23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Energy Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2015/S 248-452953
Offentliggjort
23.12.2015

Anmodning om deltagelse

Til
12.02.2016 Kl. 13:00

Addresse
https://goo.gl/kda9xU

Udbyder

DONG Energy Thermal Power A/S

Vindere

HCV MR Station M-01 MR Station

(25.06.2016)
Heat wärmetechnische Anlagen Ges.m.b.H
Siegfried Marcus-Straße 9
2362 Biedermannsdorf

HCV MR Station M-01 MR Station


DONG Energy Thermal Power A/S

Contract notice – utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

DONG Energy Thermal Power A/S
Kraftværkvej 53
For the attention of: Jens Vollertzen
7000 Fredericia
DENMARK
Telephone: +45 99558771
E-mail: jenvo@dongenergy.dk

Internet address(es):

General address of the contracting entity: http://www.dongenergy.com

Electronic submission of tenders and requests to participate: https://goo.gl/kda9xU

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:
HCV MR Station M-01 MR Station.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: H C Ørsted Værket, Tømmergravsgade 4, 2450 Copenhagen, Denmark.

NUTS code DK011

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 Municipality of Copenhagen and CPH City & Port has decided to establish homes and offices in the former industrial area between HC Ørsted Power Plant and the harbor at Enghave Brygge. In this context, the transmission line from Amager to HC Ørstedsværket shall be redirected.
This contract notice includes the project to plan, design and build a new MR station that can be connected to the existing plant at HC Ørsted Power Plant and Energinet.dk's re-engineered gas pipeline. The new MR Station shall be delivered as a turnkey delivery.
The MR station is supplied with 55 bar gas from a transmission line. The gas is to be reduced in pressure in the MR-station and supplied to HCV on two pressure levels:
1. Approximately 4 bar gas with a total maximal nominal consumption of approximately 55 000 Nm3/h
2. Approximately 24 bar gas with a total maximal nominal consumption of approximately 11 000 Nm3/h
The turnkey contract contains as a minimum — but not limited to — the following:
— Design / detailed design of all deliveries,
— Delivery of documentation and materials for the purpose of regulatory approval (technical specifications regarding gas, environmental and construction-related regulatory procedures).
— Proof of delivery.
— Compliance with technical specifications from DONG Energy.
— Information on dimensions, weight etc. to be used for foundations.
— Architectural project(s), including design drawings, descriptions, as-built drawings, calculations etc.
— Establishment of structures,
— The design, procurement and construction of installations, including
a. Ventilation system.
b. Piping for inlet, filter, pre-heating, control, measurement and outlet.
c. Instrumentation, instrumentation tubing, blow down and vent lines.
d. gas train.
e. Heating system incl. space heating.
f. SCADA system incl. calculations, PLC programming, data exchange, installation plans, diagrams, charts, etc.
g. Electric power supply.
h. Low voltage switchgear and control relays.
i. Control Panels.
j. Communication system (SCADA)
k. Gas Alarm System.
l. Emergency supply (UPS).
m. Water supply
n. Drainage incl. connection to sewer
— FAT and SAT test of components.
— All transportation, handling and insurance etc. incl. crane and crane lift at supplier and the construction site.
— All fees etc in connection with the approval of the design and construction of pressurized components according to Danish legislation.
— Regulatory requirements for specific measurements, such as noise and emissions.
— Contact with authorities in regards to transport through Denmark.
II.1.6) Common procurement vocabulary (CPV)

65200000, 65210000

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: yes
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
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
Starting 1.5.2016 Completion 31.12.2016

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
The Contracting Entity reserves the right to demand a Performance Security comprising an on demand Performance Bond of 10 % of the Contract Value issued by a bank or insurance company with a minimum rating of BBB+/Baa1 (S&P/Moodys).
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will follow in the Tender Conditions.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the Contract is awarded to a consortium, the members of the consortium shall accept joint and several liability and appoint a common authorised representative.
III.1.4) Other particular conditions:
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.1 The Applicant shall clearly state
— a) Company name and address,
— b) Contact information,
— c) Identification number,
— d) Ownership and corporate form.
If the applicant is a subsidiary, the name and address of the highest possible group parent — being an entity directly or indirectly controlling more than 50 % of the Applicant — must be stated as well as any information on the name and address of a Danish representative.
A.2. A solemn declaration as to whether the Applicant has fulfilled his obligations in respect of the payment of contributions to social security schemes in accordance with the legislation in the country in which the Applicant is domiciled and in Denmark. And to whether the Applicant has fulfilled his obligations in respect of the payment of taxes and duties in accordance with Danish legislation.
A.3. As well as enclosure of a solemn declaration confirming that the Applicant is:
a) not in bankruptcy, liquidation or composition with creditors, is not in receivership, has not suspended business activities, is not in another similar situation arising from a similar procedure determined by national legislation.
b) not sought in bankruptcy, treatment aimed at liquidation, composition outside bankruptcy, receivership or any similar procedures laid down in national legislation.
c) not by a Court decision under its regulations convicted of an offence raises doubts concerning his professional conduct.

The Applicants (and if any sub-suppliers) domiciled outside Denmark must be ready to document the registration in the Registration of Foreign Services (RUT on www.virk.dk)

If a consortium applies for pre-qualification, the information above shall be submitted for each member of the consortium.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Applicant must have a financial strength proportionate to the magnitude of the contract in order to ensure proper performance.
The assessment of the Applicant's financial strength will primarily be based on the following:
B.1 The Applicant shall submit Annual Accounts (including the accountants opinion) for the previous 2 (two) years if possible. The latest Annual Account containing the previous year will be accepted. If the Applicant is a newly established entity and therefore cannot provide 2 years of Annual Accounts the Applicant will have to submit its latest Annual Account or opening Balance. The assessment regarding the applicant's economic and financial standing will be based upon the below criteria:
— Equity,
— Solvency ratio,
— EBIT margin (if annual accounts are available),
— Liquidity ratio.
B.2 If the applicant wishes to improve its financial or economic capacity when applying for pre-qualification, the applicant must submit an unconditional legally binding letter of support. Upon written request to the contact person of the Contracting Entity a Letter of Support template will be forwarded. Such letter of support is not subject to negotiations and it only expires if the applicant is not being pre-qualified, the applicant decides not to submit a bid, the applicant is not being awarded the contract, or the letter of support is being replaced with securities, as stated in the tender documents. Please note, that such letter of support is not considered as unconditional legally binding.
— if for example the supporting company states that the terms should be mutually agreed by the Contracting Entity and the supporting company;
— if the letter of support states that it is not intended to create any legal right or obligations;
— if the letter of support does not clearly address that the support will be with regard to financial obligations; or
— if the letter of support states that it remains effective until termination in writing by the supporting company.
If a letter of support is submitted the assessment of the economic and financial standing of the applicant will be based on the information about both entities (i.e. the applicant and the relevant parent company). In such case, the annual accounts of the parent company for the previous two years should be submitted. If the other legal entity is a parent company to the applicant, it is possible to submit consolidated accounts for the parent company instead of annual accounts for both entities.
B.3 If the applicant is part of a profit sharing agreement with another legal entity, cf. for example the German Ergebnisabführungsvertrag or the Dutch Civil Code article 2:403 (a ‘403 statement’) or equivalent legal arrangements, the evaluation of the applicants' financial standing will be based on the financial information from the financial strongest entity participating in the arrangement.
If the applicant is part of a profit sharing agreement the annual accounts of the other legal entity for the previous two years should be submitted. The applicant is encouraged to explicitly mention the profit sharing arrangement in its application.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The Applicant shall have the necessary technical capacity for the design, manufacturing, delivery, installation and commissioning of a MR-Station, as specified in II.1.5) above. The Applicant shall within the last 5 (five) years have executed similar contracts with respect to design, manufacturing, delivery, installation and commissioning of a M/R-Station
To document his technical capacity the Applicant shall submit:
C.1 A reference list including specified similar works that the Candidate has executed within the last 5 years. The list of references should preferably include the following relevant information: name of the project, owner, contract price, and period of execution. In addition information regarding the scope of supply and contractors or sub-contractors role in the project should be listed. The list should not include more than 9 references. It will be considered positive if the references include construction of similar art.
C.2 If the applicant relies on the technical capacity of another economic operator, the applicant must submit documentation and information of the other economic operator. Furthermore, the applicant must prove that the applicant has at its disposal the necessary resources, by providing documentation that the applicant can rely on the capacities of the other economic operators in this respect.
C.3. A complete description of the Applicants Quality, Health, Safety and Environmental management systems, including whether the Quality, Health, Safety and Environmental management systems are certified according to e.g. ISO9001:2008, OHSAS18001 or ISO140001 or equivalent.
If the Applicant is certified according to ISO9001:2008, OHSAS18001 or ISO14001 or equivalent, a copy of the certificate will be considered a complete description. If the Applicant is not certified, the contracting entity encourages the Applicant to submit a complete version of its QHSE management systems. It will be considered positive if the Applicant is certified according to ISO9001:2008, ISO14001 and/or OHSAS 18001 or equivalent.
If a consortium submits a request for participation, information must be submitted for each member of the consortium to the extent this is relevant taking into account the consortium members' expected responsibilities in the delivery of the works.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

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:
HCV M-01 MR-Station
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents (except for a DPS)
IV.3.4) Time limit for receipt of tenders or requests to participate
12.2.2016 - 13:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
Other: DONG Energy Thermal Power A/S points out that the programme language is English and the contract will be in 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:
(1) Dong Energy Thermal Power A/S intends to pre-qualify a maximum of 5 applicants to the tender process.
(2) Applicants must submit their request to participate electronically at the URL stated in Section I.1.
(3) If the number of applicants applying for pre-qualification exceeds 5, the Contracting Entity will perform the pre-qualification based on an evaluation of each applicant's respective economic and financial standing as well as technical ability. The 5 best applicants will be pre-qualified.
(3.1) The criteria for selection of the 5 best applicants will have the following weights:
— The Applicant's reference list — 50 %
— The Applicant's economic and financial standing — 30 %
— Description of the Applicant's QHSE management system — 20 %
(3.2) The assessment regarding the applicant's economic and financial standing will be based upon the below criteria:
— Equity,
— Solvency ratio,
— EBIT margin (if annual accounts are available),
— Liquidity ratio.
The assessment will be based on the information entailed in the documentation requested under section III.2.2.
(3.3) The assessment regarding the applicant's technical ability will be based on the following criteria, cf. Section III.2.3.:
— The Applicant's reference list of specified similar works within the last 5 years.
— Description of the Applicant's QHSE management system
(4) The Contracting Entity reserves the right — subject to the principles of equal treatment and transparency — to request an Applicant to submit missing or insufficient information according to section III.2.1), III.2.2), and III.2.3) or, if applicable, to use information already in the Contracting entity's possession; or obtain such information provided it is publicly available. However the Contracting entity is not obliged to do so.
(5) Please note that only pre-qualified applicants can submit a tender. It is not possible to submit a tender from for example a sister company or another company within the pre-qualified applicant's group.
(6) Please be advised that all communication regarding this tender procedure will be in English.
(7) The laws of Denmark govern this tender procedure including this pre-qualification notice and any schedules/ annexes/appendices to this document, unless stated otherwise in the documents and any legal dispute arising out of or relating to the tender procedure. Any dispute arising out of or in connection with the tender procedure and/or pre-qualification notice including schedules/annexes/ appendices shall be decided by the city court of Lyngby should the Complaints Board for Public Procurement not have jurisdiction to hear the matter.
(8) Expected access to site for mounting and commissioning of MR Station from 1.8.2016. This date is pending another project involving a clearing contract. If this project is either shorter or longer than expected, the period for access to site for mounting and commissioning of the MR Station might shift.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Alle 17
2100 Copenhagen
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Complaints about not having been pre-qualified must be filed within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification provided that the notification contains a short statement of relevant reasoning behind the decision. The complaint must notify the Contracting entity in writing of the filing of the complaint with Klagenævnet for Udbud at the latest when he files the complaint.
VI.4.3) Service from which information about the lodging of appeals may be obtained

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

VI.5) Date of dispatch of this notice:
18.12.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.039|