23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 055-122564
Offentliggjort
20.03.2018
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
04.04.2018 Kl. 12:00

Addresse
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=207510&B=ENERGINET

Udbyder

Energinet

Vindere

Valgte leverandører

(10.10.2018)
Scandinavian Fittings and Flanges Aps
Sallingsundvej 7
6715 Esbjerg

(10.10.2018)
IndustriståL A/S
Gl. Køge Landevej 55, 4
2500 Valby

Framework Agreement regarding Steel Pipes


Energinet

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK032

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
Dansk Gas Distribution
27 21 04 06
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK032

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
Energinet.dk Stenlille Gaslager A/S
29 85 12 47
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK032

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
Energinet.dk Lille Torup Gaslager A/S
29 85 12 55
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK032

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
Energinet.dk Entreprenør A/S
37 93 03 93
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
E-mail: procurement@energinet.dk
NUTS code: DK032

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) Information about joint procurement
The contract involves 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=207510&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=207510&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
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:

 

Framework Agreement regarding Steel Pipes

 

Reference number: 17/02662
II.1.2) Main CPV code
44161100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

Energinet wishes to initiate negotiations regarding Framework Agreement for Steel Pipes intended for the natural gas transmission / distribution system. The Framework Agreement covers the purchase of steel pipes for projects within Energinet’s business units, e.g. for MR-stations and biogas facilities, as well as for the gas transmission and distribution lines, if the products on the Framework Agreement can fulfill the requirements for these projects.

 

II.1.5) Estimated total value
Value excluding VAT: 2 500 000.00 EUR
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)
44160000
44161000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

 

Denmark.

 

II.2.4) Description of the procurement:

 

Energinet wishes to initiate negotiations regarding Framework Agreements for steel pipes intended for the natural gas transmission/distribution system. The Framework Agreement covers the purchase of steel pipes for projects within Energinet’s business units, e.g. for MR-stations and biogas facilities, as well as for the gas transmission and distribution lines, if the products on the Framework Agreement can fulfill the requirements for these projects.

The Framework Agreements will cover a selection of steel pipes ranging from 2” to 30”. The steel pipes shall be delivered to site or to Energinet’s stock.

The steel pipes covered by the framework agreement include either DS/EN 10204 — 3.1 certificate or DS/EN 10204 — 3.2 certificate.

The steel pipes covered by the Framework Agreement may require internal and/or external coating as specified in the Scope of Works.

The Framework Agreement covers steel pipes produced according to various material grades as set out in Scope of Works.

Pipe ends may be beveled or square cut. Pipe lengths may vary in accordance with Scope of Works.

 

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: 2 500 000.00 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:

 

Energinet is entitled to extent the contract 3 times, each for a duration of 1 year, meaning that the maximum total duration of the Framework Agreements is 8 years including all options to extend.

 

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:

 

The Contracting Authority will prequalify the 5-7 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, cf. Section II.2.4. 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.

 

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

 

Please see II.2.7 above.

Further, companies in which Energinet or another company in the Energinet group acquire half or more than half of the capital or have the Authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement.

 

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

 

Energinet is undergoing a process for internal reorganization which may result in a new company group structure. As a result 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. Such 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 (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 must be at least 1 MDKK,

— equity ratio must be at least 20 pct,

— however, if the equity ratio is between 15 pct. and 20 pct. the supplier can qualify, if Equity exceeds 3 MDKK.

 

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

 

The references of the most significant comparable contracts undertaken in the past 3 years must be stated in the ESPD part IV.C: “Technical and professional ability”.

The references must include:

— a detailed description of the work performed for each reference (please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box).

Further, for each reference the applicant is encouraged to submit:

— reference value,

— date,

— (if applicable) non-conformities and the handling thereof concerning the delivered products,

— contact information for the entity in question (including contact person).

Energinet reserves the right to request additional information from the applicant regarding references, including the above 4 bullets in case such information is not already included in the ESPD. Also, the Contracting Authority reserves the right to contact the stated reference entities directly.

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”.

The number of references should not surpass a maximum of the 10 most comparable and relevant references. If the reference list includes more than 10 references, the Contracting Authority will only consider the first 10 listed. If the applicant is participating in the procurement procedure together with others in a group of economic operators (e.g. a consortium) or is relying on the capacity of one or more other entities for references the maximum number of references to be submitted must still be respected and cannot exceed 10 when combined.

 

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 request the applicant to supplement, specify or complete the information submitted.

Energinet 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’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: 3
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
Notice number in the OJ S: 2018/S 033-027636
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/04/2018
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:

 

This tender has previously been issued (2018/S 033-072636) and was subsequently cancelled due to insufficient competition. In the tender material (excl. this Contract Notice) only deadlines and timelines has been altered compared to the cancelled tender.

For information, the Baltic Pipe project (www.baltic-pipe.eu) is expected mainly to require larger pipe sizes than the ones comprised by this Framework Agreement tender (cf. the Scope of Works document).

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

With regards to Section IV.2.4 above, pre-qualification application (ESPD) in Danish or English will be accepted. Regarding language requirements in connection with tender submission please refer Section 8.2 of the Tender Conditions document.

To complete the ESPD, please:

— save the XML file onto your own computer (available from the Prequalification Material folder in EU-Supply),

— 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 your company's origin,

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

— when finished filling out the ESPD selected “Overview” and check the information stated,

— After checking the information select “Download as” either pdf or/and XML file and it will be saved to the computer,

— upload the pdf and/or XML file version to “My response” in EU-Supply as your request for prequalification.

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 applicant's 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 prequalified 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:
19/03/2018

Send til en kollega

0.047