Back to tenders & grants page
Luxembourg-Luxembourg: Clothing, footwear, luggage articles and accessories
Receive Tenders like this by email

Luxembourg-Luxembourg: Clothing, footwear, luggage articles and accessories

Luxembourg-Luxembourg: Clothing, footwear, luggage articles and accessories has been closed on 03 Feb 2018. It no longer accepts any bids. For further information, you can contact the Société Nationale des Chemins de Fer Luxembourgeois

Bellow, you can find more information about this project: 

Location: Luxembourg

General information

Donor:

Société Nationale des Chemins de Fer Luxembourgeois

Industry:

Retail

Status:

Closed

Timeline

Published:

18 Jan 2018

Deadline:

03 Feb 2018

Value:

Not available

Contacts

Name:

Carita Loukiainen

Phone:

+358 982901

+358 295643300

Description

Contract notice – utilities

Supplies

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Vantaan Energia Ltd
0124461-3
PO Box 95
Vantaa
01301
Finland
Contact person: Carita Loukiainen
Telephone: +358 982901
E-mail: [email protected]
NUTS code: FI1B1

Internet address(es):

Main address: http://www.vantaanenergia.fi

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://tarjouspalvelu.fi/vantaanenergia
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://tarjouspalvelu.fi/vantaanenergia?id=148482&tpk=5e0d86e3-96c3-41d4-9770-8a21f566d048
I.6)Main activity
Other activity: Combined heat and power production

Section II: Object

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

Flue gas condensate cleaning system

Reference number: 148482
II.1.2)Main CPV code
42000000
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Vantaan Energia Ltd (later “Customer") is conversing an old heavy fuel oil/natural gas — fired boiler to biofuels using BFB-unit. Project has started in 8.2017 and commercial operation is planned to start in 1.2019. Unit can operate 120 MW fuel load with 0-100 % woodchips and 0-30 % peat. Boiler has fabric filter and FGC-unit before flue gas is led to the stack. This invitation to participate concerns cleaning system of the condensate coming from the FGC-unit.

II.1.5)Estimated total value
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)
II.2.3)Place of performance
NUTS code: FI1B1
II.2.4)Description of the procurement:

Condensate cleaning system is designed to clean water condensed from flue gas and after filtration water is used as a plants service water for existing deionisation system. Flue gas cleaning system must based on ceramic membrane UF-filter elements for mechanical cleaning, and Reverse Osmosis system for salts extraction, and needed auxiliary equipments. Continuous operation capacity is between 2-12,8 kg/s. System must manage changes in condensate flow. Total reject outlet flow from FGC cleaning process (UF + RO) must be less than 28 % (12,9 m3/h) with condensate inlet flow 46 m3/h. The system must include all necessary closing and control equipments, and all sensors to monitor key parameters. Process controls are programmed in plants DCS.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2018
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:

Contractor qualification for negotiations in a situation when more than 3 Tenderers fulfill the competence minimum requirements, Vantaan Energia may limit the number of approved Tenderers. Based on Vantaan Energia's consideration the number of approved Tenderer’s is minimum 3 and maximum 5. The qualification of Tenderers is done based on the number of approved reference projects described below. Each accepted référence project gives one point. In case the qualification is needed, Vantaan Energia selects 3-5 Tenderers that have the highest number of points. References tenderer has minimum 1 currently functional reference delivery that fulfill the following requirements:

a. Reference delivery is similar in question to this procurement (boiler plants that use same type of fuel, and are used ceramic filter elements in water treatment of flue gas condensate cleaning);

b. Flue gas condensate cleaning system is designed based on EU directives and EN-standards;

c. The reference project is taken over by the Customer during the last 5 years (2012-2017). References need to be stated and described (year of delivery, customer contact information, location, system capacity, fuels) in the offer and need to be able to confirmed by the Tenderer's customer if required.

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

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
III.1.3)Technical and professional ability
III.1.4)Objective rules and criteria for participation
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
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:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
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
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: 02/02/2018
Local time: 09:00
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, Finnish
IV.2.6)Minimum time frame during which the tenderer must maintain the 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
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The Market Court
Radanrakentajantie 5
Helsinki
00520
Finland
Telephone: +358 295643300
E-mail: [email protected]
Fax: +358 295643314

Internet address: http://www.oikeus.fi/markkinaoikeus

VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/01/2018

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more