23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2016/S 209-379010
Offentliggjort
28.10.2016
Udbudstype
Udbud efter forhandling

Udbyder

DONG Energy Thermal Power A/S

Opdateringer

Rettelse
(03.11.2016)

I.3
instead of:
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://goo.gl/mnJ4PP
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://goo.gl/mnJ4PP
Read:
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://goo.gl/RhlO9J.
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://goo.gl/RhlO9J.

Rettelse
(12.11.2016)

II.2.9)
Placing the text to be modified:Information about the limits on the number of candidates to be invited
instead of:
(...)
1. Financial and economic capacity: 30 %
2. References: 50 %
3. Quality Management: 10 %
Ad1) Financial and economic capacity: 30 %
The assessment regarding the Applicant's economic and financial capacity will be based upon the figures requested in section III.1.2) submitted by the Applicant in the ESPD.
Ad 2) References
The assessment regarding the Applicant's References will be based upon the information requested in section III.1.3) last section, submitted by the Applicant in the ESPD.
Ad3) Quality Management System:
The assessment regarding the Applicant's Quality Management System will be based upon the informations requested in section III.1.3) first section regarding Quality Management, submitted by the Applicant in the ESPD.
Read:
(...)
1. Financial and economic capacity: 30 %
2. References: 55 %
3. Quality Management: 15 %
Ad1) Financial and economic capacity: 30 %
The assessment regarding the Applicant's economic and financial capacity will be based upon the figures requested in section III.1.2) submitted by the Applicant in the ESPD.
Ad 2) References. 55 %
The assessment regarding the Applicant's References will be based upon the information requested in sectionIII.1.3) last section, submitted by the Applicant in the ESPD.
Ad3) Quality Management System: 15 %
The assessment regarding the Applicant's Quality Management System will be based upon the informatoins requested in section III.1.3) first section regarding Quality Management, submitted by the Applicant in the ESPD.


Additional information
Beside the above correction of II.2.9, the remaining part of section II.2.9 as inserted below are still valid.
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Applicants must have a financial strength proportionate to the magnitude of the Contract in order to ensure proper performance, and the necessary technical capacity to ensure proper fulfilment of the contract.
If the number of Applicants applying for prequalification exceeds 3-5, the Contracting Entity will perform the prequalification on the basis of an evaluation of the following criteria with the weighting as specified:

ASV6 Lot 6 DCS (Overall System)


DONG Energy Thermal Power A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DONG Energy Thermal Power A/S
DK
Kraftværkvej 53
Fredericia
7000
Denmark
Contact person: DONG Energy Thermal Power A/S
Telephone: +45 99552843
E-mail: nanve@dongenergy.dk
NUTS code: DK042

Internet address(es):

Main address: http://www.dongenergy.com

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://goo.gl/mnJ4PP
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://goo.gl/mnJ4PP
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.scanmarket.com
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:

ASV6 Lot 6 DCS (Overall System).

II.1.2) Main CPV code
42961000
II.1.3) Type of contract
Services
II.1.4) Short description:

The scope of Works for LOT 6 includes the design, engineering, programming, supply, erection, testing, commissioning and documentation of the Contract Object, an Overall, main, DCS system for ASV6 incl. overall project management for Lot 6.

For a more detailed description of the scope of works for LOT 6, see section VI.3) Additional Information.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
38810000
48921000
38570000
72212000
II.2.3) Place of performance
NUTS code: DK022
Main site or place of performance:

Asnæsværket, Asnæsvej 16, 4400 Kalundborg.

II.2.4) Description of the procurement:

DONG Energy Bioenergy & Thermal Power A/S (Employer) intends to establish a new biomass-fired CHP-unit at Asnæsværket (ASV). The new unit is called ASV unit 6 (ASV6). ASV6 is an industrial sized unit that produces process steam, district heating and power by combustion of woodchip based biomass fuels. The unit will be connected to existing infrastructure for process steam and district heating. The power plant site is placed directly in connection with the costal line. Fuel supplies are provided via ship, more specific via barges, or via truck as alternative.

ASV6 Bio includes establishment of a completely new ‘brown field’ biomass fired power plant, comprising a fuel logistic plant, a boiler plant (including steel structures for building, facades, flue gas cleaning, flue gas condensing, etc.), and a turbine plant for the production of district heating and process steam for industrial purposes.

The scope of Works for LOT 6 includes the design, engineering, programming, supply, erection, testing, commissioning and documentation of the Contract Object, an Overall, main, DCS system for ASV6 incl. overall project management for Lot 6.

The processes of ASV6 are divided into a number of LOT specific processes, each controlled by its own Control Subsystem/Process Station, which includes control behaviors in field level (local level) and which is designed to be operated from a DCS system's/Process control system's supervisory control level/HMI, but which can also operate autonomously, independently of the operating system. The main DCS shall unify the different individual Control Subsystems/Process Stations (which are distributed throughout the overall main — DCS system), into one supervisory and control level/HMI to establish a completely homogenous operator environment based on the overall main — DCS system.

The main DCS of ASV6 shall be designed as an independent distributed control system, and shall work independently of the current DCS of ASV unit 1-5. The system will be installed in a standalone process building separated from the rest of the power plant's production units. It is, however, foreseen that selected parts of the current processes of ASV1-5 are to be operated via the DCS of ASV6 (such as start/stop — commands, and monitoring of in/out, and Error — states, of entire function units of ASV1-5).

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Technical Solution / Weighting: 30
Quality criterion - Name: Commercial Terms / Weighting: 25
Quality criterion - Name: QHSE / Weighting: 5
Price - Weighting: 40
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: no
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:

Applicants must have a financial strength proportionate to the magnitude of the Contract in order to ensure proper performance, and the necessary technical capacity to ensure proper fulfilment of the contract.

If the number of Applicants applying for prequalification exceeds 3-5, the Contracting Entity will perform the prequalification on the basis of an evaluation of the following criteria with the weighting as specified:

1. Financial and economic capacity: 30 %

2. References: 50 %

3. Quality Management: 10 %

Ad1) Financial and economic capacity: 30 %

The assessment regarding the Applicant's economic and financial capacity will be based upon the figures requested in section III.1.2) submitted by the Applicant in the ESPD.

Ad 2) References

The assessment regarding the Applicant's References will be based upon the information requested in section III.1.3) last section, submitted by the Applicant in the ESPD.

Ad3) Quality Management System:

The assessment regarding the Applicant's Quality Management System will be based upon the informations requested in section III.1.3) first section regarding Quality Management, submitted by the Applicant in the ESPD.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

See Schedule 2 — Schedule of Rates (Price List) section 2 comprising of Service contract and Strategic Spare parts to the Scope of Work.

II.2.12) Information about electronic catalogues
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

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

A) Information regarding the contracting entity

The Applicant shall submit the following information regarding:

A.1 Company name, Address, mail, name and web-page;

A.2 Contact person, mail and phone-number;

A.3 Registration (CVR no. or equivalent and VAT no. or equivalent).

The information should be provided in the eESPD part II, section A.

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

Description of ownership and corporate structure. The Applicant shall submit a description of ownership and corporate structure. If the Applicant is a subsidiary, the Applicant shall submit the name of the highest possible group parent — being an entity directly or indirectly controlling more than 50 % of the Applicant. The information should be provided in the eESPD part IV, section B where it says ‘Other economic or financial requirements’. If, for technical reasons, the Applicant finds that it is impossible to insert a full description of ownership and corporate structure in the eESPD, the Applicant can consider to upload a separate file in Scanmarket with the description and refer to such file in the eESPD part V.

Minimum level(s) of standards possibly required:

The Applicant shall submit information enabling DONG Energy Thermal Power A/S to assess the Applicant's economic and financial capacity.

The Applicant should provide the figures below based on the latest 2 annual reports. The Applicant shall submit the information in the eESPD part V stating which financial year the information relates to (e.g. financial year 2015 if this is the latest annual report).

The Applicant should provide the following figures based on the latest 2 annual reports:

— Turnover (revenue);

— net result before tax;

— current assets;

— total assets (Sum of all assets);

— total shareholder's equity (Equity including minority shares);

— current liabilities;

— Intangible assets;

— Inventories;

— Trade receivables;

— Cash and cash equivalents;

— Trade payables.

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

The Applicant are encouraged to describe the Applicant's quality management, health and safety management and environmental management systems in the eESPD part V. If the Applicant is certified according to either ISO 9001.2008, OHSAS 18.001 or ISO 14.001 or equivalent, information about having all three certificates will be considered a full description of the three management systems. For non-certified systems the Applicant are encouraged to insert the full wording of the relevant management systems in the eESPD part V. The information can be send in either English or Danish. If for technical reasons the Applicant finds that it is impossible to insert a full description of one or several uncertified management systems in the eESPD, the Applicant can consider to upload a separate file in Scanmarket with the description and refer to such file in the eESPD part V.

Minimum level(s) of standards possibly required:

The references must comprise of the most relevant works executed on power plant comparable to ASV6 LOT 6 DCS from January 1 2011 — October 1 2016 (Overall System),cf. Section V Additional Information. DONG Energy Thermal Power A/S encourages the Applicants to include the following information for each of the references:

— Title of the project;

— Customer and contact information;

— Period of execution;

— Contract value;

— Description of the project;

— Scope of supply and the Applicant's role in the project;

— Turn-key-extent/EPC (meaning inclusion of sub-systems);

— Reference geographic location.

The list should include up to 5 references. If more than 5 references are submitted, only the 5 first references will be considered.

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

Application for admission in qualification system must be submitted in the e-sourcing system Scanmarket. Please follow the following link to apply https://goo.gl/mnJ4PP.

Applicants are requested to fill out the eESPD document using the XML file and the tool ‘Response to section V’ made available by DONG Energy Thermal Power A/S through Scanmarket.

It is not a requirement that the Applicant fills out part III A and B of the eESPD since the exclusion grounds in part III A and B is ‘pre-entered’ without any possibility to edit. The Contracting Entity will not take the pre-entered fields in part III A and B into consideration, since part III A and B is not used. Accordingly, the Contracting Entity will not ask for documentation for information in this part.

All contact and inquiries regarding this tender must be made through DONG Energy Thermal Power A/S's eSourcing system Scanmarket. All information requested must be submitted in the e-sourcing system Scanmarket as a part of the eESPD.

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The Contracting Entity will ask for an Advance Payment Bond if this is necessitated by the agreed payment plan.

Performance bond at 10 % of the Contract price will be bes requested. As well as the Contracting entity reserves the right to request a Parent Company Guarantee (PCG) if applicable.

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

Will follow in the Tender Conditions (if any).

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

If the Contract is awarded to a consortium, the members of the consortium shall accept joint and several liability and appoint a common authorised representative.

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.1.1) 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
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/11/2016
Local time: 22:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 18/11/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English, Danish
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

In order to control and monitor all the processes and components and to support automatic operation of the ASV unit 6, a Distributed Control System (DCS) that governs the controls of the process stations (PS) for controlling and monitoring is required. Furthermore, safety instrumented systems (Fail Safe design) are required to protect process equipment and personal in fault situations. The Fail Safe design handles process shutdown, and emergency shutdown.

Based on power plant experience the complete system (Control Subsystems/PSs, unified into the main — DCS (LOT6)), should be built as a hierarchical system; which has several logical layers; which is divided into functional units, and is performing continuous control, and open loop control of the overall plant control.

The Control Subsystem/Process Station (PS), shall be designed to be part of a DCS system/Process Control System with supervisory control level/HMI, including dedicated power plant SW libraries for control behaviours containing macros/ function blocks, providing specialized functions/ calculation for advanced power plant process calculations. Furthermore the Control Subsystem /Process Station (PS) shall include macros/function blocks, supporting the design of advanced closed loop continues controls. The dedicated power plant libraries and associated macros/ function blocks must be ‘proven in use’ standard power plant libraries and macros/function blocks. This applies equally to the overall main — DCS system.

LOT6 must provide a highly skilled closed loop process engineer capable of engineering a programmable overall closed loop control (overall production Unit Control) from the general description of the employer as well as the descriptions of the modes of operation. The employer will comment the functional description of the closed loop control, and the employer will participate in the commissioning.

The philosophy of the level of automation of ASV6 is to be based on control of the plant from one not permanently manned control room, which covers both the boiler and all connected systems (Control Subsystems/PSs). The instrumentation and control must be designed in a way that unmanned control as well as remote control is possible, and it must be approved by a notified body. The requirement for operator interaction and monitoring must be at a level where one process operator is capable of handling normal operation of the plant, including start (hot), stop (hot) and switchover from one mode of operation of ASV6 to another.

All Contractors and Subcontractors, together with the client, have to participate in coordination meetings, where issues, that need coordination between all of the Contractors, have to be discussed and solved in a way that can be accepted by the client.

The Contractor of the main — DCS (LOT6) is responsible for making, leading, organizing, arranging the meetings, the completing and distributing of detailed design guidelines developed from the meetings, to the participants.

The Contractor of the main — DCS (LOT6) is responsible for reviewing and quality control of the designs and engineering of LOT1-3, controlling, that LOT1-3 are following the detailed design guidelines, ensuring that the hard and software designs are engineered and designed according to the detailed design guidelines.

************

To ensure a swift incorporation of the answers related to section V in the mandatory eESPD we put a tool (‘Response to section V’) at your disposal which provides a transparent structure and an easy way to fill out section V.

When filling out the eESPD the Applicants are encouraged to use the ‘Response to section V’ tool when filling out the eESPD.

The tool includes instructions.

eESPD Support

Applicants who wants to participate in a Skype meeting Nov. 2 at 11:30 or Nov. 9 at 13:00 for technical support to fill out the eESPD form must send an email to the contact person in this notice.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

Internet address:www.klfu.dk

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

Precise information on deadline(s) for review procedures:

Complaints about not having been pre-qualified must be filed within 20 (twenty) calendar days from the dayafter the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complaint must notify the Contracting entity in writing of the filing of the complaint with Klagenævnet forUdbud at the latest when he files the complaint.

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

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
26/10/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web04