23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 126-257596
Offentliggjort
05.07.2017
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
08.08.2017 Kl. 12:00

Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=190050&B=ENERGINET

Udbyder

Energinet.dk

Framework Agreement for 165/67 kV and 132/55 kV Transformers


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: Ann Sophie Steffensen
Telephone: +45 70102244
E-mail: procurement@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=190050&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=190050&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:

 

Framework Agreement for 165/67 kV and 132/55 kV Transformers.

 

Reference number: 17/05299
II.1.2) Main CPV code
31100000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

Through the establishment of the present framework agreement, the Contracting authority wants the possibility to purchase the below mentioned Power Transformers, including but not limited to; design, production, testing, transportation, mounting/erection, commissioning and spare parts.

— 70 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 100 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 160 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 80 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

— 125 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

— 160 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

For further details concerning the purchase, reference is made to the appendices to the tender documents.

 

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)
31100000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

 

Delivery to any of Energinet substations, details about delivery will be informed during the mini-tender stage.

 

II.2.4) Description of the procurement:

 

Based on the present tender procedure, the Contracting authority expects to enter into a framework agreement with 5 suppliers concerning the delivery of below specified transformers.

— 70 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 100 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 160 MVA, 132/55 kV with OLTC, cooling 100 % ONAN transformer

— 80 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

— 125 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

— 160 MVA, 165/67 kV with OLTC, cooling 100 % ONAN transformer

The estimated consumption during the term of the Framework Agreement will depend on the number of substations for which supply and replacements of existing transformers are needed, in addition the requirement for new substations can also influence the total consumption during this Framework Agreement. The expected consumption is 71 transformers, but may also be higher or lower.

The consumption figures are estimates only, and are consequently not binding for the Contracting authority.

 

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: 750 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

 

2 x 1 year (prolongation).

 

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Maximum number: 10
Objective criteria for choosing the limited number of candidates:

 

The Contracting Authority will prequalify the 8-10 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 on similar transformer types and climatical conditions.

If more than the required number of applicants fulfil the minimum requirements, cf. section III.1.2) and III.1.3), the selection of the applicants that will be invited to submit tenders will be based on an evaluation of which applicants have documented the most relevant previous deliveries in comparison to the deliveries described in section II.2.4) in terms of the nature, scope and comparability for each of the reference categories described (6 types of transformers and climatical conditions) in the ESPD in response to section III.1.3). The 7 types of reference categories are of equal importance in the evaluation. Please note that any ambiguities and/or incomprehensibilities in the information submitted in the ESPD in response to section III.1.3) may be regarded negatively in the evaluation when selecting the limited number of applicants.

 

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

 

Spare parts as defined in the tender documents.

 

II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

 

Please note that Energinet.dk is undergoing process for internal reorganization which may result in new company group structure. The responsibility of the Framework agreement, including ownership, may be transferred to the company responsible for this type of procurement when the new structure is finalized.

A reorganization will not affect the scope of the tendered framework agreement.

 

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 Authority 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: ‘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)

Both economic indicators should be stated in ESPD part IV.B, number 4 (financial ratios).

If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) 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 Authority.

 

Minimum level(s) of standards possibly required:

 

— Equity of minimum 10 000 000 EUR.

— Solvency ratio of minimum 20 %.

If the applicants have a Solvency ratio between 15-20 %, the equity must be minimum 15 000 000 EUR.

 

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

 

1)

Reference list: The total number of references must not exceed twenty one (21): a maximum of 3 references for each of the 6 transformer types + and a maximum of 3 references documenting experience with climatical conditions similar to the North Sea region (harsh saline environment). The Applicant is encouraged to identify which reference category (which of the 6 transformer types or experience with climatical conditions) each forwarded reference belongs to. If the applicant chooses to include more than 21 references in their application, only the first 21 references will be evaluated.

The reference list regarding the 6 transformer types must only include transformers which have been handed over to the respective end customers and which are not older than 10 years.

If the design or manufacturing process in any way can be considered superior to market standards, then the superior manufacturing and/or constructional details can be described. (I.e. — describe exactly how and why it is superior), and how this have had a positive influence in the production of the specific reference. Note that this description must only include factual technical information.

The references for the 6 transformer types will be evaluated on following elements (in order of importance in the evaluation, cf. section II.2.9.):

1. Similar power rating;

2. Comparable voltage levels on main windings (HV + LV);

3. Type of regulation (on load/offload);

4. Cooling method (ONAN);

5. Sound power level (75dB);

6. Corrosion protection class (C5M);

7. Age (production year).

All the above elements must be included in the reference list. Furthermore, the reference list must include information about the end customer. Contact details must be provided on request, as the contracting authority reserves the right to contact the stated references.

The references documenting experience with climatical conditions similar to the North Sea region (harsh saline environment) can be any type of transformer or reactor but must be handed over to the end customer within the last 10 years. The references will be evaluated based on how similar the conditions are to climate conditions in the North Sea region (harsh saline environment).

2)

Technical capability: The applicant must confirm the capability of performing a fully 3-phase energized Factory Acceptance Test, for the 6 types of transformers in scope, cf. section II.2.4

If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) the information for the ESPD part IV.C must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.

 

Minimum level(s) of standards possibly required:

 

It is a minimum requirement that the applicant is capable of performing fully 3-phase energized Factory Acceptance Test for the 6 types of transformers in scope.

 

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:

 

The information is stated in the tender material.

 

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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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
An electronic auction will be used
Additional information about electronic auction:

 

E-auctions may be performed as part of the mini-tenders, for further information please refer to the tender documents.

 

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: 08/08/2017
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)
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
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

The applicant must submit a completed European Single Procurement Document (ESPD) to apply for prequalification for this tender procedure. The ESPD for this tender can be found in the prequalification material via EU-supply.

To complete the ESPD, please:

— Save the XML file onto your own computer,

— Open the link https://ec.europa.eu/growth/tools-databases/espd/welcome

— Choose the preferred language,

— Choose ‘I am an economic operator’,

— Choose ‘Import ESPD’,

— Upload the XML file of the ESPD,

— Choose the country of origin of your company,

— Fill out and complete the ESPD with the information required in this contract notice,

— Press Overview when the ESPD is completed,

— At the end of the ESPD please choose Download as and choose both formats,

— Finally submit the PDF and the XML file in the EU-Supply system. The ESPD document is your application for prequalification for the tender in question.

— 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 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
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.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:
30/06/2017

Send til en kollega

0.048