580538-2023 - WettbewerbDänemark-Fredericia: Transformatoren
OJ S 186/2023 27/09/2023
Bekanntmachung eines Qualifizierungssystems – Sektoren
Lieferungen
Rechtsgrundlage:
Richtlinie 2014/25/EU

Abschnitt I: Auftraggeber

I.1.
Name und Adressen
Offizielle Bezeichnung: Energinet Eltransmission A/S
Nationale Identifikationsnummer: 39314878
Postanschrift: Tonne Kjærsvej 65
Ort: Fredericia
NUTS-Code: DK Danmark
Postleitzahl: 7000
Land: Dänemark
Kontaktstelle(n): Procurement - A
E-Mail: procurement@energinet.dk
Telefon: +45 70102244
Internet-Adresse(n):
Hauptadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Adresse des Beschafferprofils: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
I.1.
Name und Adressen
Offizielle Bezeichnung: 50Hertz Transmission GmbH
Nationale Identifikationsnummer: HRB 84446
Postanschrift: Heidestraße 2
Ort: Berlin
NUTS-Code: DE Deutschland
Postleitzahl: 10557
Land: Deutschland
E-Mail: purchasing@50hertz.com
Internet-Adresse(n):
Hauptadresse: www.50hertz.com
I.2.
Informationen zur gemeinsamen Beschaffung
Der Auftrag betrifft eine gemeinsame Beschaffung
Im Falle einer gemeinsamen Beschaffung, an der verschiedene Länder beteiligt sind – geltendes nationales Beschaffungsrecht:
Danish
I.3.
Kommunikation
Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=380054&B=ENERGINET
Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen
Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=380054&B=ENERGINET
Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen
I.6.
Haupttätigkeit(en)
Strom

Abschnitt II: Gegenstand

II.1.
Umfang der Beschaffung
II.1.1.
Bezeichnung des Auftrags
Supplier qualification system for HVDC Converter substations
Referenznummer der Bekanntmachung: 23/10146
II.1.2.
CPV-Code Hauptteil
31170000 Transformatoren
II.1.3.
Art des Auftrags
Lieferauftrag
II.2.
Beschreibung
II.2.2.
Weitere(r) CPV-Code(s)
31200000 Elektrizitätsverteilungs- und -schalteinrichtungen, 45232220 Bau von Unterwerken, 45232221 Umspann-Unterstation, 45317200 Elektroinstallationsarbeiten für Transformatoren
II.2.3.
Erfüllungsort
NUTS-Code: DK Danmark
NUTS-Code: DE Deutschland
Hauptort der Ausführung: Suppliers own production facilities with installation activities at site.
II.2.4.
Beschreibung der Beschaffung
Energinet and 50 Hertz intends to establish a Supplier Qualification System (“SQS”) for the procurement of HVDC converters, HVDC- and HVAC-substations in connection to the converters. The SQS is mainly intended for interconnector and offshore wind energy related projects such as the Bornholm Energy Island project.
In the following, the requirements for a typical project are outlined. Deviations may, however, occur during the lifespan of the SQS.
The scope of works of the supplier may cover development, design, engineering, relevant studies and reports, procurement, manufacturing, packaging, transportation, delivery, construction, installation, testing, commissioning, maintenance and documentation of HVDC and HVAC installations.
HVDC installations may include:
1. The offshore and/or onshore converters (together ‘the Converters’) for the HVDC Substations and in particular:
a. the primary systems
b. the secondary systems including black start diesel generators
The HVDC substations should
1. be based on VSC-MMC technology, using MMC Building Blocks in a half-bridge arrangement.
2. be arranged as a bipolar system with Dedicated Metallic Return (DMR)
3. have a transmission capacity range from approximately 1,2 to 2 GW
4. have the capability to absorb or generate reactive power independently from the active power (as further specified in each tender)
5. be rated for a DC voltage level of ±525 kV
The HVDC offshore converter stations may, amongst other things, include a DC switchyard (the offshore DC switchyard) that:
In the following, the requirements for a typical project are outlined. Deviations may, however, occur during the lifespan of the SQS.
The scope of works of the supplier may cover development, design, engineering, relevant studies and reports, procurement, manufacturing, packaging, transportation, delivery, construction, installation, testing, commissioning, maintenance and documentation of HVDC and HVAC installations.
HVDC station installations may include:
1. The offshore and/or onshore converters (together ‘the Converters’) for the HVDC Substations and in particular:
a. the primary systems (AC and DC)
b. the secondary systems including but not limited to control and protection systems, black start diesel generators, auxiliary and ancillary systems
The HVDC substations should
1. be Voltage Source Converter (VSC), which must be realised as a multi-level converter half-bridge arrangement.
2. be arranged as a bipolar system with Dedicated Metallic Return (DMR)
3. have a transmission capacity range from approximately 1,2 to 2 GW
4. have the capability to absorb or generate reactive power independently from the active power (as further specified in each tender)
5. be rated for a DC voltage level of ±525 kV
The HVDC converter stations may, amongst other things, include a DC switchyard (the DC switchyard) that:
1. Should have the necessary components to connect and disconnect any combination of the HVDC converter stations of the respective tender under load.
2. Should be prepared so that future expansions can be carried out concurrently with the existing HVDC links being in normal operation. Brief reduction of current in a single pole at a time is allowed.
The offshore AC substations will accommodate connection of offshore wind park connection and supply the local grid.
The deliverables may include onshore HVAC substations.
Further, the deliverables may include a coordinated control system for the overall project’s system.
Finally, the deliverables may include installation, test and subsequent maintenance in connection with the above.
II.2.5.
Zuschlagskriterien
Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.8.
Dauer der Gültigkeit des Qualifizierungssystems
Unbestimmte Dauer
II.2.13.
Angaben zu Mitteln der Europäischen Union
Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1.
Teilnahmebedingungen
III.1.9.
Qualifizierung für das System
Anforderungen, die die Wirtschaftsteilnehmer im Hinblick auf ihre Qualifikation erfüllen müssen:
Applicants must submit the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 134a, 135 (1-3) and 136.
The applicant must meet the minimum requirements concerning economic and financial standing, cf. section VI.3) of this notice. The information must be submitted in the ESPD Part IV.B.
The applicants must meet the minimum requirements concerning technical and professional ability for references, cf. section VI.3) of this notice. The information must be submitted in the ESPD Part IV.C or in the enclosed reference scheme.
Finally, applicants must meet the minimum requirements concerning technical and professional ability for QHSE management systems, cf. section VI.3) of this notice.
The information must be submitted in the ESPD Part IV.D.
Methoden, mit denen die Erfüllung der einzelnen Anforderungen überprüft wird:
Energinet is obligated to verify that the applicants are not subject to the mandatory grounds for exclusion. Further, Energinet is obligated to ensure that all minimum requirements are fulfilled. Energinet will do so based on the information submitted in the ESPD and the documentation which will be requested on the basis of the ESPD, cf. section VI.3) of this notice.
Energinet has included a guide for the Qualification system which can be found in EU-Supply.

Abschnitt IV: Verfahren

IV.1.
Beschreibung
IV.2.
Verwaltungsangaben
IV.2.4.
Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können
Englisch

Abschnitt VI: Weitere Angaben

VI.2.
Angaben zu elektronischen Arbeitsabläufen
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3.
Zusätzliche Angaben
1) Concerning economic and financial standing:
In the ESPD part IV.B, the applicant must provide the following information:
1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)
2. Equity ratio (equity/total assets). This should be stated with two decimals.
For admittance to the SQS, the application must meet the following minimum requirements in the latest annual report: Equity ratio from the latest annual report must be at least 20 pct.
2) Concerning technical and professional ability:
References
The applicant should include the (up to) 5 most comparable and relevant references performed in the past 10 years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability” or in the enclosed reference template. Performed in the past 10 years implies that the reference must not have been completed prior to the date reached when counting 10 years backwards from the submission date for application.
All references should include a specific description of the works comprised by each reference, including:
o An overall project description.
o Client and location of project.
o Responsibilities and deliverables (technical scope) performed by the applicant, including
 Type of converter
 DC voltage level
 Hardware and software included in the deliverables
o Contract value (if possible).
o Date of initiation and final delivery for deliverables performed by the applicant (day, month, year).
o Date of start of commercial operation (day, month, year)
o Contact information for the entity in question (including contact person (if possible)).
Minimum requirements concerning references:
For admittance to the category of the SQS, the applicant must meet the following minimum requirements related to references:
The applicant must submit two (or more) references, each comprising delivery of a HVDC point to point VSC converter which must be realized as a multi-level converter (in accordance with definition of IEC 62747) at minimum 320kV. Both references must include all hardware and software for the converter. Further, each of the reference projects must be a turnkey project for HVDC link and have been successfully in commercial operation for minimum 12 months by the submission date for the application.
Quality assurance schemes and environmental management standards
In the ESPD part IV.D, the Applicant must provide information about certificates and/or descriptions of standards concerning QA and HSE.
Minimum requirements concerning QHSE
The applicant must have implemented an HSE management system in compliance with ISO 14001 and ISO 45001 (or other equivalent international standards as applicable).
Further, the applicant must have implemented a quality management system in compliance with ISO 9001:2015 (or other equivalent international standards as applicable).
3) Contracting entities:
Regarding the contracting entities, for further details, reference is made to Section 1.1 of the ‘Guide to SQS" document
VI.4.
Rechtsbehelfsverfahren/Nachprüfungsverfahren
VI.4.1.
Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren
Offizielle Bezeichnung: Klagenævntet for Udbud
Postanschrift: Nævnenes Hus, Toldboden 2
Ort: Viborg
Postleitzahl: 8800
Land: Dänemark
E-Mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internet-Adresse: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3.
Einlegung von Rechtsbehelfen
Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen:
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 publi-cation date);
2. 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, 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 can-didates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant rea-sons for the decision.
VI.4.4.
Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt
Offizielle Bezeichnung: Konkurrence- og Forbrugerstyrelsen
Postanschrift: Carl Jacobsen Vej 35
Ort: Valby
Postleitzahl: 2500
Land: Dänemark
E-Mail: kfst@kfst.dk
Telefon: +45 41715000
Internet-Adresse: http://www.kfst.dk
VI.5.
Tag der Absendung dieser Bekanntmachung
22/09/2023