23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 234-427034
Offentliggjort
03.12.2016
Udbudstype
Udbud efter forhandling

Udbyder

Energinet.dk

Vindere

Optical Fault Location Systems and Distributed Temperature Sensing Systems

(21.04.2017)
AP Sensing GmbH
Herrenberger Str. 130
70499 Stuttgart

Optical Fault Location Systems and Distributed Temperature Sensing Systems


Energinet.dk

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet.dk
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Eva Damsted Juhler
Telephone: +45 23462696
E-mail: eva@energinet.dk
NUTS code: 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.2) 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=176412&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=176412&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:

Optical Fault Location Systems and Distributed Temperature Sensing Systems.

Reference number: 16/17262
II.1.2) Main CPV code
38600000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The contracting authority wants to purchase Optical Fault Location (Distributed Vibration Sensing (DVS)) Systems and Distributed Temperature Sensing (DTS) Systems for the Kriegers Flak 220 kV export cables and the related 400 kV underground cable between ISH-HVE substations.

II.1.5) Estimated total value
Value excluding VAT: 10 000 000.00 DKK
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)
38600000
II.2.3) Place of performance
NUTS code: NL
Main site or place of performance:

Amsterdam.

II.2.4) Description of the procurement:

The contracting authority wants to purchase Optical Fault Location (Distributed Vibration Sensing (DVS)) Systems and Distributed Temperature Sensing (DTS) Systems for the Kriegers Flak 220 kV export cables and the related 400 kV underground cable between ISH-HVE substations. The DVS system shall continuously record vibrations in and around the cables and after a fault is recorded by Energinet.dk's Control Centre, it shall be possible to use the DVS system to locate where the flashover (generating large vibrations) occurred. Similarly the DTS systems shall continuously, with a resolution not lower than 2 samples per hour, monitor the temperature along all cables in the scope.

Option 1 is concerned with a similar DVS and DTS setup for the 2 132 kV cables between Denmark and Sweden.

Scope of works includes supply of all required hardware to monitor vibrations and temperatures including (but not limited to) measurement units, rack systems, power supplies, software, documentation, installation, testing and warranty.

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: 10 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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:

The contracting entity will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tender. 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 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 references are comparable and relevant to the tender assignment regarding solution and scope.

In case that the applicants exceptionally cannot be segregated based on references the contracting entity will as a secondary criteria use economical and financial standing for selecting the limited number of candidates. Economical and financial standing will be ranked based on the applicant's equity.

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

Option 1 — Service agreement;

Option 2 — Transportable DVS system;

Option 3 — Spare parts and maintenance.

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:

The contracting entity will only enter into contract with economic solid companies. This to ensure that the company continues to exist through the whole contract period.

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

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

— equity ratio (equity/total assets).

If the applicant is relying on the capacities of one or more other entities the information for the ESPD part IV.B must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.

The applicant is obliged to document the requirement by request of the contracting entity.

Minimum level(s) of standards possibly required:

— Equity must be at least 33 pct. of the total expected amount of the contract;

— Equity ratio must be at least 20 pct.;

If the equity ratio is between 15 pct. and 20 pct. the supplier 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:

A reference list of the most significant comparable contracts undertaken in the past 5 years with a motivated and detailed description of the contracts, scope of the contracts (contract value) and contract information for the entity in question (including contact person) must be included in the application. Sufficient information shall be given to identify the references as relevant. Reference list should not surpass a maximum of the 5 most comparable and relevant deliveries which have been completed during the last 5 years. If the reference list includes more than 5 deliveries, the contracting authority will only consider the first 5 listed. The reference list can be submitted as an appendix to the ESPD.

The contracting authority reserves the right to contact the stated references.

The information about references must be stated in the ESPD part IV.

Minimum level(s) of standards possibly required:

The applicant must present minimum 3 comparable references in the submitted reference list.

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. 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 TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.

The contracting authority reserves the right to obtain supplementary information from the applicant.

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

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

The information is stated in the tender material.

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 material.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The information is stated in the tender material.

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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: yes
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: 20/12/2016
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: 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:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

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
Konkurrence- og forbrugerstyrelsen
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
01/12/2016

Send til en kollega

0.094