23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 224-408472
Offentliggjort
19.11.2015
Udbudstype
Begrænset udbud

Udbyder

Energinet.dk

Vindere

Kriegers Flak Offshore Wind Farm — Transformer Platform KFA & KFB Topside Installation — AC

(11.08.2016)
Scaldis Salvage and Marine Contractors NV
North Trade building, Norderlaan 13, Box 31
2030 Antwerp

Kriegers Flak Offshore Wind Farm — Transformer Platform KFA & KFB Topside Installation — CGS

(11.08.2016)
Scaldis Salvage and Marine Contractors NVC
North Trade Building, Norderlaan 13, Box 31
2030 Antwerp

AC Off Shore Substation (OSS) Installation of Topsides for Kriegers Flak


Energinet.dk

Contract notice – utilities

Works

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): Indkøbsafdelingen Procurement
7000 Fredericia
DENMARK
Telephone: +45 70102244

Internet address(es):

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=155189&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: yes

50Hertz Transmission GmbH
Eichenstrasse 3 A
12435 Berlin
GERMANY

 

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
AC Off Shore Substation (OSS) Installation of Topsides for Kriegers Flak.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Offshore Baltic Sea, Danish waters, Kriegers Flak area.

NUTS code DK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
The scope of work includes in particular: installation of 3 AC offshore substation topsides for two projects called Kriegers Flak AC and Kriegers Flak CGS scheduled for 2018, subject to change of time plan.
Related services.
II.1.6) Common procurement vocabulary (CPV)

76520000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Installation of 3 AC offshore substation topsides for two projects called Kriegers Flak AC and Kriegers Flak CGS scheduled for 2018, subject to change of time plan.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Guarantees will be requested, further details will be provided in the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All tenders have to be quoted in EUR, further details will be provided in the tender documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Together with its tender application, a bidder consortium needs to submit a duly signed declaration by all its members:
— listing all members and assigning an authorised representative responsible for the performance of the contract,
— stating that the authorised representative legally represents the members to the contracting entity,
— declaring that in case the contract is awarded, a joint venture will be established,
— confirming that all members of that joint venture will be jointly and severally liable.
If suppliers have joined forces (i.e. joint ventures, consortia etc.), all documents, information and formalities required as per Section III.2) must be provided specifically and unequivocally for each individual enterprise.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The applicant must submit the following document:
— solemn declaration confirming, that legal requirements regarding minimum wages, if applicable, are complied with (minimum requirement).
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: The applicant must submit the following documents:
1. up to date commercial register excerpt or equivalent registration document (not older than 6 months as of the publication date of this contract notice);
2. solemn declaration confirming, that the exclusion criteria according to § 21 section 1 and 4 German Utilities Ordinance (Sektorenverordnung- SektVO) do not apply.
All listed items are minimum requirements.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The applicant must submit the following documents:
1. audited annual reports of the last 3 financial years;
2. evidence of a third party liability insurance, mentioning the covered amounts (per damage and maximum per insurance period) for material damage and personal damage as well as financial loss.
All listed items are minimum requirements and must be submitted in English.
The applicant's overall economic situation and key figures will be assessed in proportion to the expected overall sum of the contract. In the event that these are out of proportion, the contracting entity reserves the right to exclude him from the pre-qualification.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The applicant must submit the following documents:
1. solemn declaration confirming, that the personnel provided for the works possesses the necessary and adequate educational and professional qualifications for rendering the works;
2. solemn declaration confirming, that the installation equipment is suitable to perform the work at the site;
3. reference list of projects (completed or ongoing projects with the scheduled execution date being no later than 1.6.2016) with minimum 2 completed projects within the last 5 years with scope of work comparable to the tender assignment and rendered in the European Economic Area (EEA).
The reference list must consist of the following information that must be provided for each reference:
— project name;
— name of contracting entity, address, contact person and contact details of contracting entity;
— if applicable: list of subcontractors;
— if applicable: list of consortium members naming the main contractor;
— general and brief technical description of the project;
— scope of work of applicant;
— if applicable: scope of work of subcontractors;
— if applicable: scope of work of each consortium member;
— date or scheduled date of execution;
— name of lead project manager;
— location of offshore installation site;
— used installation fleet.
4. Copy of the certificate of an implemented proven quality management system according to ISO 9001 or similar.
5. Copy of the certificate of an implemented HSE management system according to OHSAS 18001:2007 and ISO 14001:2004 or similar.
All listed items are minimum requirements.
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/xxxxx
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
1.12.2015 - 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: yes
Reference to project(s) and/or programme(s): S12.567072 Kriegers Flak -EEPR09.
VI.3) Additional information:

1. 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.

2. The contracting entity reserves the right to make additional requests, if the documents submitted by the applicants are incomplete or documents are missing. However, applicants cannot demand that such action is taken. Instead, the contracting entity can exclude incomplete applications for reasons of equal treatment and/or due to time constraints. Furthermore, the contracting entity reserves the right to demand further documents, especially verifying the competence of the applicant or subcontractors.
3. To the extent that the applicant refers to affiliated companies, subcontractors or any other third parties to prove its ability according to III.2) of the contract notice to perform the works, all documents mentioned under III.2) above must also be submitted for such affiliated companies, subcontractors or any other third parties. In addition, a legally binding confirmation by such affiliated companies, subcontractors or any other third parties must be submitted confirming, that it is willing and able to carry out the relevant works (declaration of availability).
4. Any change of the members of a consortium after expiry of the deadline to submit requests to participate and prior to request for quotation is in principle prohibited. After request for quotation changes are permitted for important reasons. These changes shall be communicated to the contracting entity without undue delay. The consortium must prove, that such change does not adversely affect the proven competence of the consortium. This also applies accordingly with respect to affiliated companies, subcontractors or any other third parties the applicant refers to for proving its ability according to the contract notice to perform the works.
5. As regards consortiums, the contracting entity reserves the right to investigate its compliance with antitrust legislation. The consortium shall prove that it complies with antitrust legislation upon request.
6. If a tender is significantly less advantageous than tenders of competitors, based on the award criteria specified in the request for quotation, the contracting entity reserves the right to exclude such tenderer from the further procedure. In addition, the contracting entity may carry out the negotiation phase in successive stages to gradually reduce the number of tenderers.
7. It is intended to invite a maximum of up to 6 applicants (also possibly less than that) which comply with all requirements and criteria requested according to Section III.2) of the contract notice to submit a tender. For the selection of such a limited number of applicants, the contracting entity will evaluate the reference lists. For that purpose, the reference lists will be evaluated on the basis of the following criteria and in accordance with the following scheme:
the reference list of the relevant applicant demonstrates on the basis of quantity, quality, scope of works, scale and complexity of the reference projects and technical solutions experience in the field of works which are comparable to the tender assignment:
— 4 points: very good;
— 3 points: good;
— 2 points: satisfactory;
— 1 point: sufficient;
— 0 points: non-sufficient.
Only full points will be assigned per reference list.
If a reduced number of applicants shall be invited to submit a tender only applicants who are awarded a minimum score of 1 point in the evaluation of the reference list as described above will be considered as pre-qualified applicants.

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. Energinet.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.
8. It is intended that the Contractor enters into two separate contracts, 1 with Energinet.dk regarding the topsides installation KFA and KFB and 1 with Energinet.dk and 50Hertz Transmission GmbH regarding the topside installation KFE.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Konkurrence — og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

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 15 calendar days after the contracting authority 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

Klagenævnet for udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.5) Date of dispatch of this notice:
16.11.2015

Send til en kollega

0.089