23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Metal Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 187-530597
Offentliggjort
28.09.2022
Udbudstype
Udbud efter forhandling

Udbyder

SK Varme A/S

Opdateringer

Annullering
(10.10.2022)

Amendments to the Project Time Schedule will be made and a new tender will be published.

GENERATOR REPLACEMENT AND GEAR UPDATE FOR SK VARME A/S


SK Varme A/S

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: SK Varme A/S
National registration number: 27 73 69 04
Postal address: Nordvej 6
Town: Slagelse
NUTS code: DK02 Sjælland
Postal code: 4200
Country: Denmark
Contact person: Sidsel Marcussen
E-mail: sim@horten.dk
Telephone: +45 52344169
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/046ed4a7-1c73-45d6-9cb8-b442a651bb48/homepage
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/046ed4a7-1c73-45d6-9cb8-b442a651bb48/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/046ed4a7-1c73-45d6-9cb8-b442a651bb48/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/046ed4a7-1c73-45d6-9cb8-b442a651bb48/homepage
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:

GENERATOR REPLACEMENT AND GEAR UPDATE FOR SK VARME A/S

II.1.2) Main CPV code
31000000 Electrical machinery, apparatus, equipment and consumables; lighting
II.1.3) Type of contract
Supplies
II.1.4) Short description:

SK Varme A/S has decided to replace the generator and lifetime extend (update) the reduction gear unit which was commissioned in 1990 at Slagelse CHP Plant, Assensvej 1, 4200 Slagelse, Denmark.

II.1.5) Estimated total value
Value excluding VAT: 12 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
31200000 Electricity distribution and control apparatus
51112000 Installation services of electricity distribution and control equipment
45310000 Electrical installation work
45259900 Plant upgrade work
II.2.3) Place of performance
NUTS code: DK02 Sjælland
Main site or place of performance:

Slagelse (Assensvej 1, 4200 Slagelse, Denmark)

II.2.4) Description of the procurement:

SK Varme A/S has decided to replace the generator and lifetime extend (update) the reduction gear unit which was commissioned in 1990 at Slagelse CHP Plant, Assensvej 1, 4200 Slagelse, Denmark.

This tender concerns a contract for the Works:

Supply of a 14,5 MVA/10,5 kV generator

Necessary documentation and all reporting to the DSO “CERIUS” and to the TSO, Energinet, fulfilling the requirements for grid connection of the supplied generator. The documentation shall be ready in time and with right content and accepted by CERIUS and Energinet before trial run on site.

Installation of the new generator in the existing plant, including:

Removal of the old generator

Modifications to the existing plant which are necessary to accommodate the new generator.

Refurbishment/update/lifetime extension of reduction gear unit with auxiliaries.

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: 12 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End: 19/03/2024
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 the client receives applications from more than three compliant applicants, the client selects the three applicants which, in the client’s opinion, provide the best field of competition.

When making the selection, the client will attach importance to the technical and professional ability on the basis of the information provided in section III.1.3 as described below:

I) The most relevant technical and professional ability assessed on the basis of the applicant's references that document experience of supply, replacement and implementation of similar new generators in existing plants.

Particular emphasis will be placed on the extent to which the reference documents experience with replacementof the generator into an existing plant, including:

- implementation design for on site modifications, including of existing axillary systems

- On site installation and testing, including up lining and calibration of generator, gearbox and turbine train

- Documentation for the new and modified installations

- Grid Code responsibility and compliance according to Appendix A Generator Replacement and Gear Update Technical Conditions, section 6.

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

The contract includes options as described in the tender documents, Appendix B, 2.2.2

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

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
List and brief description of conditions:

As part of the request for prequalification, the applicant must submit a ”European Single Procurement Document” (also referred to as the ESPD document). The ESPD document must be filled out on www.udbuddet.dk. In the ESPD document the applicant must provide declarations on the following matters:

1. The applicant's identity, the applicant's representatives and any subcontractors and/or consortia (in the ESPD document part II)

2. That the appliant is not subject to the grounds for exclusion in sections 135-136 of the Tendering Act (in the ESPD document part III), as well as the voluntary reasons stated in section 137 (1) of the Tender Act no. 1 and 2.

3. The applicant's financial and financial ability.

4. The applicant's technical and/or professional ability.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

As documentation for the formation of the consortium, the contracting entity will require that the group submitted a declaration or other documentation which proves the formation of a consortiumwith joint a several liability for the performance of the contract (if awarded), the identities of the members and the selection of a representative towards the contracting entity. Note that the documentation should not be included in the request for prequalification. The documentation should only be submitted on the request for the contracting entity.

If the applicant relies on the economic/financial ability and/or technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the above-mentioned declarations

III.1.2) Economic and financial standing
List and brief description of selection criteria:

The applicant must as part of the request for prequalification provide a ”European Single Procurement Document” (also referred to as an ESPD document) in which the applicant must make declarations on the following matters:

The applicant's solvency ratio during the last three financial years available. The solvency ratio is calculated as a percentage as equity divided by the total assets.

"For the last 3 financial years" means the most recent financial year for which approved financial statements are available.

Documentation:

Before the final award of the contract, the applicant to whom the contracting authority intends to award the contract will have to provide evidence of the information specified in the ESPD.

The successful applicant must therefore provide, on request (not as part of the pre-qualification application), the applicant's most recent approved annual accounts or audited statement of the key financial data requested, unless the information is freely available to the contracting authority. In addition, for applicants relying on the capacity of other entities to meet the minimum requirements, the applicant must provide, as part of the supporting documentation, a letter of support or equivalent documentation demonstrating that the entity is legally committed to the applicant. Where an applicant relies on the economic and financial capacity of other entities as described above, that entity shall assume jointly and severally the responsibility for the obligations of

the applicant under the contract tendered. The applicant may prove his economic and financial capacity by any other document deemed appropriate by the contracting entity if the applicant or the

bidder is unable, for a valid reason, to provide the documents requested by the contracting entity.

Minimum level(s) of standards possibly required:

It is a minimum requirement that the applicant has a solvency ratio of at least 10% at the conclusion of the last three financial year.

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

As part of the request for prequalification, the applicant must provide the” European Single Procurement Document” (also referred to as an ESPD document) in which the applicant must make declarations on the following matters:

A list of the most important comparable references which the applicant has provided during the last three years. “Comparable references” mean a) supply, replacement and implementation of similar new generators in existing plants, b) Refurbishment/update/lifetime extension of reduction gear unit with auxiliaries c) Update and verification of the rotor torsional dynamic calculation of the steam turbine and generator train with modification and tuning of LS and HS couplings

The application should include a description of:

• The reference assignment (the applicant’s role etc.)

• The technology applied in relation to the reference assignment

• The recipient’s contact details

Documentation:

The reference list to be included in the ESPD, see above, is considered by the contracting authority to be the definitive proof of the technical capacity of the applicant.

If the applicant relies on the capacity of other entities, as described above, the applicant will be required to provide a letter of support or equivalent documentation demonstrating that the entity in question is legally committed to the applicant. In the case of an association of undertakings (e.g., consortia), the information on technical/professional qualifications must be provided for each undertaking participating in the association. The consortium's reference will be assessed collectively against the minimum requirements

Minimum level(s) of standards possibly required:

The contracting authority have not listed minimum requirements for the applicant’s technical and professional capability but the information on the applicant’s experience will be included in the selection if the client receives tenders from more than 3 compliant applicants.

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

Applicants who find themselves in a mandatory exclusion situation, as defined in sections 135-136 of the Public Proc. Act, will be excluded from participation, and will not be considered for the tendered contract unless the applicant provides sufficient evidence of reliability, as defined in section 138 of the Public Proc. Act. Similarly, applicants who find themselves in one of the voluntary exclusion grounds mentioned in Section 137(1)(1) and (2) will be excluded from participation and will not be considered for the tendered contract unless the applicant provides sufficient evidence of being reliable in accordance with Section 138 of the Public Procurement Act. Documentation: The winning applicant must, upon request (not as part of the pre-qualification application), provide a service certificate (Danish companies) or equivalent documentation (foreign companies/foreign management) as proof that the applicant is not in one of the exclusion grounds referred to above.

III.1.6) Deposits and guarantees required:

The Contractor shall provide an irrevocable and unconditional first demand guarantee (referred to as ‘Performance Bond’) for any and all of the Contractor's obligations pursuant to the Contract and its Appendices. The Performance Bond must be provided 10 Days after signing of the Contract at the latest.

The issuing bank and the wording of the guarantee must be accepted by the Contracting Authority.

The amount of the Performance Bond shall be 10 % of the Contract Price and it shall be effective until 1 year from Taking over.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As 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.1.8) 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: 24/10/2022
Local time: 23:59
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:
Danish, 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.3) Additional information:

Prior to the award decision, the contracting authority will request the successful bidder to make a declaration on its honor that the company is not:

(a) Russian nationals or natural or legal persons, entities or bodies established in Russia (b) legal persons, entities, or bodies of which more than 50 % is owned, directly or indirectly, by an entity referred to in point (a); or (c) natural or legal persons, entities or bodies acting on behalf of or at the direction of an entity referred to in points (a) or (b) and that in the performance of the tendered contract the company does not use subcontractors or supporting entities covered by points (a) to (c) above which account for more than 10% of the value of the contract.

The collection of the above statement is based on COUNCIL REGULATION (EU) 2022/576 of. 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of acts by Russia destabilizing the situation in Ukraine.

Also please note that under section 134 a of the Public Procurement Act, thecontracting authority shall exclude an applicant or tenderer from participation in the tender procedure if the applicant or tenderer is established in a country on the EU list of noncooperative jurisdictions for tax purposes and has not acceded the WTO’s GPA or other commercial agreements obligating Denmark to open the market of public contracts to tenderers established in the country in question. The client will ensure the absence of a ground for exclusion prior to the award decision.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
VI.5) Date of dispatch of this notice:
23/09/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|