23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 061-114678
Offentliggjort
28.03.2017
Udbudstype
Udbud efter forhandling

Bestilling af materiale

http://www.fjernvarmefyn.dk/udbud

Udbyder

Fjernvarme Fyn A/S

Modification of coal burners for straw co-combustion on Fjernvarme Fyn Unit 7


Fjernvarme Fyn A/S

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Fjernvarme Fyn A/S
36474718
Havnegade 120
Odense C
5000
Denmark
Contact person: Dorthe Due
Telephone: +45 21709259
E-mail: due@fjernvarmefyn.dk
NUTS code: DK031

Internet address(es):

Main address: www.fjernvarmefyn.dk

I.2) Joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://www.fjernvarmefyn.dk/udbud
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Production, transport and distribution of gas and heat

Section II: Object

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

Modification of coal burners for straw co-combustion on Fjernvarme Fyn Unit 7.

II.1.2) Main CPV code
42390000 - KA16
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Fjernvarme Fyn power station is located in Odense, a few kilometres from the city centre. Fjernvarme Fyn consists of a coal fired CHP unit, a straw-fired CHP unit and an incineration plant.

Fjernvarme Fyn intends to co-fire up to 15 % straw on energy basis on their coal-fired plant.

This call for tender addresses LOT M3. The purchase includes modifying 4 identical coal-fired burners to be able to co-fire with straw. The burners must still be able to fire with coal when no straw is available. The works include relocation of oil lance, potential relocation and extension of ignition lance, removal of old core pipe, installation of new and larger core pipe, expansion pipe and an emergency shutdown valve. The above-mentioned works must include all necessary auxiliary systems. The systems must be tied in to the pneumatic transport system, which is not part of this lot.

The purchase includes design, manufacturing, supply, installation, testing, commissioning and documentation.

II.1.5) Estimated total value
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)
09111000 - KA16
03114100 - KA16
51130000 - KA16
51135100 - KA16
II.2.3) Place of performance
NUTS code: DK031
Main site or place of performance:

Fjernvarme Fyn A/S.

Havnegade 120.

5000 Odense C.

Denmark.

II.2.4) Description of the procurement:

Fjernvarme Fyn power station is located in Odense, a few kilometres from the city centre. Fjernvarme Fyn consists of a coal fired CHP unit, a straw-fired CHP unit and an incineration plant.

Fjernvarme Fyn intends to co-fire up to 15 % straw on energy basis on their coal-fired plant. To successfully co-fire the straw the size of the straw needs to be reduced to a size below 50 mm.

The mechanical equipment to accomplish this is divided into 3 lots:

1. LOT M1 — covers the straw logistics, storage and handling of the straw within the storage building and initial parts of the straw preparation building;

2. LOT M2 — Consists of the straw preparation lines, for size reduction of the straw, and a pneumatic conveying system;

3. LOT M3 — Involves the conversion of the old coal burners to also be able to co-fire straw.

This call for tender addresses LOT M3. The purchase includes modifying 4 identical coal-fired burners to be able to co-fire with straw. The burners must still be able to fire with coal when no straw is available. The works include relocation of oil lance, potential relocation and extension of ignition lance, removal of old core pipe, installation of new and larger core pipe, expansion pipe and an emergency shutdown valve. The above-mentioned works must include all necessary auxiliary systems. The systems must be tied in to the pneumatic transport system, which is not part of this lot.

The purchase includes design, manufacturing, supply, installation, testing, commissioning and documentation.

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/11/2017
End: 30/04/2019
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 selection will be based on an evaluation of each Tenderer's technical capacity and most relevant references for the specific LOT. Secondary to this is an evaluation of the different applicants economic and financial capacity.

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

Service and maintenance contract.

Crane mounted service hoist.

Crane operator chairs.

Additional moisture and visual control.

II.2.12) Information about electronic catalogues
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
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Information about the economic key figures of the company for the last 3 annual accounts, including information about revenues, revenues after tax, balance sheet and equity.

A statement from the accountant regarding the solvency ratio of the latest annual account of the applicant, depending when the company was established by the applicant.

The solvency ratio is calculated as the equity of the applicant in proportion to the total assets of the applicant, calculated as a percentage. Solvency ratio = ( Value of all Equity/Value of all assets) x 100.

In case of company mergers ( for example a consortia) the solvency ratio is calculated as the company mergers value of all equity as to the company mergers value of all assets, calculated as a percentage.

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

A reference list and a description of recent deliveries that is technically the same or equivalent deliveries to the contract in question for the last 5 years.

Information of the applicant's organizational and technical capacity. Information can be a description of the organizational setup with size of staff listed according to technical discipline for the contract in question.

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

Prove of Certificates for ISO 9001 and OHSAS 18001, or that the applicant has an equivalent QHSE system.

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

As stated in tender documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As stated in tender documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

As stated in tender documents.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

As stated in 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: 27/04/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 02/05/2017
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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

The statutory limits for submission of complaints to the Complaints Board for Public Procurement (Complaints Board) are as stated in LBK nr. 593 af 02/06/2016.

At the same time as the complaint is submitted to the Complaints Board, the contracting entity Fjernvarme Fyn A/S should be informed about the complaint and the alleged violations of the public procurement rules.

VI.4.4) Service from which information about the review procedure may be obtained
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk
VI.5) Date of dispatch of this notice:
27/03/2017

Send til en kollega

0.095