23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 112-199303
Offentliggjort
13.06.2016
Udbudstype
Begrænset udbud

Udbyder

HOFOR A/S

Vindere

(20.01.2017)
Siemens A/S
Borupvang 9
2750 Ballerup

Opdateringer

Rettelse
(02.07.2016)

IV.2.2)
instead of:
Date: 30-06-2016
Time: 13:00
Read:
Date: 06-07-2016
Time: 13:00


Additional information
Relevant information about the adjustments to be found on:
http://www.hofor.dk/installatoerer-og-leverandoerer/igangvaerende-udbud/

Lot DCS


HOFOR A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Hofor Energiproduktion A/S
Ørestad Boulevard 35
København S
2300
Denmark
Telephone: +45 27875795
E-mail: b2bkihu@hofor.dk
NUTS code: DK011

Internet address(es):

Main address: http://www.hofor.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.hofor.dk/installatoerer-og-leverandoerer/igangvaerende-udbud/
Additional information can be obtained from the abovementioned address
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:

 

Lot DCS.

 

II.1.2) Main CPV code
51900000
II.1.3) Type of contract
Services
II.1.4) Short description:

 

DCS System for the biomass fired power-plant BIO4.

 

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

 

Amagerværket, Kraftværksvej 37, 2300 København S.

 

II.2.4) Description of the procurement:

 

Described in the tender documents.

 

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: 34
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: 3
Objective criteria for choosing the limited number of candidates:

 

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 lll.1.3) Applicants shall be selected as follows:

(i) 1st, 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) 2nd, it will be assessed if 1 or more excluding criteria apply to the Applicant. If so, the Applicant will be excluded from further participation in the tender procedure.

(iii) 3rd, if the number of Applicant's applying for pre-qualification exceeds 3, 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.1.2)) as well as technical/professional ability (cf. section III.1.3))

The Applicant shall be an established and experienced contractor in the field of works of comparable size and scope and shall be experienced in supply, engineering, programming, test, installation, commissioning and project management as required for Lot DCS-DCS systems. With regard to this Contract the Applicant needs to prove he has experience with the following core competences by providing a description of the core competences as required in III.1.3) The specifications for contract awarding are 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.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

Beskrivelse af optioner:

A: Turbine control system (TCS);

B: Redundant profibus connections to the MCC system;

C: Basic engineering;

D: Training of operation and maintenance staff;

E: Service contract;

F: Spare parts;

G: Work places for operation and engineering;

H: GPS Time server, antenna and installation;

I: Wireless access points.

Further details in the tender document Volume 3B.

 

II.2.12) Information about electronic catalogues
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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

The Applicant must fill in and enclose in its application the European Single Procurement Document (ESPD) with following information.

Key figures from the latest 3 completed financial year containing information on:

— Applicant (contract holders) total net turnover (ESPD — IV.B total annual turnover is filled);

— Result before tax (ESPD — IV.B other economic and financial requirements to be completed);

— Assets (ESPD — IV.B other economic and financial requirements to be completed);

— Own capital (ESPD — IV.B other economic and financial requirements to be completed).

1) Applicant must be financially healthy. To pass the full credit assessment, Applicant will need to have been judged as a financially healthy company with a financially 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.

2) 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, then Consolidated reports must be provided.

 

Minimum level(s) of standards possibly required:

 

The applicant shall confirm in writing, in case of a contract award ((Template document under I.3) Specifications and documents), 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 acceptable to HOFOR with a minimum rating of A- / A3 (rating by Standard & Poor's and/or Moody's).

1) 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, acceptable to HOFOR, with a minimum A- / A3 (rating by Standard & Poor's and/or Moody's). Price of works means the agreed net amount to be stated in the contract for design, execution and completion of the works and the remedying of any defects and excludes adjustments (if any) in accordance with the contract.

2)The applicant shall confirm in writing, in case of a contract award, to provide HOFOR with warrantee bond in agreed amount for the price of the works 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, acceptable to HOFOR, with a minimum A- / A3 (rating by Standard & Poor's and/or Moody's).

Price of works means the agreed net amount to be stated in the contract for design, execution and completion if the works and the remedying of any defects and excludes adjustments (if any) in accordance with the contract.

3) 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.

4) 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.

5) A credit/economic assessment will be a part of the evaluation procedure II.2.9)

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

The Applicant shall be an established and experienced contractor in the field of works of comparable size and scope and shall be experienced in supply, engineering, programming, test, installation, commissioning and project management as required for Lot DCS.

With regard to this Contract the Applicant needs to prove he has experience with the following core competences:

1) DCS Systems for Thermal power plants.

 

Minimum level(s) of standards possibly required:

 

Filled out reference list for Lot DCS:

A reference list and a description of recent deliveries that is technically similar deliveries to the contract in question, according to II.2.4) The description of each reference shall be sufficient for HOFOR to evaluate the relevance of the reference to the contract in question, according to II.2.4) The description can be a general technical description of the reference with information of for example size of DCS system (approximate number of I/O signals, motors, valves, PID-controllers), degree of technical complexity (use of IEC 61850, Profibus, OPC, Fail-safe system, Electrical Engineering System, Process Calculations, Vibration Monitoring, IT security) and if the applicant was sub-supplier or turn-key supplier for the reference in question.

 

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

 

Described in the tender material.

 

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

 

Described in the tender material.

 

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

 

If the contract is awarded to a group of candidates (e.g. a consortium or joint venture), such group is required to undertake joint and several liability and to authorize 1 candidate to represent the group.

 

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

 

Described in the tender material Volume 2.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/06/2016
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/07/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 28/02/2017
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

1. This Contract Notice and related tender procedure is subject to the Public Procurement Act for the Energy sector. The application must be signed and submitted in writing in 1 official paper-version and submitted in electronic form by USB-stick. Hard-copies and USB-stick should be put in a sealed envelope. Each application shall be marked with the EU notification number and Lot DCS 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 pre-qualification process.

3. For convenience and efficiency, the employer would like to see the application structured as this notice 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 Danish or English, including respective proofs and appendixes. If an official document or third party certificate is not written in Danish 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 item III.1.3) The obligation to submit proof for the technical capacity (III.1.3)) 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 try to reply in a timely manner.

10. Applicant must be aware that a social clause regarding employment of apprentices 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.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Dahlerups Pakhus, Langelinje Allé 17
København Ø
2100
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet forUdbud) (the Act is available at www.retsinformation.dk), the following deadlines apply to the lodging of appeals.

Appeals for not having been selected must be submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days of the day after submission of notification to the applicants concerned of the identity of the applicants selected, see s.171(2) of the Procurement Act, or s.2(1)(i)of the Act if the notification is accompanied by an explanation of the grounds for the decision.

In other situations, appeals against award procedures must be lodged with the Danish Complaints Board for Public Procurement within:

1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting authority has notified the applicants concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting authority has entered into a framework agreement calculated from the day after the day when the contracting authority has notified the applicants and tenderers concerned, see s.2(2) of the Act or s.171(4) of the Procurement Act.

4) 20 calendar days calculated from the day after the contracting authority has submitted notification of its decision, see s.185(2) of the Procurement Act.

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
09/06/2016

Send til en kollega

0.078