ESPD, please:

— Save the XML file onto your own computer.

— Open the link https://ec.europa.eu/growth/tools-databases/espd/welcome

— Choose the preferred language.

— Choose ‘I am an economic operator’.

— Choose ‘Import ESPD’.

— Upload the XML file of the ESPD.

— Choose the country of your companies origin.

— Fill out and complete the ESPD with the information required in this contract notice.

— When finished filling out the ESPD, print the version as a pdf and safe it on your computer.

— Upload the pdf version to ‘My response’ in EU-Supply as your/a part of your request for prequalification.

Please note the following:

— If the applicant rely on capacities of other entities or apply as part of a group of suppliers having joint forces (i.e. joint ventures, consortia ets.) all relevant parts of the ESPD part II and III must be completed for each supplier.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

Whereas a contracting authority has initiated a restricted procedure, a negotiated procedure with prior publication of a contract notice, or a procedure of competitive dialogue in accordance with Directive 2004/18/EC of the European Parliament and of the Council or Directive 2004/17/EC of the European Parliament and of the Council, complaints from not pre-qualified applicants regarding the decision concerning pre-qualification must be filed to the Complaints Board for Public Procurement within 20 days from the day after the contracting authority has sent the result regarding the pre-qualification decision to all relevant candidates.

Complaints regarding any part of the procurement process within the scope of Directive 2004/18/EC of the European Parliament and of the Council and Directive 2004/17/EC of the European Parliament and of the Council, but not covered by the above paragraph shall be filed to the Complaints Board for Public Procurement within 45 days from the day after the contracting authority has made a contract award notice public in the Official Journal of the European Union.

The complainant shall inform the contracting authority about the complaint at the latest when the complaint is filed with the Complaints Board for Public Procurement. In case the complaint concerns a decision regarding award of a contract the complainant shall inform the contracting authority whether the complaint is filed within the standstill period. If the complaint is not filed within the standstill period the complainant shall inform the contracting authority whether a suspension of the contract has been requested.

 

VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice:
27/09/2016

Send til en kollega

0.094