23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 055-139775
Offentliggjort
19.03.2021
Udbudstype
Udbud efter forhandling

Udbyder

Energinet Eltransmission A/S

Opdateringer

Annullering
(21.04.2021)

The contracting authority has decided to cancel the present tender due to an insufficient number of applicants and thereby lack of competition. The contracting authority will reconsider the requirements and tender set-up and expect to publish a new contract notice as soon as possible.

Viking Link – UK-DK Communication Links


Energinet Eltransmission A/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Energinet Eltransmission A/S
National registration number: 39314878
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Helle Barløse
E-mail: procurement@energinet.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
Official name: National Grid Viking Link Limited (NGVL)
National registration number: 09075537
Postal address: 1-3 Strand
Town: London
NUTS code: UK United Kingdom
Postal code: XC2N 5EH
Country: United Kingdom
E-mail: procurement@energinet.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
In the case of joint procurement involving different countries, state applicable national procurement law:

Danish procurement law (Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors implementing Directive 2014/25/EC).

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=296213&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=296213&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

Viking Link – UK-DK Communication Links

Reference number: 21/00872
II.1.2) Main CPV code
72720000 Wide area network services
II.1.3) Type of contract
Services
II.1.4) Short description:

For the power control, synchronisation, and protection of Viking Link, fast telecommunication links between the two HVDC converter stations at Bicker Fen and Revsing are required. The telecommunication links shall transfer information via VPNs between two separated systems. The information can be data for the grid control, voice, or any other data. For redundancy reasons, two separate links are required. Both entire links shall be proactive monitored by the service provider.

II.1.5) Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
72720000 Wide area network services
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Vandmøllevej 10, Revsing, 6600 Vejen, DK. Bicker Fen, North Ing Drove, Bicker Fen, South Holland, Lincolnshire, UK.

II.2.4) Description of the procurement:

Provision of two separated, connections between the HVDC converter stations –terminated at designated access points stated below for UK and Denmark ends of the link respectively.

This scope of works shall include but not limited to, the following:

• provision of two managed connections between the defined Interconnection points stated below;

• the employer will provide all cable and interconnection works from the Iinterconnection point to the HVDC converter;

• quality assurance, performance, and acceptance tests;

• project management including meetings and reports.

UK Interconnection point:

• Bicker Fen Convertor Station;

• North Ing Drove;

• Bicker Fen;

• South Holland;

• Lincolnshire.

Denmark Interconnection point:

• Revsing Converter station;

• Vandmøllevej 10;

• 6600 Vejen;

• Southern Jutland.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 1 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:

5 x 12 months extension of the contract.

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:

If more than 5 applicants fulfills the minimum requirements, cf. section III, the contracting authority will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assed to be similar to the tendered assignment, cf. section II.2.4), in terms of comparability and relevance. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the tendered assignment regarding solution and scope, especially concerning:

— references demonstrating experience with similar services for telecommunication links in the utility industries, including detailed design, implementation plan, test and documentation, integration to end system and commissioning and handover to production;

— references demonstrating experience with two separate links (redundancy) and for which both links have been proactively monitored;

— references demonstrating high availability on links which serve similar purpose;

— references demonstrating diversity and low latency on links which serve similar purpose;

— references demonstrating experience with similar distance between the delivery points (length between delivery points).

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.1.2) Economic and financial standing
List and brief description of selection criteria:

The applicant must confirm the economic ability in the ESPD part IV.B: ‘Economic and financial standing’ with information from the latest annual report regarding the following economic indicators:

1) Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.);

2) Equity ratio (equity/total assets).

If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3) ‘Additional information’. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).

Minimum level(s) of standards possibly required:

Concerning 1: Equity from the latest annual report must be at least EUR 330 000.00 equivalent to 33 % of the expected total value of the contract.

Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected amount of the contract.

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

The applicant must include the up to five (5) most comparable and relevant references undertaken in the past five (5) 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 five (5) years implies that the reference must not have been completed prior to the date reached when counting five (5) years backwards from the submission date for pre-qualification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9).

The references should include:

• a specific description of the services performed for each reference, including:

— description of the involved services such as detailed design, implementation plan, test and documentation, integration to end system and commissioning and handover to production;

— the number of links involved in the reference and whether proactive monitoring was part of the contract;

— the guaranteed availability level on links for the reference (as defined in the contract);

— whether there was diversity on links;

— the guaranteed Latency level on links for the reference (as defined in the contract);

— distance between the delivery points (length between delivery points);

— contract value (if possible);

• contact information for the entity in question (including contact person);

• date of initiation and final delivery (day, month, year).

Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9). Please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box.

If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.

The number of references should not surpass a maximum of the five (5) most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 (five) when combined. If more than 5 (five) references are submitted, the contracting authority will only consider the 5 (five) most recent references determined by date of final delivery (in this case not yet finished references will not be included).

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

The applicant must submit a completed version of 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.

Please see section VI.3) ‘Additional information’ for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1) in this notification. Applications not submitted via EU-supply or received after the deadline will not be accepted.

The contracting authority reserves the right to request the applicant to supplement, specify or complete the information submitted.

III.1.6) Deposits and guarantees required:

The information is stated in the tender documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The information is stated in the tender documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No special legal form is required.

If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The information is stated in the tender documents.

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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/04/2021
Local time: 12:00
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:
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)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The applicant must submit a completed ESPD to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via ‘My Response’.

Please note:

— An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: ‘Information concerning the economic operator’ and part III: ‘Exclusion grounds’ of the ESPD as well as the relevant information regarding part IV: ‘Selection criteria’ and part V: ‘Reduction of the number of qualified candidates’. The ESPD from each of the entities should be duly filled and signed by the entities concerned.

Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.

— Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted.

Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the contracting authority for the performance of the contract as a whole.

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 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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:
15/03/2021

Send til en kollega

0.048