Cancel
Search Tenders
Back to tenders & grants page

Denmark-Fredericia: Gas turbines

Denmark-Fredericia: Gas turbines has been closed on 05 Apr 2022. It no longer accepts any bids. For further information, you can contact the Energinet Forretningsservice A/S (39314797)

Bellow, you can find more information about this project: 

General information
Donor:
Energinet Forretningsservice A/S (39314797)
Industry:
Machinery & Equipment
Status:
Closed
Value:
Not available
Timeline
Published:
04 Aug 2022
Deadline:
05 Apr 2022
Contacts
Name:
Procurement - K
Phone:
+45 70102244
+45 72405708
+45 41715000
Email:
Not available
Description

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Energinet Forretningsservice A/S
National registration number: 39314797
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032 Sydjylland
Postal code: 7000
Country: Denmark
Contact person: Procurement - K
E-mail: procurement@energinet.dk
Telephone: +45 70102244
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 is awarded by a central purchasing body
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=328670&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=328670&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 on purchase and renovation of Gas Turbine Meters

Reference number: 21/09488 - 295553
II.1.2)Main CPV code
42112300 Gas turbines
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Through the establishment of the present Framework Agreement Energinet wants to purchase new gas turbine meters and renovations for our biogas stations. For further information see Appendix 2: Scope of Works. The procurement is conducted as a negotiated procedure and the Framework Agreement will be entered with one provider for the duration of 8 years.

II.1.5)Estimated total value
Value excluding VAT: 875 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
38340000 Instruments for measuring quantities
38420000 Instruments for measuring flow, level and pressure of liquids and gases
38421000 Flow-measuring equipment
38424000 Measuring and control equipment
39341000 Gas pressure equipment
42112410 Turbine instruments
II.2.3)Place of performance
NUTS code: DK Danmark
Main site or place of performance:

N/A

II.2.4)Description of the procurement:

Turbine meters are used in more than 50 metering stations owned by the Danish national TSO - Energinet. These turbine meters are used for metering natural gas flow. The turbine meters are replaced or renovated with regular intervals.

This framework agreement regards a single producer or supplier (Seller) of Gas turbine meters for purchase of new turbine meters and renovation/refurbishing of Seller’s own brands of turbine meters.

For further information see Appendix 2: Scope of Works.

The framework agreement is tendered by Forretningsservice A/S (part of the Energinet Group). Forretningsservice A/S serves as a central purchasing body awarding the framework agreement on behalf of Teknik og Anlæg A/S (part of the Energinet Group). Further information is available in the Tender Documents.

The procurement is conducted as a negotiated procedure and the framework agreement will be entered with one provider for the duration of 8 years.

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: 1 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

If more than 3 applicants fulfil the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 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 assessed 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. The following will in particular be rated positively:

• Extensive experience in supplying turbine meters for the gas and biogas industry.

• Extensive experience in supplying turbine meters with detection of gas in both directions.

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 Framework Agreement will have an option to use the Framework Agreement.The Framework Agreement can be expanded 2 times with 20 percent of the value of the Framework Agreement as stated in the tender notice, in cases where the circumstances for the scope of the Framework Agreement have changed from the time of the conclusion of the tender, cf. Framework Agreement sub-section 9.2.

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. Except for mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process. For elements explicitly identified as subject to negotiation which may lead to changes made by the Contracting Authority in the negotiation process, see section 3.7.1. in Tender Conditions.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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 at the submission date for prequalification - 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 consor-tium) 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 appli-cant to secure that the minimum level(s) of standards required are reached on the basis of consolidation when the applicant is relying on the capacity of other entities or when the appli-cant 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 EUR 288.750.

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 EUR 875.000.

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

The applicant must 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 prequalification. 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:

1. The supplied turbine meter type/brand/name and what industry the turbine meter was supplied to (oil, natural gas, or biogas industry).

2. The supplied turbine meters characteristics regarding detection of gas in both directions.

3. The number of years the tenderer has supplied turbine meters to the customer mentioned in the reference, also under previous contracts.

4. Any other relevant description regarding the extent of experience in connection to the similarity of the tendered assignment, cf. section II.2.4.

5. Contract value (if possible)

6. Contact information for the entity in question (if possible, including contact person)

7. Date of initiation and final delivery (day, month, year)

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 more than 5 references are submitted, the Contracting Authority will only consider the 5 biggest references determined by contract value.

Minimum level(s) of standards possibly required:

The applicant must submit minimum

• One (1) reference documenting supply of fiscal gas turbine meters for the gas or bio-gas industry.

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.

Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 135 (1-3) and 136.

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.1.6)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.

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 a single operator
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.1.8)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
Notice number in the OJ S: 2022/S 050-131021
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/05/2022
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)

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 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.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
05/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:187401-2022:TEXT:EN:HTML&src=0&tabId=2
Featured tenders

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now