23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 090-217221
Offentliggjort
10.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

Nordjyllandsværket A/S

Opdateringer

Rettelse
(07.06.2019)

II.2.5)
Placing the text to be modified:Award Criteria
instead of:
Quality criterion — Name: Tender prices/weighting: 30 %
Read:

II.2.10)
Placing the text to be modified:Information about variants
instead of:
Yes
Read:
No


Additional information
It has come to the contracting entity's attention that the criterion ‘price’ was mentioned twice in Section II.2.5). Further, it has come to the attention of the contracting entity's attention that it has been stated that variants will be accepted. This is not the case.
This is hereby remedied.

Annullering
(27.09.2019)

Major overhaul of HP - IP0 turbine


Nordjyllandsværket A/S

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Nordjyllandsværket A/S
37 18 92 94
Nefovej 50
Vodskov
9310
Denmark
Contact person: Henrik Guldbæk Laursen
Telephone: +45 25190120
E-mail: henrik.laursen@aalborgforsyning.dk
NUTS code: DK05

Internet address(es):

Main address: www.aalborgforsyning.dk

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/82bf1c83-3347-4e52-a645-798766c434d2/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/82bf1c83-3347-4e52-a645-798766c434d2/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/82bf1c83-3347-4e52-a645-798766c434d2/homepage
I.6) Main activity
Electricity

Section II: Object

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

Major overhaul of HP - IP0 turbine

II.1.2) Main CPV code
09000000
II.1.3) Type of contract
Services
II.1.4) Short description:

This tender procedure concerns the award of a Contract regarding the execution of major overhaul of the Alsthom GEC HP-IP0 steam turbine at Nordjyllandsværket unit 3 (NJV3) in 2020. The execution and the award of the contract requires Tenderers who is able to complete a major overhaul of a GEC ALSTOM HP/IP0 turbine.

Scope:

— Major overhaul of the HP/IP0 turbine including inspection of crossover pipes,

— Commissioning of the unit including vibration measurements and verification tests,

— Refurbishment / reverse engineering of components, supply of new spare parts or machining of components.

II.1.5) Estimated total value
Value excluding VAT: 1 600 000.00 EUR
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)
42112000
42113000
42112100
42113100
II.2.3) Place of performance
NUTS code: DK05
NUTS code: DK
Main site or place of performance:

Vodskov, Nordjylland

II.2.4) Description of the procurement:

Cf. II.1.4

II.2.5) Award criteria
Criteria below
Quality criterion - Name: QHSE procedures / Weighting: 20 %
Quality criterion - Name: Technical solutions and execution / Weighting: 35 %
Quality criterion - Name: Tender Prices / Weighting: 30 %
Quality criterion - Name: Time schedule and outage time / Weighting: 15 %
Price - Weighting: 30 %
II.2.6) Estimated value
Value excluding VAT: 1 600 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2020
End: 01/12/2020
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 limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.4) and section II.2.4) above. The evaluation will be based on the list submitted by the candidates in the European Single Procurement Document (ESPD) according to section III.1.3). Please note that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

Scale for evaluating references:

1: Not relevant

2: Less relevant

3: Relevant

4: Very relevant

5: Extremely relevant

Selection of candidates will be based on the information the candidate has specified in the European Single Procurement Document (ESPD).

II.2.10) Information about variants
Variants will be accepted: yes
II.2.11) Information about options
Options: yes
Description of options:

Optional scope of supply as stated in Appendix 1 - Tender list and Appendix 4 - Optional spare parts. For the optional scope of supply, the Tenderer is to provide fixed prices. The optional scope of supply consists of:

­ Options that can be ordered before the outage

­ Options that can be ordered during the outage based on fact-findings and evaluations after dismantling.

Extra scope of supply based on fact-findings, visual inspections and NDT after dismantling. Any extra work identified is to be agreed with NJV in writing. The extra scope of supply can consist of:

­ Extra works, which can be based on a fixed price or the Contractors hourly rates.

­ Refurbishment of used components, supply of new spare parts or machining of components. Costs to be agreed upfront.

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

The candidate must provide the following in the European Single Procurement Document (ESPD) section IV.C:

A list of the most important similar deliveries and works (references), including refurbishment and reverse engineering of components cf. section II.1.4) and II.2.4), carried out within the past 5 (five) years, prior to the deadline for the request to participate, cf. Part IV, section C.

The list should preferably include a short description of each delivery and works. The description should include a clear indication of which specific parts of the delivery and works that are similar to the services as described in section II.1.4) and section II.2.4), including the candidates participation/role in the performance of the deliveries and work. The description should also contain information on the date of the deliveries and works, the size/quantity/volume and value of the deliveries and works, the recipients of the deliveries and works (specific names/countries are preferred, but not necessary; if no country specific information is included, the candidate is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries and works, the candidate should state the date for the commencement and completion of the deliveries and works.

Only the deliveries and works (references) performed at the time of the deadline for the request to participate will be considered when assessing which candidate has documented the most relevant previous deliveries and works, cf. section II.2.9). If the delivery and works in question is ongoing, it is only the part of the services carried out within the past 5 (five) years and completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery and works (reference). Consequently, if a part of the services has not been carried out within the past 5 (five) years, or if a part of the services has not been completed at the time of the deadline for the request to participate, this particular part will not be included in the assessment of the delivery and works (reference).

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
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
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: 07/06/2019
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, 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
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
07/05/2019

Send til en kollega

0.062