23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 203-495201
Offentliggjort
21.10.2019
Udbudstype
Udbud efter forhandling

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

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

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

I.2) Information about 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=252710&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=252710&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:

Fiscal Gas Metering and Analysis System

Reference number: 18/02017
II.1.2) Main CPV code
45333200
II.1.3) Type of contract
Supplies
II.1.4) Short description:

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.

II.1.5) Estimated total value
Value excluding VAT: 3 000 000.00 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)
38410000
38432100
42124340
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Nybro, DENMARK.

II.2.4) Description of the procurement:

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.

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: 3 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

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.

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

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

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:

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).

Minimum level(s) of standards possibly required:

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.

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

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).

Minimum level(s) of standards possibly required:

— 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.

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 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.

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:

The information is stated in the tender documents.

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
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: 06/11/2019
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:

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.

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: klfu@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) 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:
16/10/2019

Send til en kollega

0.078