Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=248039&B=ENERGINET
Udbyder
Energinet Teknik og Anlæg
Vindere
Lot 2: Natural Gas
(14.09.2020)
Elster-Instromet A/S
Læsøvej 3B
9800 Hjørring
Lot 1: Upgraded Bio Gas (Bio Methane)
(14.09.2020)
ABB A/S
Meterbuen 33
2740 Skovlunde
Lot 1: Upgraded Bio Gas (Bio Methane)
(14.09.2020)
Elster-Instromet A/S
Læsøvej 3B
9800 Hjørring
Lot 2: Natural Gas
(14.09.2020)
ABB A/S
Meterbuen 33
2740 Skovlunde
Framework Agreement Concerning Gas Analysis Equipment
Energinet Teknik og Anlæg
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
37930393
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
39315084
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
29851247
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
27210406
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
Section II: Object
Framework Agreement Concerning Gas Analysis Equipment
The framework agreement concerns purchase of systems for analyzing gas composition, calculating and recording physical properties of natural gas and bio methane.
The framework agreement consists of 2 lots:
Lot 1: for upgraded bio gas (bio methane); and
Lot 2: for natural gas.
The contracting authority will pre-qualify the same 5 applicants for both Lot 1 and Lot 2. The supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. The pre-qualified tenderer is allowed to offer up till 2 instrumental packages per lot as separate tenders.
Lot 1: Upgraded Bio Gas (Bio Methane);
Lot 2: Natural Gas.
LOT 1: Upgraded Bio Gas (Bio Methane)
Delivery to all parts of Denmark must be expected.
The framework agreement concerns purchase of systems for analyzing gas composition, calculating and recording physical properties of natural gas and bio methane.
The supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation.
The framework agreement has a duration of a period of 5 years from the signing of the framework agreement. The framework agreement includes an option to prolong the framework agreement for 3 x 12 months.
The framework agreement can be prolonged by 3 x 12 months.
The contracting authority will pre-qualify the same 5 applicants for both lot 1 and 2. The applicant must therefore seek pre-qualification for both lots.
If more than 5 applicants fulfill the minimum requirements, cf. Section III, the contracting authority will pre-qualify the same 5 applicants who are evaluated as most qualified for the specific tendered assignment for both lot 1 and 2. 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 assessed to be similar to the tendered assignment for both lot 1 and lot 2, cf. Section II.2.4), in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
— automatic gas chromatograph systems for analyzing gas composition delivered in the tempered climate zone where the climate conditions consist of high humidity, low temperatures and saline atmosphere.
As this is a negotiated procedure the tender documents, except mandatory parts, may be changed during negotiations. Hence, all candidates are encouraged to submit questions and apply for pre-qualification even if a requirement may initially present a challenge. Questions must be asked via EU-Supply.
Lot 2: Natural Gas
Delivery to all parts of Denmark must be expected.
The framework agreement concerns purchase of systems for analyzing gas composition, calculating and recording physical properties of natural gas and bio methane.
The supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation.
The framework agreement has a duration of a period of 5 years from the signing of the framework agreement. The framework agreement includes an option to prolong the framework agreement for 3 x 12 months.
The framework agreement can be prolonged by 3 x 12 months.
The contracting authority will pre-qualify the same 5 applicants for both lot 1 and 2. The applicant must therefore seek pre-qualification for both lots.
If more than 5 applicants fulfill the minimum requirements, cf. Section III, the contracting authority will pre-qualify the same 5 applicants who are evaluated as most qualified for the specific tendered assignment for both lot 1 and 2. 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 assessed to be similar to the tendered assignment for both lot 1 and lot 2, cf. Section II.2.4), in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
— automatic gas chromatograph systems for analyzing gas composition delivered in the tempered climate zone where the climate conditions consist of high humidity, low temperatures and saline atmosphere.
As this is a negotiated procedure the tender documents, except mandatory parts, may be changed during negotiations. Hence, all candidates are encouraged to submit questions and apply for pre-qualification even if a requirement may initially present a challenge. questions must be asked via EU-Supply.
Section III: Legal, economic, financial and technical information
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).
The applicant should state equity and total assets, so it is possible for the contracting entity to calculate the equity ratio. The equity and total assets should be stated in ‘Description’ and the equity ratio should be stated under ‘Ratio’ in the ESPD.
If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. Section VI.3) ‘Additional information’. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).
If the pre-qualification comprised one or more subcontractors (e.g. a parent or sister company or a separate legal entity) which the tenderer relied upon regarding economic and financial capability, the tenderer and these subcontractors must assume joint and several liability, if they are awarded the framework agreement.
Concerning 1: Equity must be at least 1 350 000 EUR in the latest annual report.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected value of the frame agreement.
The applicant can include the up to 5 most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD Part IV.C: ‘Technical and professional ability’. Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for pre-qualification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. Section II.2.9).
The references should include:
— a specific description of the work performed for each reference, including:
A detailed timeline of the project, including the following information:
— date of initiation and final delivery (day, month, year),
— duration of site activities incl. date of SAT,
— contract value (if possible),
— contact information for the entity in question (including contact person).
Detailed description on the construction and the technical design of the delivered unit for each reference including the following information:
— type of gas analyzed,
— the handling and storage of data,
— name and type of instruments, components and materials used for the unit.
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. Section II.2.9). Please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box.
If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the 5 most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined. If the reference list(s) includes more than 5 references, the contracting authority will only consider the 5 most recent references determined by date of final delivery (in this case not yet finished references will not be included).
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.
The information is stated in the tender documents.
The information is stated in the tender documents.
The information is stated in the tender documents.
Section IV: Procedure
Section VI: Complementary information
The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via ‘My Response’.
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 of 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.
The contracting authority may, at any time during the tender process, ask for documentation for the information provided in the ESPD. Please refer to the tender conditions Section 2.6.1), 2.6.2) and 2.6.3) for more information on the documentation the contracting authority accepts from tenderers.
The documentation must be submitted within an appropriate time limit which will be set by the contracting authority.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: nh@naevneneshus.dk
Internet address: https://naevneneshus.dk/
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) 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;
2) 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.
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk