23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 199-362120
Offentliggjort
14.10.2015
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
26.10.2015 Kl. 12:00

Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152849&B=ENERGINET

Udbyder

Energinet.dk

Vindere

RTU, HMI and metering equipment for HV and EHV installation (132-400 kV)

(27.08.2016)
Efacec Energia, Máquinas e Equipamentos Eléctricos, SA
Moreira

Protection and transient fault recorders for HV and EHV installation (132-400 kV)

(27.08.2016)
ABB A/S
Skovlunde

Lot title: RTU, HMI and metering equipment for HV and EHV installation (132-400 kV)

(27.08.2016)
Siemens A/S
Ballerup

Protection and transient fault recorders for HV and EHV installation (132-400 kV)

(27.08.2016)
Siemens A/S
Ballerup

RTU, HMI and metering equipment for HV and EHV installation (132-400 kV)

(27.08.2016)
Hans Følsgaard A/S
Køge

Protection and transient fault recorders for HV and EHV installation (132-400 kV)

(27.08.2016)
Alstom Grid Denmark
Fredericia

Framework Agreement for the purchase of RTU, HMI and metering equipment, and Protection and transient fault recorders


Energinet.dk

Contract notice – utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Energinet.dk
28980671
Tonne Kjærsvej 65
For the attention of: Indkøbs Afdelingen
7000 Fredericia
DENMARK
Telephone: +45 70102244
E-mail: indkob@energinet.dk

Internet address(es):

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

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/228008

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152849&B=ENERGINET

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: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Framework Agreement for the purchase of RTU, HMI and metering equipment, and Protection and transient fault recorders.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Fredericia.

NUTS code DK

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 several operators
Number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 4
II.1.5) Short description of the contract or purchase(s):
A Framework agreement comprising the 2 following lots:
Lot 1: RTU, HMI and metering equipment for HV and EHV installation (132-400 kV).
The framework agreement must facilitate purchase of:
— RTU units,
— Bay controllers,
— Local HMI controlsystem,
— Mini RTU units,
— Star couplers (Fiber optic),
— GPS receivers,
— PQ quality measurement units,
— POW synchronization units,
— Measuring transducers.
The framework agreement is based on an estimate for individual components that enable equipping of RTU, HMI and I/O units according to Energinet.dk's own specifications and standards. In addition, the framework agreement stipulates requirements for provision of support in connection with Energinet.dk's installation of individual units, including support directly on location, if necessary.
Lot 2: Protection and transient fault recorders for HV and EHV installation (132-400 kV).
The framework agreement must facilitate purchase of:
— Line protection,
— Transformer protection,
— Busbar protection,
— Voltage regulators,
— Transient fault recorders,
— PMU units,
— Binary transmitters (I/O units) for telecommunication/trip schemes,
— Communication converters for support of telecommunication schemes.
The framework agreement is based on an estimate for Energinet.dk's specified solutions within each sub-category listed above. Further specification of these solutions is incorporated in the technical descriptions included in the tender documents.
In addition, the framework agreement stipulates requirements for provision of support in connection with Energinet.dk's installation of individual units, including support directly on location, if necessary.
The estimated consumption during the term of the framework agreement is expected to amount to:
— Lot 1: 40 000 000 DKK
— Lot 2: 36 000 000 DKK
The consumption figures are estimates only and are accordingly not binding for the Contracting Entity. The Contracting Entity may in connection with single-standing purchases choose to tender these independently. However, the Contracting Entity undertakes, during the specified period, to make the purchase comprised by the framework agreement from the selected tenderers on the terms set out in the tender documents.
Allocation of orders under the framework agreement will be placed both by means of direct allocation and reopening of the competition.
For further details concerning the purchase and the procedure for allocation of orders, reference is made to the tender documents.
The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of two extensions for 12 months at a time. Based on the present tender procedure, the Contracting Entity expects to enter into a framework agreement with 3 suppliers per lot concerning the delivery of the above supplies.
With a view to selecting tenderers, Energinet.dk intends to pre-qualify the 4 most qualified applicants for each lot. Energinet.dk reserves the right to pre-qualify an applicant for 1 of the lots exclusively, notwithstanding that the applicant has applied for both lots, unless the applicant specifically has stated solely wanting to be pre-qualified, in case the applicant is pre-qualified for both lots.
II.1.6) Common procurement vocabulary (CPV)

31200000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
The acquisition will be purchased for a 4 year period from the date of signature with possible extension for further 2 times 12 months each.
II.2.2) Information about options
Options: yes
Description of these options: Option for possible extension for further 2 times 12 months each.
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
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

Information about lots

Lot No: 1 Lot title: RTU, HMI and metering equipment for HV and EHV installation (132-400 kV)
1) Short description:
The framework agreement must facilitate purchase of:
— RTU units,
— Bay controllers,
— Local HMI controlsystem,
— Mini RTU units,
— Star couplers (Fiber optic),
— GPS receivers,
— PQ quality measurement units,
— POW synchronization units,
— Measuring transducers.
The framework agreement is based on an estimate for individual components that enable equipping of RTU, HMI and I/O units according to Energinet.dk's own specifications and standards. In addition, the framework agreement stipulates requirements for provision of support in connection with Energinet.dk's installation of individual units, including support directly on location, if necessary.
2) Common procurement vocabulary (CPV)

31200000

3) Quantity or scope:
Estimated value excluding VAT: 40 000 000 DKK
Lot No: 2 Lot title: Protection and transient fault recorders for HV and EHV installation (132-400 kV)
1) Short description:
The framework agreement must facilitate purchase of:
— Line protection,
— Transformer protection,
— Busbar protection,
— Voltage regulators,
— Transient fault recorders,
— PMU units,
— Binary transmitters (I/O units) for telecommunication/trip schemes,
— Communication converters for support of telecommunication schemes.
The framework agreement is based on an estimate for Energinet.dk's specified solutions within each sub-category listed above. Further specification of these solutions is incorporated in the technical descriptions included in the tender documents.
In addition, the framework agreement stipulates requirements for provision of support in connection with Energinet.dk's installation of individual units, including support directly on location, if necessary.
2) Common procurement vocabulary (CPV)

31200000

3) Quantity or scope:
Estimated value excluding VAT: 36 000 000 DKK

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:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A signed solemn declaration confirming that the applicant does not have any unpaid and due public debts, defined as any taxes, duties as well as contributions to security schemes in accordance with the legal provisions in the country in which the candidate is established and in Denmark.
As an alternative to a solemn declaration regarding obligations in Denmark a report from the Danish Business Authority (in Danish:‘Erhvervsstyrelsen’) may be submitted. Foreign applicants submitting an equal report from their country's corresponding authority should also submit a solemn declaration regarding obligations in Denmark.
A signed solemn declaration confirming that the applicant is not subject to any of the reasons for exclusion mentioned in article 45 of directive 2004/18 EC, cf. article 54, section 4 in directive 2004/17 EC.

A template regarding the above mentioned declarations can be downloaded at www.energinet.dk/tenders or from EU supply.

If suppliers have joint forces (i.e. joint ventures, consortia, ect.) the declaration must be provided for each individual supplier. The application must also clearly state the constellation which applies for pre-qualification and include a declaration whereby all participants of the consortium have assumed direct, unlimited and joint and several liability and whereby one participant of the consortium has been duly authorized to unrestrictedly bind the other participants of the consortium by such participant's sole signature.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The applicants most recent audited annual report with the auditor's certificate in Danish or English. An English summary can be accepted if the applicant also include its recent audited annual report with the auditor's certificate is in another language than Danish or English. The annual report must refer to the specific unit applying for pre-qualification. The annual report (or summary if annual report is in other languages than Danish or English) should include the following key figures: revenue (revenue as stated in the income statement), profit/loss before tax (Profit/loss as stated in the income statement), equity (Total equity incl. Share capital, reserves, revaluation, retained earnings ect.) and solvency ratio (equity/total assets).
The applicant's annual report and key figures will be subject to evaluation of whether the applicant undoubtedly has sufficient financial capacity to perform the specific project when assessing the risk and contract value. If Energinet.dk on this basis finds the applicant unqualified, Energinet.dk can choose to exclude the applicant from the pre-qualification.
An applicant may rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. The applicant must in that case prove to Energinet.dk that it will have at its disposal the resources necessary, for example, by producing an undertaking by those entities to that effect (signed declaration).
If suppliers have joint forces (i.e. joint ventures, consortia, ect.) the most recent audited annual report in Danish or English must be enclosed for each partitioning entity. If such information is not included, or is not fully sufficient, for one or more participant, the application will not necessarily be regarded as non-compliant, but any such failure to include this information may influence the pre-qualification evaluation process.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: A reference list of the most significant comparable contracts undertaken in the past three years, with a motivated and detailed description of the contracts, scope of the contracts (contract value) and contact information for the entity in question (including contact person). If one or more references are missing the requested information, and such cannot be requested as supplementary information, this may influence the pre-qualification evaluation process.
Energinet.dk reserves the right to contact the stated references. Furthermore Energinet.dk also reserve the right to include own references if the applicant has concluded similar assignments within the last three years for Energinet.dk.
An applicant may rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. The applicant must in that case prove to Energinet.dk that it will have at its disposal the resources necessary, for example, by producing an undertaking by those entities to that effect (signed declaration).
If suppliers have joint forces (i.e. joint ventures, consortia, ect.) references must be enclosed for each partitioning entity. If such information is not included, or is not fully sufficient, for one or more participant, the application will not necessarily be regarded as non-compliant, but any such failure to include this information may influence the pre-qualification evaluation process.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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:
15/09979
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
26.10.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
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:
The application must be submitted through the EU Supply system using the following link:

http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=152849&B=ENERGINET and must be written in Danish or English.

Requests received after the determined deadline will not be accepted.
Energinet.dk reserves the right to obtain supplementing information from the applicant.
Energinet.dk will for each of the 2 lots pre-qualify the 4 applicants who are evaluated as most qualified the specific tender. Only these applicants will be invited to submit a tender. The selection of the most qualified applicants will be based on the submitted references [to which extend the reference(s) are similar to the tender assignment]. As a result the number of references will not be the determining factor alone but more importantly to which degree the specific forwarded reference are comparable and relevant to the tender assignment regarding the solution and scope.

Energinet.dk has joined Global Compact, and is using the 10 principles as a platform for working with CSR and Energinet.dk's Code of Conduct. Energinet.dk's CSR profile is visible at our homepage: www.energinet.dk. Applicants who Energinet.dk enters into contracts with are expected to act in accordance with Energinet.dk's Code of Conduct.

VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Konkurrence — og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

VI.4.2) Lodging of appeals
VI.4.3) Service from which information about the lodging of appeals may be obtained

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

VI.5) Date of dispatch of this notice:
9.10.2015

Send til en kollega

0.141