Back to tenders & grants page
Denmark-Fredericia: High-voltage cable Beverages Denmark-Fredericia: High-voltage cable
Receive Tenders like this by email

Denmark-Fredericia: High-voltage cable

Denmark-Fredericia: High-voltage cable has been closed on 21 Apr 2022. It no longer accepts any bids. For further information, you can contact the Energinet Eltransmission A/S (39314878)

Bellow, you can find more information about this project: 

Location: Denmark

General information

Donor:

Energinet Eltransmission A/S (39314878)

Industry:

Beverages

Status:

Closed

Timeline

Published:

04 Aug 2022

Deadline:

21 Apr 2022

Value:

Not available

Contacts

Name:

Procurement - R

Phone:

+45 70102244

+45 72405708

+45 41715000

Description

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Energinet Eltransmission A/S
National registration number: 39314878
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Procurement - R
E-mail: [email protected]
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.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=328532&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=328532&B=ENERGINET
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Electricity

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Procurement of 220kV Cables for Thor Offshore Wind Farm

Reference number: 21/08902
II.1.2)Main CPV code
31321300 High-voltage cable
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Procurement of 220kV Cables for Thor Offshore Wind Farm

II.1.5)Estimated total value
Value excluding VAT: 17 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
31300000 Insulated wire and cable
31310000 Mains
31320000 Power distribution cables
31321000 Electricity power lines
31321210 Low-voltage cable
31321220 Medium-voltage cable
31321400 Underwater cable
31321500 Submarine cable
31321600 Shielded cable
31321700 Signalling cable
31340000 Insulated cable accessories
II.2.3)Place of performance
NUTS code: DK Danmark
Main site or place of performance:

North Western Jutland

II.2.4)Description of the procurement:

Thor Offshore Windfarm onshore grid connection consists of 21 individual cable sections each containing two 220 kV cable systems with a combined length of approximately 28 km. The total length of single core cable for Thor is approximately 175 km. The individual cable section lengths may be up to 1.500m long for 2.500mm2 cables. In addition to cable production and delivery, the Contract also includes supervision of civil works and cable pulling, manufacturing, delivery and installation of joints and terminations as well as final commissioning testing. Civil works will be performed by 3rd party contractor. Delivery, installation, and testing is anticipated to take place in Q1-Q4 2024.

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: 17 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2023
End: 31/12/2024
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 fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered as-signment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity and scope, especially concerning:

• Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not includ-ed), installation (joints, terminations(AIS, GIS), link boxes), completion, site testing, com-missioning and taking-over testing of the entire supply and its systems and functions).

• Electrical stress level of performed type test(s) of the electrical power cable in accordance with IEC or equivalent (higher stress level at inner semi conducting layer will be evaluated positively).

• Experience with work conducted in following climate conditions:

o Temperate climate will be evaluated positively whereas tropical, subtropical and polar climate will be evaluated negatively.

• Experience with work in following Geological conditions will be evaluated positively:

o Fat heavy soil and large percentage of clay

o High ground water level – up to 0,3 meters below surface

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

See Schedule of Prices Doc. 21/08902-16

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.1.2)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 indica-tors:

1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)

2. Equity ratio (equity/total assets). This must be stated with two decimals.

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 on the basis of consolidation 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:

1. The Equity from the latest annual report must, at the time of prequalification, be at least EUR 6 million

2. The Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct.

o If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 17 million.

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

I) The applicant must include the up to 5 most comparable and relevant references undertaken in the past five (5) 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 five (5) years implies that the reference must not have been completed prior to the date reached when counting 5 years back-wards 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:

o Voltage level

o Length of cable route

o Maximum delivery lengths

o Tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints, terminations (AIS, GIS)), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions)

o Description of type-test (if performed), including stress level at inner semi conducting layer

o Production and test facility for the power cables

o Production and test facility for the accessories

o Place of delivery, including information concerning climate and geological con-ditions

o Information about contact data (name, email and phone number) for refer-ences

• Contract value (if possible)

• Contact information for the entity in question (including contact person – if possible)

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

Any ambiguities and/or incomprehensibilities concerning the above information may have a nega-tive effect on the selection of candidates, cf. section 3.1. 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) the information for the ESPD part IV.C must also be given in a separate ESPD from each of the entities.

The number of references should not surpass a maximum of the five (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) the maximum number of references to be submitted must still be respected and cannot exceed five (5) when combined. If more than five (5) references are submitted, the Contracting Authority will only consider the five (5) most recent references determined by date of final delivery (in this case not yet finished references will not be included unless less than five (5) references have been completed, in which case the selection will be made on the basis of the earliest initiation date).

II) Further, the applicant must confirm the technical and professional ability concerning quality and environmental standards in the ESPD part IV.D: “Quality assurance schemes and environmental management standards” by checking the boxes for both “Certificates by independent bodies about quality assurance standards” and “Certificates by independent bodies about environmental management systems or standards”.

Minimum level(s) of standards possibly required:

For references:

1) A minimum of two (2) fully completed and energized land cable references on voltage level 220kV AC or higher and a system length of 5 kilometers or higher must be submitted.

2) For each factory the applicant intends to use for the production of the cable, the applicant must be able to submit at least one (1) reference which include the performance and passing of a type test in accordance with IEC or equivalent for a cable within the range of 1600-2500 mm2.

For standards:

1) For each factory the applicant intends to use for the production of the cable, the applicant must have a valid ISO 9001 (or equivalent) certificate

2) For each factory the applicant intends to use for the production of the cable, the applicant must have a valid ISO 14001 (or equivalent) certificate

3) For each factory the applicant intends to use for the production of the cable, the applicant must have certification of a passed PQ tests in accordance with IEC (or equivalent)

4) For each factory the applicant intends to use for the production of the cable, the applicant must have a valid OHSAS 18001 or ISO 45001 (or equivalent) certificate

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 Pro-curement 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 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.1.6)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:

No special legal form is required.

If the agreements are awarded to a group of economic operators (e.g. a consortium) the partici-pants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

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
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/04/2022
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: 3 (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 ordering will be used
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”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.kfst.dk) in Danish (the Contracting Authority is not responsible for the content of the guide).

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
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: [email protected]
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 ten-derers 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 can-didates/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: [email protected]
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:187406-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more