Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=296494&B=ENERGINET
Udbyder
Energinet Forretningsservice A/S
Opdateringer
Lot 2: Wireline Intervention covering Slick line, E-Line and Fishing operations is cancelled.
Energinet concludes that parts of the technical requirements in the tendered framework agreement in relation to Lot 2 cannot be meet. Energinet has as a consequence decided to annul Lot 2.
Onshore Intervention Services Related to Wells on Natural Gas Storage
Energinet Forretningsservice A/S
Contract notice – utilities
Services
Section I: Contracting entity
National registration number: 39314797
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Helle Barløse
E-mail: procurement@energinet.dk
Telephone: +45 70102244
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
National registration number: 29851247
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Helle Barløse
E-mail: procurement@energinet.dk
Telephone: +45 70102244
Internet address(es):
Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Section II: Object
Onshore Intervention Services Related to Wells on Natural Gas Storage
Through the establishment of the present framework agreement, the contracting authority wants to purchase the supply of onshore intervention services related to wells on natural gas storage. The tendered framework agreement consists of 3 lots and tenders may be submitted for all lots. The tendered framework agreements duration is 5 years with an option to extend for 3 x 1 year.
Lot 1: Pulsed neutron logging and data interpretation;
Lot 2: Wireline Intervention covering slick line, E-Line and fishing operations;
Lot 3: Coil tubing, fluid and nitrogen pumping.
Pulsed Neutron Logging and Data Interpretation
Stenlille Gas Storage Merløsevej 1B 4296 Nyrup.
The tender involves a joint procurement including the parties mentioned in section I.1). As an option the tendered frame agreement may also be entered by new entities within the Energinet group, cf. section II.2.11).
The procurement is conducted as a negotiated procedure and there will be entered into a framework agreement with one provider.
Pulsed neutron logging and data interpretation, cf. Appendix 2 (doc. No 20/07449-4) and Appendix 2A (doc. No 20/07449-5):
The main objective of the logging is to check for gas leakages from the Gassum Formation up into the caprock. The secondary objectives are to measure the thickness and saturation of the gas in the storage zones and to measure total depth to check for sand fill. The results will be used e.g., for operating the wells and their productivity.
The number of wells to be logged varies from year to year, but the average number is expected to be 6 wells per year. The interval to be logged is from a few meters above the top of upper sand layer in the caprock to total depth of the reservoir.
During the pulsed neutron logging the tubing head pressure/temperature and the pres-sure/temperature at top of perforations shall be measured and reported.
The interpretation of the logs must determine the gas saturation as a function of depth. It is important that the new logs can be compared directly with previous logs as the main objective is to detect changes which could indicate gas in the caprock. Gas Storage Den-mark will supply the data from the open hole logs and the previous pulsed neutron logs to enable the service company to plot the new log on top of the old logs.
The framework agreement can be extended 3 times for 12 months by written notice to provider within 3 months prior to the termination of the framework agreement.
If more than 3 applicants fulfill the minimum requirements, cf. section III, the contracting authority will pre-qualify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. 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 assessed to be similar to the tendered assignment, cf. section II.2.4), in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
• experience with onshore pulsed neutron logging.
Companies in which Energinet SOV or another company in the Energinet Group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the framework agreement will have an option to use the frame-work agreement.
Please note that this is a negotiated procedure. except for mandatory parts, the tender documents may as a result undergo changes as part of the negotiation process.
Wireline Intervention Covering Slick Line, E-Line and Fishing operations
Stenlille Gas Storage Merløsevej 1B 4296 Nyrup and Lille Torup Gas Storage Rækkeborgvej 4 9620 Aalestrup.
The tender involves a joint procurement including the parties mentioned in section I.1). As an option the tendered frame agreement may also be entered by new entities within the Energinet group, cf. section II.2.11).
The procurement is conducted as a negotiated procedure and there will be entered into a framework agreement with one provider.
Wireline Intervention covering slick line, E-Line and fishing operations, cf. Appendix 2 (doc. No 20/08782-1) and Appendix 2A (doc. No 20/08782-3):
Intervention jobs based on Wireline conveyed, well consulting services and engineering support.
The service company shall review, prepare, and mobilise equipment, personnel, and services to perform the work as required for Gas Storage Denmark.
The equipment and personnel provided shall be suitable to perform the activities
Necessary and usual for natural gas storage in standard 3 000 psi wells including:
• electric line (up to 5/16” mono-conductor) cased whole logging services;
• general slick line and braided line intervention work;
• heavy duty braided line for fishing services;
• technical assistance on Gas Storage Denmark’s office duties: the service company shall when required provide onshore project management, well design engineer and engineering support. This work shall be to assist Gas Storage Denmark’s operation planning, well design, intervention, technology qualification and/or studies.
The framework agreement can be extended 3 times for 12 months by written notice to provider within 3 months prior to the termination of the framework agreement.
If more than 3 applicants fulfill the minimum requirements, cf. section III, the contracting authority will pre-qualify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. 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 assessed to be similar to the tendered assignment, cf. section II.2.4), in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
• experience with onshore wireline intervention covering slick line, E-Line and fishing operations.
Companies in which Energinet SOV or another company in the Energinet Group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the framework agreement will have an option to use the frame-work agreement.
Please note that this is a negotiated procedure. Except for mandatory parts, the tender documents may as a result undergo changes as part of the negotiation process.
Coil Tubing, Fluid and Nitrogen Pumping
Stenlille Gas Storage Merløsevej 1B 4296 Nyrup and Lille Torup Gas Storage Rækkeborgvej 4 9620 Aalestrup.
The tender involves a joint procurement including the parties mentioned in section I.1). As an option the tendered frame agreement may also be entered by new entities within the Energinet group, cf. section II.2.11).
The procurement is conducted as a negotiated procedure and there will be entered into a framework agreement with one provider.
Coil tubing, fluid and nitrogen pumping, cf. Appendix 2 (doc. No 20/08783-1) and Appendix 2A (doc. No 20/08783-2):
Pumping and coil tubing jobs, well consulting services and general engineering support.
The service company shall review, prepare, and mobilise equipment, personnel, and services to perform the work as required for Gas Storage Denmark.
The equipment and personnel provided shall be suitable to perform the activities necessary and usual for natural gas storage in standard 3 000 psi wells including:
• coil tubing service
— clean outs;
— logging or perforating;
— milling;
— fishing;
• pumping services
— cementing;
— nitrogen lifting;
• handling and storage of fluids.
Technical assistance on Gas Storage Denmark’s office duties: the service company shall when required provide onshore project management, well design.
The framework agreement can be extended 3 times for 12 months by written notice to provider within 3 months prior to the termination of the framework agreement.
If more than 3 applicants fulfill the minimum requirements, cf. section III, the contracting authority will pre-qualify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. 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 assessed to be similar to the tendered assignment, cf. section II.2.4), in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
• experience with onshore coil tubing, fluid and nitrogen pumping.
Companies in which Energinet SOV or another company in the Energinet Group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the framework agreement will have an option to use the frame-work agreement.
Please note that this is a negotiated procedure. Except for mandatory parts, the tender documents may as a result undergo changes as part of the negotiation process.
Section III: Legal, economic, financial and technical information
The applicant must confirm the economic ability in the ESPD part IV.B: ‘Economic and financial standing’ with information from the latest annual report regarding the following economic indicators:
1) Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.);
2) Equity ratio (equity/total assets).
If the applicant is relying on the capacities of one or more other entities (e.g., a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g., a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3 ‘Additional information’. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g., a consortium).
Lot 1:
Concerning 1: The equity from the latest annual report must be at least EUR 600 000.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if equity exceeds EUR 1 800 000.
Lot 2:
Concerning 1: The equity from the latest annual report must be at least EUR 600 000.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if equity exceeds EUR 1 800 000.
Lot 3:
Concerning 1: The equity from the latest annual report must be at least EUR 400 000.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if equity exceeds EUR 1 300 000.
The applicant must for each lot include the up to five (5) most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: ‘Technical and professional ability’. Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting three (3) years backwards from the submission date for pre-qualification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9).
The references should include for lot 1:
1) A specific description of the work performed for each reference, including: experience with onshore pulsed neutron logging;
2) Contract value (if possible);
3) Contact information for the entity in question (including contact person);
4) Date of initiation and final delivery (day, month, year).
The references should include for lot 2:
1) A specific description of the work performed for each reference, including: Experience with onshore wireline intervention covering slick line, E-Line and fishing operations;
2) Contract value (if possible);
3) Contact information for the entity in question (including contact person);
4) Date of initiation and final delivery (day, month, year).
The references should include for lot 3:
1) A specific description of the work performed for each reference, including: experience with onshore coil tubing, fluid and nitrogen pumping;
2) Contract value (if possible);
3) Contact information for the entity in question (including contact person);
4) Date of initiation and final delivery (day, month, year).
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9). Please note the ‘description’ box can contain more text than is visible. I.e., it is possible to copy paste text into the box.
If the applicant is relying on the references of one or more other entities (e.g., a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g., a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the five (5) most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g., a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g., a consortium) the maximum number of references to be submitted must still be respected and cannot exceed five (5) when combined. If more than five (5) references are included, the contracting authority will only consider the five (5) most recent references determined by date of final delivery (in this case not yet finished references will not be included).
The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 135 (1-3) and 136.
Please see section VI.3 ‘Additional information’ for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1) in this TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.
The contracting authority reserves the right to request the applicant to supplement, specify or complete the information submitted.
The information is stated in the tender documents.
The information is stated in the tender documents.
The information is stated in the tender documents.
The framework agreement can be expanded 2 times with 20 percent of the value of the framework agreement as stated in the tender notice, in cases where the circumstances for the scope of the framework agreement has changed from the time of the conclusion of the tender, cf. framework agreement sub-section 8.2.
Section IV: Procedure
Section VI: Complementary information
The applicant must submit a completed ESPD to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via ‘My Response’.
Please note:
— An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: ‘Information concerning the economic operator’ and part III: ‘Exclusion grounds’ of the ESPD as well as the relevant information regarding part IV: ‘Selection criteria’ and part V: ‘Reduction of the number of qualified candidates’. The ESPD from each of the entities should be duly filled and signed by the entities concerned.
Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.
— Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted.
Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the contracting authority for the performance of the contract as a whole.
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk