An official website of the European Union

422579-2023 - Competition

Notice View

Summary

2023-OJS132-422579-en
I.1.
Name and addresses
Official name: Energinet Gastransmission A/S
National registration number: 39315084
Postal address: Tonne Kjærsvej
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Procurement - A
Telephone: +45 70102244
Internet address(es):
I.6.
Main activity
Production, transport and distribution of gas and heat
II.1.1.
Title
Procurement of M/R station Smorup
Reference number: 22/10326
II.1.2.
Main CPV code
42000000 Industrial machinery
II.1.3.
Type of contract
Supplies
II.1.5.
Estimated total value
Value excluding VAT: 3 000 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
42000000 Industrial machinery, 38420000 Instruments for measuring flow, level and pressure of liquids and gases, 38423100 Pressure gauges, 38425300 Depth indicators, 39341000 Gas pressure equipment, 42123100 Gas compressors, 42131140 Pressure-reducing, control, check or safety valves, 42160000 Boiler installations, 42131147 Safety valves, 42131250 Needle valves, 42131260 Ball valves, 42511000 Heat-exchange units and machinery for liquefying air or other gases, 42511100 Heat-exchange units, 42514000 Machinery and apparatus for filtering or purifying gases, 42514320 Gas filters, 45333100 Gas regulation equipment installation work, 45333200 Gas meter installation work, 50411200 Repair and maintenance services of gas meters, 38931000 Temperature humidity testers
II.2.3.
Place of performance
NUTS code: DK Danmark
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 82
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 08/08/2023 Local time: 12:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
07/07/2023

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2023-OJS132-422579-en
422579-2023 - CompetitionDenmark-Fredericia: Industrial machinery
OJ S 132/2023 12/07/2023
Contract notice – utilities
Supplies
Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1.
Name and addresses
Official name: Energinet Gastransmission A/S
National registration number: 39315084
Postal address: Tonne Kjærsvej
Town: Fredericia
NUTS code: DK Danmark
Postal code: 7000
Country: Denmark
Contact person: Procurement - A
Telephone: +45 70102244
Internet address(es):
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=373850&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=373850&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
Procurement of M/R station Smorup
Reference number: 22/10326
II.1.2.
Main CPV code
42000000 Industrial machinery
II.1.3.
Type of contract
Supplies
II.1.4.
Short description
The Contracting Authority wants to purchase a M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline (80-55 barg) and the distribution pipeline (35-55 barg). The M/R station is part of FTB (Fast track Biogas) project, in which the gas from the distribution line pressurizes and deodorizes the gas to the transmission line. This will enable flow of biogas both ways, making it possible to distribute gas national in Denmark, utilizing the biogas produced locally.
The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), going north towards Aalborg. At gas storage Ll. Torup, a pressure reduction will be installed, to enable pigging. For further details concerning the purchase, reference is made to the Tender Documents.
II.1.5.
Estimated total value
Value excluding VAT: 3 000 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
42000000 Industrial machinery, 38420000 Instruments for measuring flow, level and pressure of liquids and gases, 38423100 Pressure gauges, 38425300 Depth indicators, 39341000 Gas pressure equipment, 42123100 Gas compressors, 42131140 Pressure-reducing, control, check or safety valves, 42160000 Boiler installations, 42131147 Safety valves, 42131250 Needle valves, 42131260 Ball valves, 42511000 Heat-exchange units and machinery for liquefying air or other gases, 42511100 Heat-exchange units, 42514000 Machinery and apparatus for filtering or purifying gases, 42514320 Gas filters, 45333100 Gas regulation equipment installation work, 45333200 Gas meter installation work, 50411200 Repair and maintenance services of gas meters, 38931000 Temperature humidity testers
II.2.3.
Place of performance
NUTS code: DK Danmark
Main site or place of performance: Haverslev
II.2.4.
Description of the procurement
The Contracting Authority wants to purchase a M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline (80-55 barg) and the distribution pipeline (35-55 barg).
The M/R station is part of FTB (Fast track Biogas) project, in which the gas from the distribution line pressurizes and deodorizes the gas to the transmission line. This will enable flow of biogas both ways, making it possible to distribute gas national in Denmark, utilizing the biogas produced locally.
The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), going north towards Aalborg. At gas storage Ll. Torup, a pressure reduction will be installed, to enable pigging.
For further details concerning the purchase, reference is made to the Tender Documents.
The tender procedure will be carried out via EU-Supply. For further information see: (http://eu-supply.com/Website/About).
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: 82
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: 3Objective criteria for choosing the limited number of candidates:
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 M/R stations similar to the tendered assignment in an environment with climate and weather conditions similar to Denmark, including:
o Handling of client deliveries to be used in M/R station (installation, programming, and testing)
o Sizing and design of gas pre-heating system
o Facilitation of Hazop/Hazid for units
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
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.

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 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)
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 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).
Minimum level(s) of standards possibly required:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least 1 mio. EUR.
Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct.
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
The applicant must include the up to five (5) 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”. 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:
A specific description of the work performed for each reference, including:
Detailed description on the construction and the technical design of the delivered station for each reference including the following information:
1. The design pressure and flow amount of the delivered station
2. Materials used for the station
3. Handling of client deliveries and installation
4. Sizing and design of gas preheating system
5. Use of subcontractors
6. Contract value (if possible)
7. Contact information for the entity in question (including contact person)
8. Date of initiation and final delivery (day, month, year)
Any ambiguities and/or incomprehensibilities concerning the above information may have a nega-tive 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 five (5) 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 five (5) when combined. If more than five (5) references are included, the Contracting Authority will only consider the five (5) most recent references determined by date of final delivery (in this case not yet finished references will not be included).
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.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Pro-curement 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 notification. 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.
III.1.6.
Deposits and guarantees required
The information is stated in the Tender Documents.
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 Documents.
III.1.8.
Legal form to be taken by the group of economic operators to whom the contract is to be awarded
No special legal form is required.
If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.
III.2.
Conditions related to the contract
III.2.2.
Contract performance conditions
The information is 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: 08/08/2023 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: 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.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 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 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 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 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
Official name: Klagenævntet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
Telephone: +45 72405708
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 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 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
Official name: Konkurrence- og Forbrugerstyrelsen
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
VI.5.
Date of dispatch of this notice
07/07/2023