23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 067-120711
Offentliggjort
04.04.2015
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
08.05.2015 Kl. 13:00

Addresse
HOFOR Energiproduktion A/S
Ørestads Boulevard 35
For the attention of: Lars Buhl
2300 København

Udbyder

HOFOR A/S

Vindere

(12.08.2016)
Doosan Skoda Power s.r.o.
Tylova 1/57
30128 Pilsen

Lot M4: Steam turbine, Generator and District Heating Systems


HOFOR A/S

Denmark-Copenhagen: Turbine installations

2015/S 067-120711

Contract notice – utilities

Works

Directive 2004/17/EC

Section I: Contracting entity

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

HOFOR Energiproduktion A/S
Ørestads Boulevard 35
For the attention of: Lars Buhl
2300 København
DENMARK
Telephone: +45 27955005
E-mail: m4bio4@hofor.dk

Internet address(es):

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

Electronic access to information: http://www.hofor.dk/installatoerer-og-leverandoerer/igangvaerende-udbud/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

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:
Lot M4: Steam turbine, Generator and District Heating Systems.
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: Amagerværket, Kraftværksvej 37, DK-2300 København S.

NUTS code DK011

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):
Lot M4: Steam turbine, Generator and District Heating Systems.
A full functional unit for Steam turbine, Generator and District Heating Systems.
Scope of Supply includes:
— Backpressure non reheat steam turbine (estimated steam data 560C / 140 bar / approx. 190 kg/s and approx. output 150 MWe/400MWth) as well as auxiliaries (lube oil, control fluid and vibration monitoring, etc.)
— Synchronous generator and auxiliary systems (CT/VT, generator busbars, protection, excitation system and synchronization, etc.)
— Turbine district heaters, by-pass heaters, interconnecting steam connections inside turbine building, condensate pumps, condensate connection to turbine process cycle, steam by-pass valves and steam control flaps etc
— District heat piping inside turbine building incl. booster pump
— Feed water tank, preheaters, steam and condensate lines
— Piping for auxiliary systems (process cooling water, chemical dosing, Instrument and utility air, fire water, etc) within own scope of works
— Turbine protection and functional description for turbine control system
— Electrical installations (cables, cable routes) from electrical consumers to MCC, electrical installations (cables, cable routes, junction boxes) from instrumentation to marshalling racks
— All supporting steel structures, suspension and support for ducts, insulation, cladding, walkways, galleries and stairways
— Wear and strategic spare parts
— Engineering incl. layout, purchase from sub suppliers, manufacturing, installation, commissioning, testing incl. performance and guarantee test and documentation.
The Scope of Supply excludes:
— Pilling and civil works
— Main DCS system
The supplier shall be able to provide maintenance and support to the equipment.
II.1.6)Common procurement vocabulary (CPV)

42112000, 31122000, 42165000, 42511100

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:
This Lot is a part of a mian project "BIO4" with the objective to replace the existing 600MW coal fired CPH plant with a new plant pased on biomass fuels. Lot M4 contains Steam turbine, Generator and District Heating Systems.
Estimated value excluding VAT: 30 000 000 EUR
II.2.2)Information about options
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: 42 (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:
Conditions will be described in the tender documents (after selection phase).
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Conditions will be described in the tender documents (after selection phase).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See VI.3.12 on criteria relating to economical and financial ability of a Joint Venture or Consortium of economic operators.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Conditions will be described in the tender documents (after selection phase).
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: See further details under VI.3)
A) General description of the applicant's company, including information of company name, organization and
ownership structure.
Application shall contain Applicant's name, including legal form and full address of incorporation. In case of
III.2.2.)K this information is to be provided for the ultimate parent providing the guarantee. In case Applicant is a Joint Venture or consortium, please include this information for each participant.
Applicant shall submit its organizational structure, including shareholder and grouping structure and parent/
holding company structure if applicable (please include comprehensive organization charts including legal entity names and relations). In case Applicant is a Joint Venture or consortium, please include this information for each participant.
In case Applicant is a Joint Venture or Consortium: please include all information as listed below in the section VI.3.12.
B) Certified copy of Certificate of registration (not older than 3 months) for applicant If the applying entity is a branch, subsidiary or operating company of a holding company or group of companies and has an ultimate parent company, and is relying on its financial strength, the ultimate parent company provides a certified copy of certificate of registration (not older than 3 months).
C) Documentation that the applicant is not in any of the situations described in the EC public procurement
directive article 45, section 2, paras a-f. (Template document under I.1 Specifications and documents). The declaration shall be issued according to the EC Public procurement directive, article 45, section 3, part 2. The documentation shall be maximum 3 months old at the expiry of the time limit for request to participate counted from the date of publication in the official journal of the EU.
If the applicant is a branch, subsidiary or operating company of a holding company or group of companies and
has an ultimate parent company, and is relying on its financial strength, the ultimate parent company provides documentation that the ultimate parent company is not in any of the situations described in the EC public
procurement directive article 45, section 2, paras a-f. The declaration shall be issued according to the EC Public procurement directive, article 45, section 3, part 2. The documentation shall be maximum 3 months old at the expiry of the time limit for request to participate counted from the date of publication in the official journal of the EU.
D) The solemn declaration stating that the applicant has not any outstanding debts to public authorities.
E) Certificate of accident protection & insurance including general description of cover.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: G) Applicant must be financially healthy. To pass the full credit assessment, Applicant will need to have been
assessed as a financially healthy company with a financial profile suitable and sizeable enough to fulfil
all obligations of the Contract and to bear a significant level of liabilities under the Contract. Criteria that are
used in the assessment include a demonstration by the Applicant that he has healthy profit margins
and sufficiently strong operating cash flow as well as adequate capitalization with generally acceptable (low)
levels of leverage. Furthermore, the Applicant's size and financial profile must be proportionate to the value
and tenor (duration) of the Contract and the Applicant must demonstrate ( to the extent reasonably possible) that he is capable of sustaining his size and financial profile over the lifetime of the Contract.
H) The Applicant must submit full audited, consolidated annual reports, including management report and explanatory notes and with a non-qualified auditor opinion, for the most recent three years for the Applicant. Additional financial information must be provided that relates specifically to the field of business related to the scope of the announced contract.
If the applicant is a branch, subsidiary or operating company of a holding company or group of companies
and has an ultimate parent company, and is relying on its financial strength, the ultimate parent company
provides full audited, consolidated annual reports, including management report and explanatory notes
and with a non-qualified auditor opinion, for the most recent three years. Additional financial information
must be provided that relates specifically to the field of business related to the scope of the announced
contract.
I) The applicant shall confirm in writing (document under I.1 Specifications and documents), in case of a
contract award, to provide HOFOR with a security for any advance payments with advance payment bonds
in a form and amount acceptable to HOFOR and by an independent, third party bank or Credit Insurance Company acceptable to HOFOR, with a minimum rating of A- / A3 (rating by Standard & Poor's and/or Moody's).
J) The applicant shall confirm in writing, in case of a contract award, to provide HOFOR with a performance
bond as a security for the works performed in a form and amount acceptable to HOFOR and by an
independent, third party bank or Credit Insurance Company, acceptable to HOFOR, with a minimum A- / A3 (rating by Standard & Poor's and/or Moody's).
K)The applicant shall confirm in writing, in case of a contract award, to provide HOFOR with warrantee bond
in agreed amount valid at least 2 years from take over of the works in a form and amount acceptable to HOFOR and by an independent, third party bank or Credit Insurance Company, acceptable to HOFOR, with a minimum A- / A3 (rating by Standard & Poor's and/or Moody's).
L) If Applicant is a branch, subsidiary or operating company of a holding company or group of companies
and has an ultimate parent company, and is relying on its financial strength, the ultimate parent company
provides a declaration expressing its willingness to fully guarantee any liability of its subsidiary during the
duration of the contract.
M) Declaration of joint and several liabilities in case parties are applying in the form of a consortium
etc.Should any of these parties be a branch, subsidiary or operating company of a holding company or group
of companies and has an ultimate parent company, each ultimate parent company provides a declaration
expressing its willingness to fully guarantee any liability if its subsidiary during the duration of the contract.
N) A credit/economic assessment will be a part of the evaluation procedure.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicant has to declare and to submit:
a. Applicant shall be an established and experienced contractor in the field of works of comparable size and scope and shall be experienced in engineering, manufacturing, procurement, installations works, project management and construction management as required for Lot M4 - Steam turbine, Generator and District Heating Systems.
To evaluate technical capacity of applicant, following shall be submitted:
1) Filled out reference list by completing template (document under I.1 specifications and documents) and containing description of each reference plant, which is technically the same or equivalent deliveries to the contract in question, according to II.1.5. The description of each reference shall be sufficient for HOFOR to evaluate the relevance of the reference.
The description can be a general technical description of the reference with information of for example scope og supply, capacities, steam parameters, physical size, drawings, sub-suppliers, time schedule for the deliveries, contract value and if the applicant was sub-supplier or turn-key supplier for the reference in question.
To evaluate organizational setup of applicant, following shall be submitted:
2) Information of the applicant's capability to supply deliveries similar to the contract in question according to II.1.5 including information of the applicant's organizational and in house technical capacity.
Information can be a description of the organizational setup with size of staff listed according to technical discipline for the contract in question according to II.1.5, and listed for the last three completed fiscal years. Information of possible sub-suppliers, if relevant, to be used for supplying engineering, construction and major equipment to the contract in question according to II.1.5.
b) Applicant must confirm in writing that he has or is willing to acquire adequate knowledge and experience
with Danish working conditions, environmental and building codes and legislation so as to be able to
fully comply with all relevant rules and regulation.
Information required at Request to Qualify: filled out and duly signed Self Declaration. Information if an Applicant is selected as Tenderer: no additional information.
c. Applicant is able to demonstrate that he can at least raise resources to meet the envisaged project planning
as indicated in this publication. Information required at Request to Qualify: filled out and duly signed Self
Declaration.
d. Applicant is certified in accordance with ISO 9001:2000 or equivalent, and ISO 14001 or equivalent.
Information required at Request to Qualify: filled out and duly signed Self Declaration. Information if an Applicant is selected as Tenderer: a copy of the certificate(s) and if stated equivalent; proof thereof.
e. Applicant is certified in accordance with OHSAS18001 or has an equivalent HSE Management
System. Information required at Request to Qualify:
filled out and duly signed Self Declaration. Information if an Applicant is selected as Tenderer: a copy of the
certificate(s) and if stated equivalent; proof thereof.
f. Applicant's adherence to the principles of the UN Global Compact will be mandatory as a contractual
condition, please indicate your acceptance to these principles. Information required at Request to Qualify:
filled out and duly signed Self Declaration.
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
8.5.2015 - 13:00
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:
1. This Contract Notice and related tender procedure is subject to the Pucblic Procurement Act for the Energy sector. The application must be signed and submitted in writing in one official paper-version and submitted in electronic form by USB-stick.
Hardcopies and USB-stick should be put in a sealed envelope. Each application shall be marked with the EU notification number and LOT no. and be marked as 'confidential'.
2. Applicant shall also name a single contact person with his/her detailed contact information including email, telephone, visiting address and postal address in case of clarification during prequalification process.
3. For convenience and efficiency, the employer would like to see the application structured according to the numbering in Section III.2) and should contain the requested information in the respective categories. Indications of earlier applications are not sufficient for verification.
4. With the Request to Qualify the applicant agrees to a change in the person of the employer. It cannot be ruled out that during the tendering process, a different person e.g. within HOFOR becomes the employer.
5. The obligation to provide third party certificates does not apply if and when a similar register is not kept or registration is not required. The applicant has to demonstrate and explain this.
6. In the context of the previous item 5 foreign applicants are encouraged to provide comparable third party certificates. Their equivalence is to be demonstrated. The entire application is to be written in English or Danish including respective proofs and appendixes. If an official document or third party certificate is not written in Danish, Swedish, German or English, a literal translation must be provided by a sworn interpreter.
7. An applicant may, also as a member of an applicant consortium, also refer to the skills of third companies (such as subcontractors) in demonstrating the suitability. Then the applicant must submit proof for the other company regarding the items III.2.1) and III.2.3).The obligation to submit proof for the technical capacity (III.2.3) is limited to the part or the parts of services, for which the third company shall be responsible. In addition, the applicant has to demonstrate that the necessary resources are made available by the third company. This can be carried out by a personally signed letter of commitment from the other company or the other companies respectively. An applicant cannot use the financial strength of a subcontractor to demonstrate the financial capability of the applicant itself.
8. HOFOR reserves the right to demand further statements and proof (including minimum requirements).
Furthermore, it reserves the right to request a personal presentation or visit of company or reference site of a candidate to verify for example the self-declarations. Applicants are not entitled to claim an additional demand or a visit or to do a personal presentation.
9. Questions are exclusively to be sent via email to the contact point until 6 calendar days before the application deadline. Thereafter, incoming questions are not considered. The employer will reply in a timely manner.
10. Applicant must be aware that social clauses can be a part of the scope.
11. Applications will be evaluated. Applicant's performances will be assessed and valued using the general information as requested in this Contract Notice. Specific information in the application regarding the Environmental management system, HSE management system and technical capacity according to the references, applicants capability and sub-suppliers as mentioned in section III.2.3
Applicants shall be selected as follows:
(i) First, the application will be reviewed on layout requirements and consistency. When information is missing, not consistent and/or differs from common practice, the Contracting Entity can expel the Applicant from the procedure. If the information is unclear or missing, the Contracting Entity does not have the obligation – to ask for additional information. Information provided with regard to another Contract Notice of the Contracting Entity or another entity from HOFOR will not be deemed to be provided for this Contract Notice and will thus be disregarded.
(ii) Second, it will be assessed if one or more excluding criteria apply to the Applicant. If so, the Applicant will be excluded from further participation in the tender procedure.
(iii) Third, if the number of Applicant's applying for pre-qualification exceeds 5, the Contracting Entity will perform the pre-qualification on the basis of an evaluation of each Applicant's respective economic and financial standing (cf. section III.2.2) as well as QHSE Systems and technical/professional ability (cf. section III.2.3).
The Applicant will be ranked according to the following SELECTION CRITERIA:
A: technical capacity and experience (Reference list) (80/100 points) – B: Organizational capacity and set-up (20/100 points) -
Applicant shall be an established and experienced contractor in the field of works of comparable size and scope and shall be experienced in engineering, manufacturing, procurement, installations works, project management and construction management as required for Lot M4 - Steam turbine, Generator and District Heating Systems. With regard to this Contract the Applicant needs to proove he has experience with the following core competences by providing a description of the core competences as required in III.2.3.
The specifications for contract awarding will be described in the tender documents. Contract awarding is subject to existing permits under public law. Contract awarding is subject to the economically viable implementation of the services to be determined by the employer.
12. Joint Ventures and Consortium Requirements
If the Applicant is a Joint Venture or a Consortium of two or more legal entities (herein referred to as JV/C) whether incorporated or unincorporated - the following additional requirements apply:
12.1. The obligations, risks and liabilities imposed on the Applicant by the tender process and / or by any agreement as a result of this tendering process, if awarded, shall be guaranteed by the partners in that JV/C jointly and severally. The Application and any resulting tender and/or agreement shall be signed for each of those parties by the person or persons authorized to make legally valid commitments;
12.2. At Conditional Contract Award, the Applicant shall submit proof that the agreement amongst the JV/C partners provides that:
a. if a JV/C partner goes into liquidation or has a receiving order issued against it, such partner will consent to, and the other partner(s) shall procure that all construction equipment, including without limitation tools, computer programs, and software furnished by the partner in question, and all subcontracts entered into by it, shall continue to be available, or, as the case may be, shall be assigned to the other partner(s), and
b. the structure and membership of the JV/C shall be maintained throughout the validity period of the tender and/or agreement;
c. Statement to evidence that the JV/C is registered in the register of companies.
12.3. The following information shall be included in the Application:
d. the full legal name, interest and role of each of the partners in the JV/C;
e. the full legal name of the partner nominated to act as manager of the JV/C and who, in such capacity, is authorized or shall be authorized to incur liabilities and enter into contractual relationships with third parties, to receive and act upon instruction from HOFOR, to make and receive payments, all on behalf of the JV/C.
f. Statement to evidence that the JV/C partners are jointly & severally liable.
g. Statement of consent of the ultimate parent of each JV/C partners that the respective subsidiary has entered into the JV/C for the purpose of this Contract.
h. Each JV/C partner shall have the reputable and healthy financial standing necessary to execute the announced Contract with the corresponding risk profile.
To evidence the aforementioned, full audited, consolidated annual reports, including management report and explanatory notes and with a non-qualified auditor opinion, for the most recent three years for each of the JV/C partners. Additionally each JV/C partner shall provide financial information that relates specifically to the field of business related to the scope of the announced Contract.
i. Written confirmation from each of the JV/C partners in case of contract award, to provide HOFOR with a security for any advance payments with advance payment bonds in a form and amount acceptable to HOFOR and by an independent, third party bank or Credit Insurance Company acceptable to HOFOR with a minimum rating of A-/A3 (rating by
Standard Poor's and/or Moody's).
j. Written confirmation from each of the JV/C partners, in case of contract award, to provide HOFOR with a performance bond as a security for the works performed, in a form and amount acceptable to HOFOR and issued by an independent third party bank or Credit Insurance Comapny acceptable to HOFOR with a minimum A-/A3 (rating by Standard Poor's and/or Moody's).
k. Written confirmation from each of the JV/C partners, in case of contract award, to provide HOFOR with a warrantee bond, valid at least 2 years from take over of the works, in a form and amount acceptable to HOFOR and issued by an independent third party bank or Credit Insurance Company acceptable to HOFOR with a minimum A-/A3 (rating by Standard Poor's and/or Moody's).
12.4. The JV/C shall remain unchanged throughout the whole procedure for the settlement of Contract.
If unforeseen circumstances require a change in the composition of such consortium, the awarding entity may allow such change at its sole discretion provided that the change does not distort competition amongst the Tenderers.
13. Applicant's are advised to show their interest in this tender, by contacting the Contact Person listed in section I.1.
14. A checklist list for the documentation is included in section I.1. This list is not to be regarded as a complete list and does not relieve the Applicant responsible for reviewing the notice himself.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: www.erhvervsstyrelsen.dk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The statutory deadline for complaints, according to Danish law, is 20 calender days calculated from when the
applicant receives notice on the prequalification result. No later than concurrently with filling a complaint with
the complaint board (KL Udbudsportalen) the claimant shall in writing notify the contracting entity of the alleged
violation and that the claim will be filled with the complaints board.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715100
Internet address: www.kfst.dk

VI.5)Date of dispatch of this notice:
1.4.2015

Send til en kollega

0.078