23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 067-120842
Offentliggjort
04.04.2015
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
04.05.2015 Kl. 22:00

Addresse
DONG Energy Sales & Distribution
Nesa Alle 1
2820 Gentofte
Telephone: +45 99555145
E-mail: matih@dongenergy.dk

Udbyder

DONG Energy Sales & Distribution

Framework agreement for gas pressure control and metering (GPCM) stations


DONG Energy Sales & Distribution

Denmark-Gentofte: Gas-fitting installation work

2015/S 067-120842

Contract notice – utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

DONG Energy Sales & Distribution
Nesa Alle 1
2820 Gentofte
DENMARK
Telephone: +45 99555145
E-mail: matih@dongenergy.dk

Internet address(es):

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

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

Dong Energy Sales and Distribution
DEN
Nesa Alle 1
2820 Gentofte
DENMARK

 

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Framework agreement for gas pressure control and metering (GPCM) stations.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code DK0

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 5

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 18 000 000 DKK
II.1.5)Short description of the contract or purchase(s):
DONG Energy is receiving and will in the future receive requests for connection of Biogas Upgrading Plant
(BUP) to the gas distribution grid. Every connection requires one or more Biogas Måle- og Regulatorstationer (BMR = Bio Gas Pressure Control and Metering) stations. Depending on BUP outlet pressure and flow the BMR station shall operate at pressures from 3 to 16 barg with flow up to 4000 nm3/h or from 35 to 40 barg with flow up to 7000 nm3/h and typical with two runs and one meter
...
The upstream station shall as well measure the quality of the upgraded bio gas, odorize it and reject off spec gas. A second BMR station may be required to control the pressure and flow in different part of the gas grid.
DONG Energy work with client supply on some vital component in the BMR stations.
II.1.6)Common procurement vocabulary (CPV)

45333000, 45333100, 45333200, 38432100, 38432210

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 12 (from the award of the contract)
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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see supplementary information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Please see supplementary information.
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
4.5.2015 - 22:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Danish. 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:
Prequalification.
This tender is with prequalification. Prequalification will be conducted through the electronic platform "Scanmarket" where applicants must put forth their candidacy. Requests to be registered in Scanmarket must be send to aforementioned contact person. Prequalification criterias are determined as follows:
--
Technical capability
..
In order to be prequalified for this tender, the applicant must document experience in design of pressurized piping / equipment and in construction and manufacturing according to GPTC guide for gas tranmission and distribution piping system 2003. This experience must be gained within the last 4 years, and the applicant must substantiate it with plausible documentation for having maintained the neccessary technical competence.
..
Dong Energy has great focus on QHSE. To be eligible to particate in this tender, the candidate must have
--
1)ISO9001 certification or equivalent
2) ISO14001 certification or equivalent
3) OHSAS 18001 certification or equivalent
---
Financial and economic capacity
---
In order to be eligible to participate in this tender, the applicant company must attach a Sworn statement declaring that candidates are not in
one of the following situations:
--
1) Not in bankruptcy, liquidation or composition with creditors, is not in receivership, has not suspended
business activities, is a another similar situation arising from a similar procedure is determined by national
legislation.
--
2) is not sought in bankruptcy, treatment aimed at liquidation, composition outside bankruptcy, receivership or
any similar procedures laid down in national legislation.
--
3) not by a Court decision under its regulations is convicted of an offense raises doubts concerning his
professional conduct.
And that they:
--
4) has fulfilled its obligations regarding the payment of social security contributions in accordance with legal
provisions of the country where he is established or of the contracting authority;
--
5) has fulfilled its obligations relating to payment of taxes in accordance with the legal provisions of the country
in which he is established or of the contracting authority.
Sworn statement may not be more than six months old at the time of application
--
The Candidate shall submit a description of ownership and corporate structure. If the Candidate is a subsidiary, the Candidate shall submit the name of the highest possible group parent – being an entity directly or indirectly controlling more than 50 % of the Candidate.
--
The Candidate shall submit Annual Accounts (incl. the accountant's opinion) for the previous two (2) years, if possible. The latest Annual Accounts containing the previous year will also be accepted. If the Candidate is a newly established entity and therefore cannot provide two (2) years of Annual Accounts the Candidate will have to submit its latest Annual Accounts or Opening Balance.
--
If the Candidate wishes to improve its economic and financial assessment by submitting a Letter of Support, an authorized signatory from the supporting legal entity will have to sign the attached Letter of Support. If a Letter of Support is submitted the assessment of the economic and financial standing of the Candidate will be based on the information about both entities. In such case the annual accounts of the other legal entity for the previous two (2) years should be submitted. If the other legal entity is a parent company to the Candidate it is possible to submit consolidated accounts instead of annual accounts.
--
If the Candidate is part of a profit sharing agreement with another legal entity the evaluation of the Candidates' financial standing will be based on financial information from both entities participating in the arrangement. In such case the annual accounts of the other legal entity for the previous two (2) years should be submitted. The Candidate is encouraged to explicitly mention the profit sharing arrangement in its application.
--
Between three (3) to five (5) Candidates will be prequalified for the tender procedure.
If the number of qualified Candidates exceeds three (3) to five (5), the Contracting Entity will perform the prequalification on the basis of an evaluation of each Candidate's respective economic and financial standing as well as technical and professional ability. The three (3) to five (5) best Candidates will be prequalified.
The assessment regarding the Candidate's economic and financial standing will be based upon the below criteria:
— Equity
— Solvency ratio
— EBIT margin (if turnover is available)
— Liquidity ratio
— Z - score
---
‘DONG Energy Group' means those undertakings in which DONG Energy A/S, CVR number 36 21 37 28, Kraftværksvej 53, Skærbæk, DK-7000 Fredericia, directly or indirectly: (i) owns half or more of the capital or business assets, (ii) has the right to exercise half or more of the voting rights, (iii) has the right to appoint half or more of the members of the supervisory board, the administrative board or bodies legally representing the undertakings, or (iv) has the right to manage the undertakings' affairs. Furthermore, ‘DONG Energy Group' also means those undertakings in which undertakings as referred to in (i) –(iv) jointly have the rights or powers listed in (i)- (iv). The DONG Energy Group establish on an ongoing basis new companies in connection with its activities. New companies that fulfil the definition above will also be contracting entities on the framework agreement, as long as the new companies' activities are within the usual activities of the DONG Energy Group which are related to procuring, producing, distributing and trading in energy and related products in Northern Europe.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

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

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The dates shown in Act No. 492 of 12 May 2010 concerning the enforcement of procurement rules, etc.
Complaints about the provision of a framework agreement must be submitted within 12 months after the
originator has signed the Framework Agreement from the day after the day on which the customer has notified
the affected candidates and tenderers.
While a complaint lodged with the Complaints Board for Public Procurement, the appellant shall in writing inform
the customer that the complaint lodged with the Complaints Board for Public Procurement, and whether the
complaint is lodged in the standstill period.
In cases where the complaint is not filed during the standstill period the appellant shall also indicate whether an
appeal is requested delaying effect.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Konkurrencestyrelsen, center for offentlig konkurrence
Nyrupsgade 30
1780 København V
DENMARK
Telephone: +45 72268000
Internet address: www.ks.dk

VI.5)Date of dispatch of this notice:
31.3.2015

Send til en kollega

0.078