Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=252710&B=ENERGINET
Udbyder
Energinet Gas TSO A/S
Vindere
Fiscal Gas Metering and Analysis System
(11.06.2020)
Emerson Automation Solutions
Generatorvej 8A
2860 Søborg
Fiscal Gas Metering and Analysis System
Energinet Gas TSO A/S
Contract notice – utilities
Supplies
Directive 2014/25/EU
Section I: Contracting entity
39 31 50 84
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
Fiscal Gas Metering and Analysis System
Tender for a fiscal gas metering and analysis system as a complete system that will be fully compliant with NORSOK standard l-106 2014. A complete fiscal gas metering and analysis system is scope of the tendered assignment. The system must be fully equipped with analyzer instruments for determination and reporting of gas quality parameters.
Nybro, DENMARK.
The contracting authority wants to conclude a contract with a contractor for the fiscal gas metering and analysis system as a complete system that will be fully compliant with NORSOK standard l-106 2014. The system should run based on 16” multipath ultrasonic flow meters with 3 x 50 % capacity meter. Furthermore, the system should run fully equipped with instrumentation for determination and reporting of gas quantity parameters as specified in the section for supervisory computer. Path configuration and ultra-sonic frequencies utilized in the meters must be subject to approval by Energinet. The system must be fully equipped with analyzer instruments for determination and reporting of gas quality parameters.
If more than 5 applicants fulfill the minimum requirements, cf. Section III, the contracting authority will pre-qualify the 5 applicants who are evaluated as most qualified for the specific tendered assignment. 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 assed to be similar to the tendered assignment, 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:
— more specific, detail and relevant described references have more relevance.
Please note that this is a negotiated procedure. With the exception of mandatory parts, the tender documents may as a result undergo changes as part of the negotiation process.
Section III: Legal, economic, financial and technical information
A. 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).
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).
Concerning 1: Equity from the latest annual report must be at least 33 pct. of the total expected amount of the contract;
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 amount of the contract.
B. The applicant should maximum submit 10 most comparable and relevant references for fiscal gas metering and analysis system undertaken in the past eight (8) years as part of the application.
The references should include:
1) A detailed description of the work performed for each reference including:
(a) client and location of project for the fiscal gas metering and analysis system;
(b) contract value (if possible) for the fiscal gas metering and analysis system;
(c) date of initiation and final delivery (day, month, year) of the project for the fiscal gas metering and analysis system;
(d) contact information for the entity in question (including contact person). The contracting authority reserves the right to contact the stated references;
(e) technical design drawings in the reference for the fiscal gas metering and analysis system;
(f) indication of NORSOK standard l-106 2014 or equivalent in the reference for the fiscal gas metering and analysis system;
(g) indication that the applicant was a main contractor in the reference for the fiscal gas metering and analysis system;
(h) indication that the applicant was responsible – with internal resources – for the detail system design (incl. integration) for the fiscal gas metering and analysis system.
C. The applicant should under this tender maintain a quality management system (QMS) in compliance with ISO 9001:2015 ‘QMS — Requirements’ (or equivalent) or ISO/TS 29001:2011 ‘Petroleum, Petrochemical and Natural Gas Industries — Sector-specific QMS — requirements for product and service supply organisations’ (or equivalent) for the duration of the contract.
The applicant should have implemented and maintain health, safety and environment management systems in compliance with ISO 14001:2015 (or equivalent) or OHSAS 18001:2007(or equivalent) or ISO 45001:2018 (or equivalent) for the duration of the contract.
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 10 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 10 when combined. If more than 10 references are submitted, the contracting authority will only consider the 10 most recent references determined by date of final delivery (in this case not yet finished references will not be included).
— the applicant must submit at least 3 references within the last 8 years where the applicant can document that the delivery was full compliance with NORSOK standard l-106 2014 or equivalent,
— the applicant must submit at least 3 references within the last 8 years where the applicant can document the applicant was the main contractor and where internal resources were responsible in providing the detail system design (incl. integration) for the fiscal gas metering and analysis system.
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 notification. 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.
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 pre-qualification 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 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 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.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@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) 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.
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk