23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 180-408869
Offentliggjort
19.09.2018
Udbudstype
Udbud efter forhandling

Udbyder

Energinet

Vindere

Frame Agreement for Flow Computers

(07.08.2019)
ABB A/S
Meterbuen 33
2740 Skovlunde

Frame Agreement for Flow Computers

(07.08.2019)
Gustaf Fagerberg A/S
Kornmarksvej 8-10
2605 Brøndby

Opdateringer

Rettelse
(09.10.2018)

III.1.5)
instead of:
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons.
Read:
The contract is not only reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons

Frame Agreement for Flow Computers


Energinet

Contract notice – utilities

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet
39315084
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Procurement
Telephone: +45 76224103
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.1) Name and addresses
Dansk Gas Distribution
37 93 03 93
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Finn Iversen
Telephone: +45 70213040
E-mail: dgd@danskgasdistribution.dk
NUTS code: DK

Internet address(es):

Main address: http://www.danskgasdistribution.dk/

I.1) Name and addresses
TSO Gas, Energinet
39 31 50 84
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Rune Hviid
Telephone: +45 70102244
E-mail: rhv@energinet.dk
NUTS code: DK

Internet address(es):

Main address: http://www.energinet.dk/

I.1) Name and addresses
Gas Storage Denmark
29 85 12 47
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kristian Asmussen
Telephone: +45 70102244
E-mail: kau@gasstorage.dk
NUTS code: DK

Internet address(es):

Main address: http://www.energinet.dk/

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=219627&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=219627&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:

Frame Agreement for Flow Computers

Reference number: 18/05642
II.1.2) Main CPV code
38420000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The tender covers a Framework Agreement of electronic Flow computers for Gas applications. The flow computer will be used for measuring volume flow (Nm³/h) as well as optionally temperature (oC) and pressure (bar).

In addition to supply of the Flow Computers, the scope of supply also covers user training and after sales support.

II.1.5) Estimated total value
Value excluding VAT: 15 000 000.00 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)
38400000
38410000
38421000
38421110
38424000
38425000
38430000
38432000
71324000
72900000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Denmark

II.2.4) Description of the procurement:

The tender involves a joint procurement including the parties mentioned in section I.2. As an option the tendered frame agreement may also be entered by new entities within the Energinet group, cf. section II.2.11

Contracting Authorities are in the market to purchase Flow Computers for installations, measuring volume flow (Nm³/h) as well as optionally temperature (oC) and pressure (bar) of Natural-/Bio Gas.

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: 15 000 000.00 DKK
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 extend the contract 3 times, each for duration of one year, meaning that the maximum total duration of the framework agreements is eight years including all options to extend.

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

The Contracting Authority will prequalify a maximum of 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, especially concerning the context to which the supply will be part of, such as biogas production, transmission and distribution of gas under the Danish regulation/legislation (and/or equivalent).

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

Companies in which Energinet SOV 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

Please note that Energinet is undergoing process for internal reorganization which may result in new company group structure within Energinet group. As a result the responsibility of the contract, including ownership, may be transferred to the company responsible for this type of procurement when the new structure is finalized. Reorganization will not affect the scope of the tendered contract.

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 in latest fiscal year be at least 5 000 000 DKK equivalent to 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 15 000 000 DKK.

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:

— an outline of references in the segment (Gas transmission/Gas distribution) that has been supplied with same or similar technical solutions that will be offered in this tender. (please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box),

— contract value (if possible),

— date.

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 8 most comparable and relevant references. If the reference list includes more than 8 references, the Contracting authority will only consider the first 8 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 8 when combined.

The Contracting Authority reserves the right to contact the stated references.

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 “Addi-tional 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 our Code of Conduct. Contractors are expected to act in accordance with Energinet’ Code of Conduct, visible at our homepage: www.energinet.dk

III.1.5) Information about reserved contracts
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
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: 2
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: 02/10/2018
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: 9 (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 pre-qualification for this tender procedure. The ESPD for this tender can be found in the pre-qualification material via EU-supply.

To complete the ESPD, please:

— save the XML file onto your own computer (available from the Pre-qualification 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 companies 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 pre-qualification.

Please note the following:

— 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:
17/09/2018

Send til en kollega

0.078