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
2023/S 068-204176
Offentliggjort
05.04.2023
Udbudstype
Udbud efter forhandling

Udbyder

Nordværk I/S

Replacement of Generator and Gearbox


Nordværk I/S

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Nordværk I/S
National registration number: 46076753
Postal address: Troensevej 2
Town: Aalborg Øst
NUTS code: DK05 Nordjylland
Postal code: 9220
Country: Denmark
Contact person: Julie Pedersen
E-mail: jupd@cowi.com
Telephone: +45 41762128
Internet address(es):
Main address: https://nordvaerk.dk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/50fa25db-2155-4b14-ac15-a89c0a88ab35/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#/50fa25db-2155-4b14-ac15-a89c0a88ab35/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#/50fa25db-2155-4b14-ac15-a89c0a88ab35/homepage
I.6) Main activity
Other activity: Disposal of waste with energy production

Section II: Object

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

Replacement of Generator and Gearbox

II.1.2) Main CPV code
31120000 Generators
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Nordværk I/S - an environmental waste handling facility - is in need of a replacement of a generator and gearbox of the unit 4 at the WTE plant at Nordværk, Aalborg, Denmark. The generator of 23,5 MVA is driven by a steam turbine. The delivery will include a turn-key delivery of a new generator and gear box and auxiliary equipment. The steam turbine is not to be replaced.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
31122000 Generator units
31161000 Parts for electrical motors and generators
51111000 Installation services of electric motors, generators and transformers
51111200 Installation services of generators
II.2.3) Place of performance
NUTS code: DK05 Nordjylland
Main site or place of performance:

Aalborg

II.2.4) Description of the procurement:

Nordværk I/S is an environmental waste handling facility. One of the methods of getting rid of waste, is a waste incinerator. For this purpose, Nordværk I/S has two lines. Furnace line 3 (unit 3) and furnace line 4 (unit 4). Furnace line 4 comprises a steam turbine connected through a planetary gear to a generator. The generator is a LDW from 2005 and has been in operation since then. In 2016, while the rotor was dismantled and sent to workshop for rewinding, a reversal of the star point was performed on the generator. In

this operation, the terminals and the star point were moved to the other end of the generator. The reasoning behind the reversal was that the stator was starting to suffer from severe partial discharge. This operation had positive effects on the partial discharge level. The generator's partial discharge level has been monitored since April 2017.

The level of partial discharge has now reached a level of intensity, where prolonged usage of the generator may cause economic consequences. I conjunction with the partial discharge, the generator's main terminal box is showing signs of heavy ozone contamination. This is visible on wires where some of the insulation is deteriorated and the metal in the main terminal box has layers of discoloration.

To avoid a critical, undue breakdown a replacement of the generator is required.

Further, the unit have a history of leakage current damages to the gear teeth, which have necessitated frequent and costly maintenance works to be carried out, and the rotating parts are getting closer to their end of life. On top of this, the future operating profile of the unit will differ from the original design basis. Thus, as part of the project of replacing the generator, the gear box must be replaced by a parallel shaft gear box.

The delivery will include a turn-key delivery of a new generator and gear box and auxiliary equipment. It includes removal of the old equipment, design, engineering and installation of the new equipment including necessary changes to and reallocations of foundations and sup-porting structures and piping systems. It includes testing and commissioning, and the interoperability of the complete unit must be guaranteed.

The delivery will include optional work as well. The optional work covers strategic spare parts and some back-up equipment and system set up.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality of the Scope of Work / Weighting: 30
Quality criterion - Name: Time Schedule / Weighting: 15
Quality criterion - Name: Reusage of existing facility / Weighting: 5
Price - Weighting: 50
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
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:

From the applicants, who fulfill the minimum requirement for economic and financial standing and are not subject to any of the grounds of exclusions, Nordværk will select 3 applicants, who will be invited to submit a tender.

The selection will be based on the technical and professional ability of the applicant.

The selection will be based on Nordværk's assessment of which of the applicants who have the most relevant references, as understood by Nordværk as:

- The better the similarity to the Scope of Work

- The more recent references

- References that comply to Commision Regulation (EU) 2016/631 of 14 april 2016 establishing a network code on requirements for grid connection of generators (RFG)

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

The delivery will include optional work as well. The optional work covers spare parts, strategic spare parts, service agreement, back-up automatic voltage regulator system, back up generator protection system and continuous online partial discharge measurement. The optional work will not be a part of the evaluation.

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

The applicant must inform the following regarding economic and financial standing:

- Solvency ratio, which is defined as (Equity/Total Assets) x 100% , in the Last Fiscal Year (LFY).

Minimum level(s) of standards possibly required:

Nordværk I/S has the following minimum requirements regarding the economic and financial standing of the

applicant:

- A solvency ratio of minimum 10% in the Last Fiscal Year (LFY).

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

The applicant must inform the following regarding technical and professional ability:

- References:

List of relevant references describing the applicant's experience from similar projects and scope.

The Applicant must provide references from similar projects understood as a project with delivery and installation of generator and gear, covering the full scope of work and responsibility including all needed services (design, engineering, erection and installation, test and commissioning).

The Applicant is encouraged to inform whether the reference comply to Commision Regulation (EU) 2016/631 of 14 April 2016 establishing a network code on requirements for grid connection of generators (RFG) or not.

Minimum level(s) of standards possibly required:

Nordværk I/S has the following minimum requirements regarding references:

- Tenderer shall document a minimum of one (1) references from similar projects, that are no older than eight (8) years dated from 01/03-2023.

- The reference statements must include year of execution, Scope of Work and responsibilities of the Applicant, contact information of the client.

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: 05/05/2023
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:
English, Danish
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.3) Additional information:

As a precondition for an applicant to be declared eligible to undertake the Contract, the applicant must submit a completed and dated ESPD (European Single Procurement Document), which must contain the following:

1 Information about the applicant, information about the representatives of the applicant, information about reliance on the capacities of other entities (if any) and information concerning subcontractors on whose capacity the economic operator does not rely (if any)

2 Information about the applicant not being subject to the grounds of exclusion in section 134a-136 of The Public Procurement Act

3 Information about the economic and financial standing of the applicant

4 Information about the technical and professional ability of the applicant

Please notice, if the applicant is a consortium all members of the consortium must complete and submit a separate ESPD with the information listed above.

Regarding the minimum requirements this must be fulfilled by the consortium as a whole.

In relation to the selection among applicants Nordværk I/S will make an assessment of the overall suitability of the consortium.

Please notice, if the applicant rely on the capacity of one or more third parties regarding economic and financial standing and/or technical and professional ability those third parties must complete and submit a separate ESPD with the information listed above, including the information regarding the conditions of which the applicate rely on.

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 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Act on the Complaints Board for Tenders, the following deadlines apply for the submission of an appeal:

Complaints about not having been pre-qualified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after sending a notification to the affected applicants about who has been selected when the notification is accompanied by a justification for the decision. In other situations, a complaint about a tender must be submitted to the Complaints Board for Tenders before:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union stating that the contracting entity has entered into a contract. The deadline is calculated from the day after the day on which the executive order has been published.

2) 30 calendar days from the day following the day on which the contracting authority notifies the tenderers concerned that a contract based on a framework agreement reopening the competition or a dynamic purchasing system has been concluded, if the notification has stated a reason for the decision.

3) six months after the contracting authority has entered into a framework agreement calculated from the day after the day on which the contracting authority has notified the affected applicants and tenderers.

4) 20 calendar days calculated from the day after the contracting authority has announced its decision.

At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify the contracting authority in writing that a complaint is submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether a suspensive effect is requested of the complaint.

The Complaints Board for the E-mail Address of the Tender is specified in section VI.4.1).

The Complaints Guide from the Complaints Board for Tenders can be found on the Complaints Board's website.

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:
31/03/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|