23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 108-197237
Offentliggjort
08.06.2015
Udbudstype
Udbud efter forhandling

Udbyder

Energinet.dk

Vindere

(02.10.2015)
SOCON Sonar Control Kavernenvermessung GmbH
Windmuehlenstrasse 41
31180 Giesen

Professional services for the gas industry


Energinet.dk

Contract notice – utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Energinet.dk
28980671
Tonne Kjærsvej 65
Contact point(s): Prcurement department
7000 Fredericia
DENMARK
Telephone: +45 70102244
E-mail: indkob@energinet.dk

Internet address(es):

General address of the contracting entity: http://www.energinet.dk

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

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=145577&B=ENERGINET

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Production, transport and distribution of gas and heat
Electricity
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Framework agreement on Sonar survey and related services in cavernes.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Denmark.

NUTS code DK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 3
II.1.5) Short description of the contract or purchase(s):
Energinet.dk hereby invites potential contractors to pre qualify for a framework agreement on Sonar survey and related services. The expected scope revolves measurements in seven salt cavernes filled with brine and/or natural gas in Ll. Torup Natural Gas Storage. Measurements will consist of acoustic/ultrasonic measurements for determining caverne geometry. Also measurement of pressure, temperature and other physical parameters will be required. Energinet.dk intends to award the frame-work agreement to 1 Contractor.
II.1.6) Common procurement vocabulary (CPV)

76100000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
See II.1.5.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Starting 19.10.2015 Completion 19.10.2018

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A signed solemn declaration confirming that the applicant does not have any unpaid and due public debts, defined as any taxes, duties as well as contributions to security schemes under Danish law (or the laws of the country in which the applicant was established), exceeding 100 000 DKK and that the applicant is not subject to any of the reasons for exclusion mentioned in article 45 of directive 2004/18 EC, cf. article 54, section 4 in directive 2004/17 EC.

A template regarding the above mentioned can be downloaded at www.energinet.dk/tenders or from EU supply.

If suppliers have joint forces (i.e. joint ventures, consortia, ect.) the declaration must be provided for each individual supplier. The application must also clearly state the constellation which applies for pre-qualification and include a declaration whereby all participants of the consortium have assumed direct, unlimited and joint and several liability and whereby one participant of the consortium has been duly authorized to unrestrictedly bind the other participants of the consortium by such participant's sole signature.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The applicants most resent audited annual report in Danish or English (English summary can be accepted). The annual report must refer to the specific unit applying for pre-qualification. The annual report should include revenue (revenue as stated in the income statement), profit/loss before tax (Profit/loss as stated in the income statement), equity (Total equity incl. Share capital, reserves, revaluation, retained earnings etc.) and solvency ratio (equity/total assets).
The applicant's annual report and key figures will be subject to evaluation of whether the applicant undoubtedly has sufficient financial capacity to perform the specific project when assessing the risk and contract value. If Energinet.dk on this basis finds the applicant unqualified, Energinet.dk can choose to exclude the applicant from the pre-qualification.
An applicant may rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. The applicant must in that case prove to Energinet.dk that it will have at its disposal the resources necessary, for example, by producing an undertaking by those entities to that effect (signed declaration).
If suppliers have joint forces (i.e. joint ventures, consortia, ect.) the most resent audited annual report in Danish or English must be enclosed for each partitioning entity. If such information is not included, or is not fully sufficient, for one or more participant, the application will not necessarily be regarded as non-compliant, but any such failure to include this information may influence the pre-qualification evaluation process.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: 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 contact information for the entity in question (including contact person). If one or more references are missing the requested information, and such cannot be requested as supplementary information, this may influence the pre-qualification evaluation process.
Energinet.dk reserves the right to contact the stated references. Furthermore Energinet.dk also reserve the right to include own references if the applicant has concluded similar assignments within the last five years for Energinet.dk.
An applicant may rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. The applicant must in that case prove to Energinet.dk that it will have at its disposal the resources necessary, for example, by producing an undertaking by those entities to that effect (signed declaration).
If suppliers have joint forces (i.e. joint ventures, consortia, ect.) references must be enclosed for each partitioning entity. If such information is not included, or is not fully sufficient, for one or more participant, the application will not necessarily be regarded as non-compliant, but any such failure to include this information may influence the pre-qualification evaluation process.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
15/01428
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
18.6.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
The application must be submitted through the EU Supply system using the following link:

https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET and must be written in English.

Requests received after the determined deadline will not be accepted.
Energinet.dk reserves the right to obtain supplementing information from the applicant.
Energinet.dk will pre-qualify the 3 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 3 applicants will be based on the submitted references (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 reference are comparable and relevant to the tender assignment regarding the solution and scope.

Energinet.dk has joined Global Compact, and is using the 10 principles as a platform for working with CSR and Energinet.dk's Code of Conduct. Ener-ginet.dk's CSR profile is visible at our homepage: www.energinet.dk. Applicants who Energinet.dk enters into contracts with are expected to act in accordance with Energinet.dk's Code of Conduct.

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for udbud
Langelinie Alle 17
2100 København Ø
DENMARK

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Lodging of appeals regarding pre-qualification should be made no later than 20 days after the Contracting Entity has submitted the substantiated results of the pre-qualification to the applicants.
VI.4.3) Service from which information about the lodging of appeals may be obtained
VI.5) Date of dispatch of this notice:
3.6.2015

Send til en kollega

0.078