Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=362196&B=ENERGINET
Udbyder
Energinet Eltransmission A/S
Framework agreement for SF6 gas online monitoring
Energinet Eltransmission A/S
Contract notice – utilities
Supplies
Section I: Contracting entity
National registration number: 39 31 48 78
Postal address: Tonne Kjærsvej 65
Town: Fredericia
NUTS code: DK032 Sydjylland
Postal code: 7000
Country: Denmark
Contact person: K
E-mail: procurement@energinet.dk
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
Section II: Object
Framework agreement for SF6 gas online monitoring
Energinet has high-voltage circuit breakers filled with gas SF6, that is a very CO2 polluting gas variant. It has therefore been requested that Energinet should be able to monitor leakages more closely, so that Energinet can react proactively instead of reactively.
With this Framework Agreement Energinet wants to buy units, which should be mounted on the breakers, to be able to monitor the pressure in the breakers, and transfer data back to Energinet.
The duration of the Framework Agreement is 4 years with 2 options on extension in additional 2 year each.
Denmark
Energinet, who is the Danish TSO (Transmission System Operator), has high voltage stations (approximately around 275 stations) with high-voltage circuit breakers filled with SF6 gas that is a very CO2 polluting gas variant. It has therefore been requested that Energinet should be able to monitor leakages more closely, so that Energinet can react proactively instead of reactively. The scope for this tender, is to provide a framework agreement for Energinet to be able to purchase a combined and ready to mount solution (units) for surveying our SF6 filled components, and transfer data back to Energinet. Energinet wants to be able to monitor the pressure in the breakers, and be able to collect different data, to be able to analyze the trend over time, so that we can be able to identify SF6 leakages early in the process. The unit must consist of a digitalized gas density sensor or digitalized gas density monitor, with a communication node that can transfer data, via LoRaWAN communication. The solutions for the SF6 sensor must be powered through a battery package, but for the gas density monitor, the solution should be directly powered by power cord. Furthermore, this is the first step in monitoring our components using SF6 gas, and Energinet expects this to be spread to further components in the future. The supplier Energinet seeks should be able to produce/procure the set solution, so that Energinet can buy a unified solution, consisting of sensor/gas density monitor, communication node and power supply. The SF6 sensor / density monitor / with node / battery or direct power solution comes into tender, but the recipient LoRaWAN gateway is Energinet's own responsibility and coverage as well, so that the LoRaWAN standard becomes the dividing line between tender and Energinet. Energinet expects to buy 2.500 units, whereas Energinet expects it to be divided in the following product categories. SF6 Sensor with node and battery solution, henceforth referred to as type A, approximately 250 units.
Gas density monitor with node an direct power solution, henceforth referred to as type B, approximately 2250 units.
The duration of the Framework Agreement is 4 years with 2 options on extension in additional 2 year each.
Energinet has decided not to divide the tender into lots because Energinet assesses that the lots will be little of value and therefore not interesting for the market.
The framework agreement can be renewed 2 times for 2 years by written notice to the Supplier no later than 3 months prior to the end of the agreement.
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 assignment. 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:
• Delivery of a combined and ready to mount solution (unit), for surveying SF6 filled components.
o Delivery of a solution consisting of a digitalized gas density sensor and digitalized gas density monitor, with a communication node, that can transfer data, via LoRaWAN communication. The solutions must be powered through a battery package, but for the gas density monitor, the solution should be directly powered through a power cord/cable.
o Delivery of a solution, which can transfer data via. LoRaWAN, so data can be analyzed and reacted upon
• Delivery of a solution (unit) that the supplier already has mounted on a high voltage circuit breaker in a high voltage station or in a similar environment
The framework agreement can be renewed 2 times for 2 years by written notice to the Supplier no later than 3 months prior to the end of the agreement.
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.
To II.1.5 and II.2.6: The Contracting Authority’s best estimate for The Framework Agreement’s value is EUR 2.7 mio. The Framework Agreements total value (max value) is EUR 5.5 mio.
Section III: Legal, economic, financial and technical information
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). 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).
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 900.000.
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 2.7 mio.
On request, the applicant must be able to document the fulfillment of the minimum requirements by presenting an approved annual report or auditor’s statement containing the figures required to be disclosed in the ESPD. The applicant can also document the fulfillment by any other document that the contracting authority deems appropriate, if the applicant is unable to provide the above documents for a valid reason.
The applicant can include up to 2 (two) most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability” and must be a maximum of 5 pages.
Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards 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:
1. A specific description of the work performed for each reference, including a description of the product delivered, if it was a combined, mount solution similar to the subject of the contract, mounted at a high voltage circuit breaker or similar components, in a high voltage station or similar environment
2. Contract value (if possible)
3. Contact information for the entity in question (including contact person)
4. Date of initiation and final delivery (day, month, year)
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9. 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) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the 2 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) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 2 when combined. If more than 2 references are included, the Contracting Authority will only consider the 2 most recent references determined by date of final delivery (in this case not yet finished references will not be included).
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 Procurement 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 TED announcement. 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.
The information is stated in the Tender Documents.
The information is stated in the Tender Documents.
There is no requirement for the tenderers legal form.
If the application and tender is submitted by a consortium, all participants in the consortium must be jointly and severally liable for the fulfillment of the contract, and a consortium participant must be appointed with whom a binding agreement can be entered into on behalf of the consortium.
The information is stated in the tender material.
Section IV: Procedure
Section VI: Complementary 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 applicant's own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic oper-ator” 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 eco-nomic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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 fol-lowing 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.
Postal address: Carl Jacobsen Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk