23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 160-395184
Offentliggjort
21.08.2019
Udbudstype
Udbud efter forhandling

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

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet Teknik og Anlæg
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

I.1) Name and addresses
Energinet Gas TSO A/S
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

I.1) Name and addresses
Dansk Gas Distribution A/S
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

I.1) Name and addresses
Gas Storage Danmark A/S
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

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=248039&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=248039&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 Concerning Gas Analysis Equipment

Reference number: 19/02056
II.1.2) Main CPV code
38432100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

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.

II.1.5) Estimated total value
Value excluding VAT: 4 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: Upgraded Bio Gas (Bio Methane);

Lot 2: Natural Gas.

II.2) Description
II.2.1) Title:

LOT 1: Upgraded Bio Gas (Bio Methane)

Lot No: 1
II.2.2) Additional CPV code(s)
38432210
38545000
39341000
39340000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Delivery to all parts of Denmark must be expected.

II.2.4) Description of the procurement:

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.

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:

The framework agreement can be prolonged by 3 x 12 months.

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

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.

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

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.

II.2) Description
II.2.1) Title:

Lot 2: Natural Gas

Lot No: 2
II.2.2) Additional CPV code(s)
38432210
38545000
39341000
39340000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Delivery to all parts of Denmark must be expected.

II.2.4) Description of the procurement:

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.

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: 1 500 000.00 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:

The framework agreement can be prolonged by 3 x 12 months.

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

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.

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

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

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 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.

Minimum level(s) of standards possibly required:

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.

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

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).

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.

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

The information is stated in the tender documents.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 documents.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The information is stated in the tender documents.

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: 04/09/2019
Local time: 14:00
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: yes
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 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.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: nh@naevneneshus.dk

Internet address: https://naevneneshus.dk/

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) 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.

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:
19/08/2019

Send til en kollega

0.047