23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 118-290561
Offentliggjort
21.06.2019
Udbudstype
Kvalifikationsordning

Anmodning om deltagelse

Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=243584&B=ENERGINET

Udbyder

Energinet

Vindere

Valgt firma

(09.03.2020)
Allseas Deepwater Contractors S.A.
Route de Pra de Plan 18
1618 Châtel-Saint-Denis

Opdateringer

Annullering
(21.01.2022)

Supplier Qualification System (‘SQS’) - Contractors for Offshore Pipeline Construction Projects


Energinet

Qualification system – utilities

This notice is a call for competition

Works

Legal Basis:


Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet Forretningsservice A/S
39314797
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Anette Dahl
Telephone: +45 61244391
E-mail: indkob@energinet.dk
NUTS code: DK

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

I.1) Name and addresses
Energinet Gas TSO A/S
39315084
Tonne Kjærsvej 65
Fredericia
7000
Denmark
E-mail: indkob@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

I.1) Name and addresses
Energinet Teknik og Anlæg A/S
37930393
Tonne Kjærsvej 65
Fredericia
7000
Denmark
E-mail: indkob@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

I.1) Name and addresses
Energinet
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
E-mail: indkob@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=243584&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=243584&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Production, transport and distribution of gas and heat

Section II: Object

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

 

Supplier Qualification System (‘SQS’) — Contractors for Offshore Pipeline Construction Projects

 

Reference number: 215245
II.1.2) Main CPV code
45231000
II.1.3) Type of contract
Works
II.2) Description
II.2.2) Additional CPV code(s)
45231200
45231220
76520000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

 

Denmark/Northsea.

 

II.2.4) Description of the procurement:

 

Energinet intends to establish a Supplier Qualification System (‘SQS’) for the procurement of contractors for offshore pipeline construction projects. The scope of work for construction contracts to be tendered under this SQS may include construction of the following gas transmission pipeline items:

The work to be carried out by contractors for offshore pipeline construction projects consists of an extensive range of activities. Contractor shall perform all activities required to complete the work in accordance with the contract necessary for installation of the ~105 km EPII Branch Pipeline routed from the EPII Nybro Tee area to landfall at Houstrup beach, including landfall construction.

In particular this includes, but is not limited to, the following:

(a) develop and submit to Company all requested documentation related to:

— cost and schedule planning and reporting,

— health, safety, environment and quality compliance,

— engineering, procurement, fabrication, construction, installation and survey activities;

(b) design, fabricate and supply all materials for pull-in/laydown heads and arrangements, installation aids and equipment necessary to complete the work;

(c) inspect, handle and unload for sea transportation and installation Company provided linepipe from storage yard;

(d) perform installation engineering, procurement, qualification and application of field joint coating (FJC) in accordance to requirements;

(e) development of all welding and welding repair procedures and perform all welding activities and non-destructive examination (NDE);

(f) perform all required activities related to safe and efficient pipelaying, crossing of existing infrastructure cables including shorepull, laydown, seabed intervention and pipeline trenching, backfilling and rock installation along the pipeline route;

(g) perform all required activities related to safe and efficient construction of landfall and shore approach of the pipeline including nearshore dredging, sheet piling, shorepull, etc.;

(h) perform design, procurement, fabrication and supply of all materials required for performing pre-commissioning operations (PCO) for the pipeline (flooding, cleaning, gauging and pressure testing);

(i) perform all required activities related to safe and efficient execution of pre-commissioning operations for the pipeline (flooding, cleaning, gauging and pressure testing).

The work is split in 5 (five) following work packages:

— work package 1: offshore survey and guard vessels,

— work package 2: landfall detail engineering and construction,

— work package 3: seabed intervention,

— work package 4: pipeline installation,

— work package 5: pre-commissioning operations (PCO).

All works must be carried out according to relevant legislation, standards, authority requirements, The Contracting Authorities specifications, etc.

The SQS is intended for the procurement of contractors for offshore pipeline construction projects such as the Baltic Pipe project, as well as for other projects on the Danish transmission system. The SQS may be used for the award of both contracts and Framework Agreements. Energinet is not obligated to purchase solely from the SQS, and may in connection with single-standing purchases choose to tender these independently.

The scope of the SQS is the supply of contractors for onshore pipeline construction projects which interested companies have to document competences, experiences and references within.

The SQS consists of one main category.

Category 1) Contractors for offshore pipeline construction projects.

For further details on the scope of the SQS please refer to the document — Guide to SQS — on EU-Supply.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.8) Duration of the qualification system
Indefinite duration
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

 

The Baltic Pipe Project is an European PCI-Project (Project of Common Interest).

 

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.5) Information about reserved contracts
III.1.9) Qualification for the system
Conditions to be fulfilled by economic operators in view of their qualification:

 

Applicants must submit 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.

The applicant must meet the minimum requirements concerning economic and financial standing. The information must be submitted in the ESPD Part IV.A. The applicant must in this respect, in the latest annual report, meet the following requirements: the equity (total equity incl. share capital, reserves, revaluation, retained earning, etc.) must be at least 25 000 000 EUR and the equity ratio (equity/total assets) must be at least 20 %. If the equity ratio is between 15 % and 20 % the applicant can only be accepted, if Equity exceeds 60 000 000 EUR.

 

Conditions to be fulfilled by economic operators in view of their qualification:

 

The applicants must meet the minimum requirements concerning technical and professional ability for references. The applicant must in this respect submit references. The applicant must include the up to five (5) most comparable and relevant references undertaken in the past eight (8) 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 eight (8) years implies that the reference must not have been completed prior to the date reached when counting eight (8) years backwards from the submission date for application.

 

Conditions to be fulfilled by economic operators in view of their qualification:

 

The applicants must meet the minimum requirements concerning technical and professional ability for standards. In the ESPD Part IV.D, the applicant must provide information about certificates and/or descriptions of standards concerning QA and HSE.

The applicant must meet the following minimum requirements concerning standards:

— contractor shall have implemented and maintained quality assurance standards or QA/QC programs in compliance with ISO9001 (or equivalent) for the duration of the SQS,

— contractor shall have implemented and maintained health, safety and environment management systems in compliance with ISO 14001:2015, OHSAS 18001:2007/ISO 45001:2018 or equivalent for the duration of the SQS.

 

Methods according to which each of those conditions will be verified:

 

Energinet is obligated to verify that the applicants are not subject to the mandatory grounds for exclusion. Further, Energinet is obligated to ensure that all minimum requirements are fulfilled. Energinet will do so based in the information submitted in the ESPD and the documentation which will be requested on the basis of the ESPD.

For further elaboration please see the Guide to SQS which can be found on the EU-Supply platform.

 

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.1.6) Information about electronic auction
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.2) Information about electronic workflows
VI.3) Additional information:

 

The ESPD for this tender is included in the EU-Supply system and must be filled in online in the system and submitted via My Response.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: nh@naevneneshus.dk

Internet address: https://naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

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.

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
19/06/2019

Send til en kollega

0.063