loading
  • DK-7000 Fredericia
  • 07.07.2017
  • Ausschreibung
  • (ID 2-269522)

Baltic Pipe project, Concept study for a new Compressor Station at Zealand.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 07.07.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Studien, Gutachten / Kostenmanagement / Objektplanung Ver-/ Entsorgung / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    The Contracting Authority wants to purchase a concept study for a new Compressor Station located at the East coast at Zealand. The Compressor Station is part of the Baltic Pipe project. The Baltic Pipe project is connecting the Norwegian gas transmission system with the Danish transmission system via a subsea pipeline in the North Sea and connecting the Danish transmission system with the Polish transmission systems via a subsea pipeline in the Baltic Sea in order to facilitate the gas supply to Poland. The objective for this concept study is to mature the result from the feasibility study performed in 2016 and to define the Compressor Station in further details and prepare the necessary documentation in order to get a more firm cost estimate, realistic time schedule and a firm basis for the following detailed engineering. Further details can be seen in the tender documents.
    Leistungsumfang
    The Contracting Authority wants to purchase a concept study for a new Compressor Station located at the East coast at Zealand. The Compressor Station is part of the Baltic Pipe project. The Baltic Pipe project is connecting the Norwegian gas transmission system with the Danish transmission system via a subsea pipeline in the North Sea and connecting the Danish transmission system with the Polish transmission systems via a subsea pipeline in the Baltic Sea in order to facilitate the gas supply to Poland. The objective for this concept study is to mature the result from the feasibility study performed in 2016 and to define the Compressor Station in further details and prepare the necessary documentation in order to get a more firm cost estimate, realistic time schedule and a firm basis for the following detailed engineering.
    Adresse des Bauherren DK-7000 Fredericia
    TED Dokumenten-Nr. 243385-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Denmark-Fredericia: Architectural, engineering and planning services

      2017/S 120-243385

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Energinet.dk
      28980671
      Tonne Kjærsvej 65
      Fredericia
      7000
      Denmark
      Contact person: Helle Barløse
      Telephone: +45 70102244
      E-mail: MjE4XmBdUWNgU1tTXGIuU1xTYFVXXFNiHFJZ
      NUTS code: DK

      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.1)Name and addresses
      Gas Transmission Operator GAZ-SYSTEM S.A.
      ul. Mszczonowska 4
      Warszawa
      02-337
      Poland
      Contact person: Helle Junge Barløse
      E-mail: MTlnaWZabGlcZFxlazdcZVxpXmBlXGslW2I=
      NUTS code: PL

      Internet address(es):

      Main address: http://en.gaz-system.pl/about-us/

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      Danish.

       

      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=189650&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=189650&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:

       

      Baltic Pipe project, Concept study for a new Compressor Station at Zealand.

       

      Reference number: 17/01019
      II.1.2)Main CPV code
      71240000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Contracting Authority wants to purchase a concept study for a new Compressor Station located at the East coast at Zealand. The Compressor Station is part of the Baltic Pipe project. The Baltic Pipe project is connecting the Norwegian gas transmission system with the Danish transmission system via a subsea pipeline in the North Sea and connecting the Danish transmission system with the Polish transmission systems via a subsea pipeline in the Baltic Sea in order to facilitate the gas supply to Poland. The objective for this concept study is to mature the result from the feasibility study performed in 2016 and to define the Compressor Station in further details and prepare the necessary documentation in order to get a more firm cost estimate, realistic time schedule and a firm basis for the following detailed engineering. Further details can be seen in the tender documents.

       

      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)
      71241000
      71242000
      71243000
      71244000
      II.2.3)Place of performance
      NUTS code: DK
      Main site or place of performance:

       

      Zealand.

       

      II.2.4)Description of the procurement:

       

      The Contracting Authority wants to purchase a concept study for a new Compressor Station located at the East coast at Zealand. The Compressor Station is part of the Baltic Pipe project. The Baltic Pipe project is connecting the Norwegian gas transmission system with the Danish transmission system via a subsea pipeline in the North Sea and connecting the Danish transmission system with the Polish transmission systems via a subsea pipeline in the Baltic Sea in order to facilitate the gas supply to Poland. The objective for this concept study is to mature the result from the feasibility study performed in 2016 and to define the Compressor Station in further details and prepare the necessary documentation in order to get a more firm cost estimate, realistic time schedule and a firm basis for the following detailed engineering.

       

      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
      Duration in months: 5
      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: 5
      Objective criteria for choosing the limited number of candidates:

       

      The Contracting Authority will prequalify the 5 applicants who are evaluated as most qualified for the specific tender. 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 similar to the tender assignment. 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 tender assignment regarding solution and scope.

       

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

       

      Option 1: Alternative location of the compressor station.

      Option 2: Alternative power supply.

       

      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: yes
      Identification of the project: The Baltic Pipe Project is a European PCI-Project (Project of Common Interest) Reference numbers: TRA-N-271 and TRA-N-780. EU funding has been obtained for the finalized feasibility studies.
      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
      List and brief description of selection criteria:

       

      The contracting Authority will only enter into contract with economic solid companies. This to ensure that the company continues to exist through the whole contract period.

      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).

      Both economic indicators should be stated in ESPD part IV.B, number 4 (financial ratios).

      If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) the information for the ESPD part IV.B must also be given in a separate ESPD from each of the entities, cf. section VI.3 ‘Additional information’.

      The applicant is obliged to document the requirement by request of the Contracting Authority.

       

      Minimum level(s) of standards possibly required:

       

      — Equity must be at least 5 MDKK.

      — Equity ratio must be at least 20 pct.

      o If the equity ratio is between 15 pct. and 20 pct. the supplier can qualify, if Equity exceeds 10 MDKK.

       

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

       

      The references of the most significant comparable contracts undertaken in the past three years must be stated in the ESPD part IV.C: ‘Technical and professional ability’.

      The references must include:

      — A detailed description of the work performed for each reference (please note the ‘description’ box can contain more text than is visible. I.e. it is possible to copy paste text into the box)

      — Contract value (if possible)

      — Date

      — Contact information for the entity in question (including contact person)

      If the applicant is relying on the capacities 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, cf. section VI.3 ‘Additional information’.

      The number of references should not surpass a maximum of the 5 most comparable and relevant references. If the reference list includes more than 5 references, the Contracting authority will only consider the first 5 listed. If the applicant is participating in the procurement procedure together with others in a group of economic operators (e.g. a consortium) or is relying on the capacity of one or more other entities for references the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined.

      In this section, the applicant must provide information about certificates or descriptions of similar QA/QC programs in accordance with section III.1.3) of the Contract Notice:

      The applicant must meet the following minimum requirement:

      Valid certificate by independent bodies about quality assurance standards or documentation of similar QA/QC programs used by the Applicant.

      The contracting authority reserves the right to contact the stated references.

       

      Minimum level(s) of standards possibly required:

       

      — Quality assurance (ESPD part IV.C)

      In this section, the applicant must provide information about certificates or descriptions of similar QA/QC programs in accordance with section III.1.3) of the Contract Notice:

      The applicant must meet the following minimum requirement:

      Valid certificate by independent bodies about quality assurance standards or documentation of similar QA/QC programs used by the Applicant.

       

      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 TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.

      The contracting authority reserves the right to obtain supplementary information from the applicant.

      Energinet has joined Global Compact and is using the 10 principles as a platform for working with CSR and our Code of Conduct. Contractors are expected to act in accordance with Energinet's Code of Conduct and CSR profile visible at our homepage: www.energinet.dk

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      The information is stated in the tender material.

       

      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 material.

       

      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 material.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      The information is stated in the tender material.

       

      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: 07/07/2017
      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 European Single Procurement Document (ESPD) to apply for prequalification for this tender procedure. The ESPD for this tender can be found in the prequalification material via EU-supply.

      To complete the ESPD, please:

      — Save the XML file onto your own computer.

      — Open the link https://ec.europa.eu/growth/tools-databases/espd/welcome

      — Choose the preferred language.

      — Choose ‘I am an economic operator’.

      — Choose ‘Import ESPD’.

      — Upload the XML file of the ESPD.

      — Choose the country of your companies origin.

      — Fill out and complete the ESPD with the information required in this contract notice.

      — When finished filling out the ESPD, print the version as a pdf and safe it on your computer.

      — Upload the pdf version to ‘My response’ in EU-Supply as your/a part of your request for prequalification.

      Please note the following:

      — 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 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 72405708
      E-mail: MjEyX2BaaTRiVVlqYlliWWdcaWciWF8=

      Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

      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: MjEyX1pnaDRfWmdoIlhf

      Internet address:http://www.kfst.dk

      VI.5)Date of dispatch of this notice:
      22/06/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.06.2017
Zuletzt aktualisiert 27.06.2017
Wettbewerbs-ID 2-269522 Status Kostenpflichtig
Seitenaufrufe 70