23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 128-236144
Offentliggjort

Udbyder

Brønderslev Varme A/S

Vindere

(15.06.2016)
Euro Therm A/S
Sletvej 2F
8310 Tranbjerg

Opdateringer

Rettelse
(08.08.2015)

I stedet for:

III.2.3)

Technical capacity:

Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: A description of the applicant's experience with similar services on biomass fired boiler plants, thermal oil, power generation based on ORC-technology, heat pumps and with heat production for district heating systems within the last 5 years. The references must specify the location, client, the contract value and the year of commissioning and include a description of the services provided by the applicant. The references must be specified in details; i.e. pressure range (bar), temperature set (°C) and overall total performance (MW) as well as a description of the provided technology.

Minimum requirements: It is required that the applicant has proven experience from several of the services mentioned above within the last 5 years

Læses:

III.2.3)

Technical capacity:

Information and formalities necessary for evaluating if the requirements are met: A description of the applicant's experience with similar services on biomass fired boiler plants, thermal oil, power generation, ORC-technology, heat pumps and with heat production for district heating systems within the last 5 years. The references must specify the location, client, the contract value and the year of commissioning and include a description of the services provided by the applicant. The references must be specified in details; i.e. pressure range (bar), temperature set (°C) and overall total performance (MW) as well as a description of the provided technology.

Minimum requirements: It is required that the applicant has proven experience from several of the services mentioned above within the last 5 years.

Electricity


Brønderslev Varme A/S

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

Brønderslev Varme A/S
Dansk
Virksomhedsvej 20
Contact point(s): Brønderslev Varme A/S
For the attention of: Thorkil Bartholdy Neergaard
9700 Brønderslev
DENMARK
Telephone: +45 96452920
E-mail: tbn@bronderslevforsyning.dk

Internet address(es):

General address of the contracting entity: http://www.bronderslevforsyning.dk/dk

Further information can be obtained from: NIRAS A/S
Vestre Havnepromenade 9
For the attention of: Laurits Tækkemand Nissen
9100 Aalborg
DENMARK
Telephone: +45 20198787
E-mail: ltn@niras.dk
Fax: +45 96306474
Internet address: http://www.niras.dk

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: NIRAS A/S
Vestre Havnepromenade 9
For the attention of: Laurits Tækkemand Nissen
9100 Aalborg
DENMARK
Telephone: +45 20198787
E-mail: ltn@niras.dk
Fax: +45 96306474
Internet address: http://www.niras.dk

Tenders or requests to participate must be sent to: NIRAS A/S
Vestre Havnepromenade 9
For the attention of: Laurits Tækkemand Nissen
9100 Aalborg
DENMARK
Telephone: +45 20198787
E-mail: ltn@niras.dk
Fax: +45 96306474
Internet address: http://www.niras.dk

I.2) Main activity
Production, transport and distribution of gas and heat
Electricity
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Brønderslev Varme — Biomass fired CHP plant — Mechanical utillity.
II.1.2) Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Brønderslev Varme A/S, Virksomhedsvej, 9700 Brønderslev.

NUTS code DK050

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
The biomass-fired CHP plant must include design, supply, installation and commissioning of a complete biomass-fired CHP plant having a thermal power output of approximately 20 MW power (including flue gas condensation). The plant must be able to treat and burn wood chips with a moisture content from 30 % to 55 %. The plant must produce both electricity and heat. The system is established with ORC and exhaust gas condensing. The contract covers the total mechanical installation including cranes, batching plant, boiler, electricity producing unit (ORC), transformers, flue gas cleaning plant, flue gas condensation plant, chimney, electrical equipment and SCADA system. The biomass fired CHP plant will be connected to a solar system based on thermal oil. The complete solar system incl. thermal oil system is contained in another contract. The contractor will participate in the definition of the designparamters, the design and include the physical connection.
General: The final requirements and all design parameters, construction limits and integration into the existing plant will be specified in the tender documents.
II.1.6) Common procurement vocabulary (CPV)

09310000, 09320000, 31121200, 31121000, 42160000, 42300000, 42511110, 42515000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
Options: yes
Description of these options: Heat pump on the condensing system for exhaust gas.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Will be specified in the tender documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Brønderslev Forsyning requires that the payment terms are current month plus 30 days from receipt of invoice. Any formal requirements will be specified in the tender documents. The payment will be made according to a payment schedule to be determined by Brønderslev Forsyning and the succesful bidder. More information, including the principles for the payment plan, will be included in the tender documents that will be submitted to the prequalified tenderers.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the tender is submitted by a group of contractors (i.e, a consortium), each member must submit a declaration of joint and several liability. The group of contractors must designate a responsible signatory person with whom the contracting entity can enter binding agreements and contracts.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Description of particular conditions: In case of any breach from the contractor or payment incapability the contracting entity has the right to enter the contractor's contracts with the subcontractors.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: A) The documentation that the applicant is not precluded from making offers in accordance with Article 45 part 1 and 2 of the Council Directive2004/18/EC. The documentation must be submitted by a declaration prepared by the applicant himself. The documentation used must not be older than 6 months counting backwards from the deadline for submission of the application.
B) Description of the applicant's organizational structure and ownership, company name, address, tax ID, phone no., email address and contact persons. To the extent that the applicant intends to make use of subcontractors and/or sub-consultants, name, address and supply must be informed for each of these. If the applicant in order to fulfill the minimum requirement is basing this on the use of subcontractors a reference list from these together with a declaration that they will provide resources for the applicant must be included. If the applicant is a group of economic operators (i.e. a consortium) each operator in the group must provide adequate documentation according to this item.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: C) The financial key figures from the applicant (equity, revenue and result) to be submitted including the past 3 years or as long as the applicant has existed if this is shorter than 3 years. Submission of accounts are not required. In case significant changes in the applicant's financial situation have occurred since the last financial reporting, the applicant must include a statement thereof. It is a requirement that the applicant has had a positive equity during the past 3 financial years.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: A description of the applicant's experience with similar services on biomass fired boiler plants, thermal oil, power generation based on ORC-technology, heat pumps and with heat production for district heating systems within the last 5 years. The references must specify the location, client, the contract value and the year of commissioning and include a description of the services provided by the applicant. The references must be specified in details; i.e. pressure range (bar), temperature set (°C) and overall total performance (MW) as well as a description of the provided technology.
Minimum requirements: It is required that the applicant has proven experience from several of the services mentioned above within the last 5 years.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
14.8.2015 - 12:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
The application shall be submitted electronically to Mr Laurits Tækkemand Nissen; email address specified in Annex A, section III. On the basis of the applications received, Brønderslev Forsyning will select 3-5 candidates and invite these to submit their tenders. If the number of candidates, who meet the section. III.2 conditions specified for participation, exceeds the desired number, Brønderslev Forsyning will select the 3-5 candidates that have the best and most suitable references. This selection will be made in the interest of securing an optimal competition with focus on the specific project to be carried out.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for udbud
Kampmannsgade 1
1780 København V
DENMARK
Telephone: +45 33307700

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Any complaints re. the prequalification must be submitted within 20 calendar days from the day following the day on which the contracting entity has notified the applicants. Any complaints re. the tender must be submitted within 45 calendar days from the day the contracting entity has published a notice in the OJEC that the contracting authority has signed a contract. The period begins on the day following the day on which the notice has been published. No later than when the appeal is submitted to the Danish ‘Klagenaevnet for Udbud’ — the Board of Appeal of Public Procurement, the complainant must in writing notify the contracting entity that a complaint is submitted to the ‘Klagenaevnet forUdbud’, and inform whether the complaint has been lodged in the stand still period.
Re. DA Standard form 05 — Contract notice — utilities 11/15 situations, where a complaint is not filed in the stand still period, the complainant must also state whether a suspensive effect of the appeal is requested. The complaint must be accompanied by a fee of 4 000 DKK.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrencestyrelsen, Center foroffentlig konkurrence
Nyropsgade 30
1780 København V
DENMARK
Telephone: +45 72268000
Internet address: www.klfu.dk

VI.5) Date of dispatch of this notice:
2.7.2015

Send til en kollega

0.062