23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 182-444315
Offentliggjort
20.09.2019
Udbudstype
Udbud efter forhandling

Udbyder

Stockholm Exergi AB

Opdateringer

Annullering
(16.06.2020)

The procurement is cancelled there is a need to significantly alter the scope of the procurement.

Boiler Cleaning System for KVV1 in Värtan, Stockholm


Stockholm Exergi AB

Contract notice – utilities

Works

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Stockholm Exergi AB
556016-9095
Jägmästargatan 2
Stockholm
115 77
Sweden
Telephone: +46 70-3775700
E-mail: annette.bergstrom@fortum.com
NUTS code: SE

Internet address(es):

Main address: https://www.stockholmexergi.se

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.e-avrop.com/forumvarme/e-Upphandling/NoticeLink.aspx?id=47218
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.e-avrop.com/forumvarme/e-Upphandling/NoticeLink.aspx?id=47218
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Extraction of gas and oil

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Boiler Cleaning System for KVV1 in Värtan, Stockholm

Reference number: UH-2019-109
II.1.2) Main CPV code
42162000
II.1.3) Type of contract
Works
II.1.4) Short description:

Stockholm Exergi is the energy company of Stockholm, owned by the City of Stockholm and Fortum. Stockholm Exergi plans to extend the operational life of one of the boilers at Värtaverket in the city, KVV1, including switching to biofuel. The boiler KVV1 has a heat output of over 300 MW, but also a significant electricity production.

In order to renew the cleaning system of the boiler, the plan is to replace existing sootblowers, install additional sootblowers and other soot cleaning equipment in selected parts of the boiler. The purpose of the procurement is to find a supplier that can provide the needed equipment, as well as finding a supplier that can perform the necessary pre-work and installation of the soot cleaning equipment. The same company can be chosen for both tasks. The purchaser also reserves the right to make framework agreements with 1 or several companies for future need of soot cleaning equipment, spare parts, service and maintenance.

II.1.5) Estimated total value
Value excluding VAT: 50 000 000.00 SEK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

A tenderer can bid for 1 or several lots.

II.2) Description
II.2.1) Title:

1) Manufacturing and Delivery of Soot Cleaning Equipment Including Documentation

Lot No: 1
II.2.2) Additional CPV code(s)
42162000
42164000
42390000
42515000
45259300
45259900
45350000
51120000
51500000
90915000
II.2.3) Place of performance
NUTS code: SE
Main site or place of performance:

Stockholm, SWEDEN.

II.2.4) Description of the procurement:

Manufacturing and delivery of soot cleaning equipment including documentation.

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
Value excluding VAT: 6 000 000.00 SEK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 20/12/2019
End: 30/10/2022
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: 5
Objective criteria for choosing the limited number of candidates:

All pre-qualified candidates will be invited to tender.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

2) Installation of Soot Cleaning Equipment

Lot No: 2
II.2.2) Additional CPV code(s)
42515000
45259900
45350000
51120000
51500000
II.2.3) Place of performance
NUTS code: SE
Main site or place of performance:

Stockholm, SWEDEN.

II.2.4) Description of the procurement:

Installation of soot cleaning equipment. Necessary pre-work including auxiliary equipment at the plant to prepare for the installation of soot cleaning equipment. Documentation.

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
Value excluding VAT: 6 000 000.00 SEK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 20/12/2019
End: 31/10/2022
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: 5
Objective criteria for choosing the limited number of candidates:

All pre-qualified candidates will be invited to tender.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

3) Framework Agreement for Stockholm Exergi AB for Soot Cleaning Equipment, Spare Parts, Service and Maintenance

Lot No: 3
II.2.2) Additional CPV code(s)
42164000
42390000
45259300
90915000
II.2.3) Place of performance
NUTS code: SE
Main site or place of performance:

Stockholm, SWEDEN.

II.2.4) Description of the procurement:

Framework agreement for Stockholm Exergi AB for soot cleaning equipment, spare parts, service and maintenance. Agreement length four (4 years) with the option of renewing the agreement twice for 2 years, meaning 4 + 2 + 2, totally eight (8) years.

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
Value excluding VAT: 40 000 000.00 SEK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/01/2020
End: 31/12/2023
This contract is subject to renewal: yes
Description of renewals:

Agreement length four (4 years) with the option of renewing the agreement twice for 2 years, meaning 4 + 2 + 2, totally eight (8) years.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

All pre-qualified candidates will be invited to tender

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
List and brief description of conditions:

The tenderer shall be enrolled in the relevant professional or trade registers kept in the Member State of its Establishment.

Tenderer shall confirm that the request is met.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

The tenderer shall have documented good and stable financial standing.

Minimum level(s) of standards possibly required:

The tenderer's annual turnover in the latest audited statement, which cannot be older than 2 years, shall be at least 50 000 000 SEK. The annual turnover for the last 3 years shall be stated.

Tenderer shall confirm that the request is met.

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

The tenderer shall prove technical and professional ability by providing references for each lot the tenderer intends to offer. For each lot, at least 3 references not older than 5 years shall be provided for proving capability of performing work of similar size and complexity. The tenderer shall prove experience of sootblowing in steam boiler of similar size and sootblowing in boiler using bio-oil.

Same references can be used for several lots if relevant. The references shall contain year of delivery, description of work done, basic information of the facilities (technology, size, fuel) and customer contact information (email and telephone number). Stockholm Exergi shall be able to confirm the references, if needed. The reference contact person should be available during week 41, 2019. If the reference contact person cannot be reached after 3 attempts, the reference will be rejected.

The detailed reference list shall be provided as attachment to the pre-qualification form in e-Avrop when application of pre-qualification is submitted.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: no
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: 04/10/2019
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/10/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English, Swedish
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 30/01/2020
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
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Förvaltningsrätten i Stockholm och migrationsdomstol
Stockholm
115 76
Sweden
Telephone: +46 8-56168000
E-mail: forvaltningsrattenistockholm@dom.se
Fax: +46 8-56168001

Internet address: http://www.forvaltningsrattenistockholm.domstol.se

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice:
17/09/2019

Send til en kollega

1.234