23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 031-073548
Offentliggjort
13.02.2020
Udbudstype
Kvalifikationsordning

Udbyder

Energinet Forretningsservice A/S

Vindere

Call for Tender Under the ‘SQS’ — Commissioning Contractor — EPII Branch Pipeline — Baltic Pipe

(04.12.2020)
Deepocean As
Karmsundsgata 74
5504 Haugesund

Opdateringer

Annullering
(21.01.2022)

Supplier Qualification System (‘SQS’) — Procurement of Contractors for Commissioning


Energinet Forretningsservice A/S

Qualification system – utilities

This notice is a call for competition

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Energinet Forretningsservice A/S
National registration number: 39314797
Postal address: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
Town: Fredericia
NUTS code: DK032
Postal code: 7000
Country: Denmark
Contact person: Kirsten Ebstrup
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

I.1) Name and addresses
Official name: Energinet Gas TSO A/S
National registration number: 39 31 50 84
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032
Postal code: 7000
Country: Denmark
Contact person: Kirsten Ebstrup
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

I.1) Name and addresses
Official name: Energinet Teknik og Anlæg A/S
National registration number: 37 93 03 93
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032
Postal code: 7000
Country: Denmark
Contact person: Kirsten Ebstrup
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

I.1) Name and addresses
Official name: Energinet
National registration number: 28 98 06 71
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032
Postal code: 7000
Country: Denmark
Contact person: Kirsten Ebstrup
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

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=263261&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=263261&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’) — Procurement of Contractors for Commissioning

Reference number: 19/04950
II.1.2) Main CPV code
76600000
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
76000000
76120000
76500000
76521000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Energinet intends to establish a supplier qualification system (‘SQS’) for the procurement of contractors for commissioning. The scope of work for commissioning to be tendered under this SQS, may include the following items:

— provide vessel and equipment for transport, testing and installation of non-permanent sub-sea pig launcher/receiver (‘PLR’) offshore,

— operation of sub-sea valve structures (e.g. PLEM and PLR) connected to sub-sea pipeline in operation by use of ROVs operated from vessels,

— flooding of offshore pipeline systems with chemically treated sea-water by use of offshore pump spreads,

— high pressure leak testing of large diameter offshore gas transport pipeline systems with refer-ence to DNVGL-ST-F101,

— dewatering of offshore pipeline systems by use of MEG with hydrocarbon gas as propelling medium,

— purging of sub-sea valve structures (e.g. PLEM and PLR) by use of nitrogen from offshore vessel,

— coordination of offshore and onshore operations with extensive management of organizational and technical interfaces,

— transport, storage and handling of equipment and material (e.g. chemicals) to be used for pre-commissioning and dewatering within an onshore gas plant in operation,

— supply, installation and operation of temporary pig launcher for dewatering operation to be in-stalled at onshore gas plant in operation.

The SQS is intended for the procurement of contractors for commissioning for 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 commissioning which interested companies have to document competences, experiences and references within.

The SQS consists of one main category.

Category 1) Contractors for commissioning,

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 10 000 000 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 15 000 000 EUR. See more information in VI.3).

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 applicants must meet the minimum requirements conc. Technical and professional ability for references. The applicant must in this respect submit references. The applicant must include the up to 5 most comparable and relevant references undertaken in the past 10 years as part of the application. References must be stated in the ESPD part IV.C: ‘Technical and professional ability’. Undertaken in the past 10 years implies that the reference must not have been completed prior to the date reached when counting 10 years backwards from submission date for application. All references should include:

A specific description of the work performed for each reference, incl:

— specific responsibilities for the applicant,

— use of specialized sub-contractors for commissioning operations,

— client and location of project,

— design code for performance of work,

— contract value,

— date of initiation and final delivery for work performed by the Applicant (day, month, year),

— contact information for the entity in question (incl contact person),

— description of principle and own role with regards to interface management.

Certificates of satisfactory performance by the entity (if issued) should also be submitted as a supplement to the ESPD.

Any ambiguities and/or incomprehensibilities conc. above information may have a negative effect on evaluation of the candidate’s suitability. Pls note the ‘description’ box can contain more text than is visible i.e. it is possible to copy paste text into the box. The Contracting authority expects to use data and descriptions of references in the ESPD as an important objective criterion when selecting suppliers for future tenders. Thus, it’s of significant importance that the applicants fill in reference descriptions as detailed as possible. Minimum requirements conc. references: for admittance to category of the SQS, the applicant must, based on own experience or supporting entities experience, meet following minimum requirements related to references:

— at least 3 references must be for commissioning of offshore pipeline systems with use of MEG for dewatering/drying purposes,

— at least 3 references must be based on DNVGL-ST-F101 and associated recommended practices,

— at least 1 references must document use of/contact with hydrocarbons as part of the commissioning operations. The applicants must meet minimum requirements conc. Technical and professional ability for standards. In the ESPD part IV.D, the applicant must provide information about certificates and/or descriptions of standards conc. QA and HSE. The applicant must meet following minimum requirements conc. 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 duration of the SQS. Methods according to which each of those conditions will be verified: Energinet is obligated to verify that applicants are not subject to mandatory grounds for exclusion. Further Energinet is obligated to ensure that all minimum requirements are fulfilled. Energinet will do so based in information submitted in the ESPD and documentation which will be requested on basis of the ESPD. For further elaboration please see Guide to SQS which can be found on the EU-Supply platform

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

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
Official name: Konkurrence- og Forbrugerstyrelsen
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

VI.5) Date of dispatch of this notice:
10/02/2020

Send til en kollega

0.047