23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 195-474895
Offentliggjort
09.10.2019
Udbudstype
Udbud efter forhandling

Anmodning om deltagelse

Til
01.11.2019 Kl. 23:59

Addresse
https://www.ethics.dk/ethics/eo#/de55d9ea-4722-4594-9f2e-71873dc3e781/homepage

Udbyder

SK Varme A/S

Opdateringer

Annullering
(22.11.2022)

The tender procedure from 2019 was cancelled due to lack of competition for the contract. Because of a technical error, the Contract Award Notice was not published in TED.

Supply and Installation of Replacement Generator for CHP Plant in Slagelse


SK Varme A/S

Contract notice – utilities

Supplies

Legal Basis:


Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
SK Varme A/S
27736904
Nordvej 6
Slagelse
4200
Denmark
Contact person: Carsten Lunde
Telephone: +45 58262500
E-mail: clu@skforsyning.dk
NUTS code: DK022

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/de55d9ea-4722-4594-9f2e-71873dc3e781/homepage

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.ethics.dk/ethics/eo#/de55d9ea-4722-4594-9f2e-71873dc3e781/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/de55d9ea-4722-4594-9f2e-71873dc3e781/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/de55d9ea-4722-4594-9f2e-71873dc3e781/homepage
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:

 

Supply and Installation of Replacement Generator for CHP Plant in Slagelse

 

II.1.2) Main CPV code
31000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

Supply and installation of a replacement generator for a CHP plant in Slagelse, Denmark, as well as related deliveries and services.

 

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: DK022
Main site or place of performance:

 

Slagelse (Assensvej 1, 4200 Slagelse, Denmark).

 

II.2.4) Description of the procurement:

 

SK Varme A/S has decided to replace the generator there was commissioned in 1990 at Slagelse CHP Plant.

This tender concerns:

— supply a 14,5 MVA/10,5 kV generator,

— necessary documentation and all reporting to the Energinet.dk in accordance to Grid Code TF 3.2.3 for thermal facilities larger than 11 kW. The documentation shall be ready in time and with right content and accepted by Energinet.dk,

— installation of the new generator in the existing plant, including removal of the old generator, and any modifications to the existing plant which are necessary to accommodate the new generator.

 

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Technical solution / Weighting: 35 %
Quality criterion - Name: Project execution / Weighting: 35 %
Price - Weighting: 30 %
II.2.6) Estimated value
Value excluding VAT: 6 700 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
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:

 

If more suitable applicants than 3 submit a request for pre-qualification, the selection of applicants asked to submit a tender, will be made on the basis of a reasoned assessment where importance is attached to the economic and financial standing on the basis of the information provided in Section III.1.2) and the technical and professional ability on the basis of the information provided in Section III.1.3) as described below:

(I) the most relevant technical and professional ability assessed on the basis of the applicant's references that ocument experience of supply, replacement and implementation of similar new generators in existing plants.

Particular emphasis will be placed on the extent to which the reference documents experience with replacement of the generator into an existing plant, including:

— implementation design for on site modifications, including of existing axillary systems,

— on site installation and testing, including up lining and calibration of generator, gearbox and turbine train,

— documentation for the new and modified installations;

(II) the best economic and financial standing assessed on the basis of the applicant's turnover and solvency ratio where particular emphasis will be placed on a high and stable turnover and a high solvency ratio being documented.

References (I) weigh more than turnover and solvency ratio (II).

 

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:

 

As part of the request for pre-qualification, the applicant must submit a ‘European Single Procurement Document’ (also referred to as the ESPD document). The ESPD document must be filled out on www.udbuddet.dk

Information on the economic entity:

In the ESPD document the applicant must provide information on the following matters (ESPD Section II)):

— A: information on the economic entity,

— B: information on the representatives of the economic entity,

— C: information on other entities on which the economic entity relies.

Ground for exclusion:

In the ESPD document the applicant must provide declarations on the following matters (ESPD Section III)):

— whether the applicant is subject to the grounds for exclusion in Section 135(1)-(3) of the Danish Public Procurement Act (mandatory grounds for exclusion on participation in criminal organisation, bribery, fraud.

Terrorist acts, money laundering, child labour, unpaid outstanding debt, etc.), and

— whether the applicant is subject to the grounds for exclusion in Section 136 of the Danish Public Procurement Act (mandatory grounds for exclusion on conflicts of interest, distortion of competition, gross mis-representation

Etc.), and

— whether the applicant is subject to the grounds for exclusion in Section 137(1)(2) of the Danish Public Procurement Act (concerns bankruptcy, insolvency or winding-up proceedings, reconstruction or restructuring.

Suspension of business activities and similar situations), and

— whether the applicant is subject to the grounds for exclusion in Section 137(1)(4) of the Danish Public Procurement Act (concerns distortion of competition), and

— whether the applicant is subject to the grounds for exclusion in Section 137(1)(6) of the Danish Public Procurement Act (concerns undue influence on the decision-making process, etc.)

All declarations must be provided in the ESPD document.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the abovementioned declarations.

As documentation for the formation of the consortium, the contracting entity will require that the group provides a declaration or other documentation which proves the formation of a consortium with joint a several liability for the performance of the contract (if awarded), the identities of the members and the selection of a representative towards the contracting entity. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

The tender documents include a template consortium declaration which can be used.

If the applicant relies on the economic/financial ability and/or technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each

Individual entity must enclose a separate ESPD document which includes the above-mentioned declarations. As documentation of the support, the contracting entity will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the economic/financial ability and/or technical/professional ability at the disposal of the applicant, and that the entity accepts joint and several liability (see Point III.1.8)). The tender documents include a template declaration which can be used. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

 

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

 

The applicant must as part of the request for pre-qualification provide a ‘European Single Procurement Document’ (also referred to as an ESPD document) in which the applicant must make declarations on the following matters (ESPD Section IV)):

— the applicant's total turnover during the last 3 financial years,

— the applicant's solvency ratio during the last 3 financial years. The solvency ratio is calculated as a percentage as equity divided by the total assets.

If the applicant relies on the economic and financial standing of others (e.g. entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the abovementioned declarations. As documentation of the support, the contracting entity will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the economic and financial standing at the disposal of the applicant, and that the entity accepts joint and several liability (see Point III.1.8)). The tender documents include a template declaration which can be used. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the abovementioned declarations.

As documentation for the formation of the consortium, the contracting entity will require that the group provides a declaration or other documentation which proves the formation of a consortium with joint a several liability for the performance of the contract (if awarded), the identities of the members and the selection of a representative towards the contracting entity. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

Documentation (fulfillment of the minimum requirement): after evaluation of the final tenders, the tenderer who submitted the tender with the best price-quality ratio will be request to submit a statement of the relevant financial figures signed by a qualified accountant, or financial statements, e.g. approved annual Accounts (or extracts therefrom). The documentation does not need to indicate the solvency ratio directly, if equity and total assets are stated. Note that the abovementioned documentation should only be submitted at the contracting entity's request — and not as part of the request for pre-qualification or a tender.

 

Minimum level(s) of standards possibly required:

 

It is a minimum requirement that the applicant has a solvency ratio of at least 15 % in the last 3 financial years.

 

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

 

As part of the request for pre-qualification, the applicant must provide a ‘European Single Procurement Document’ (also referred to as an ESPD document) in which the applicant must make declarations on the following matters (ESPD Section IV)):

— a list of the most important corresponding supplies which the applicant has provided during the last 3 years.

The list should include sums and dates as well as the public or private recipient.

If the applicant relies on the technical and professional ability of others (e.g. entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the abovementioned declarations. As documentation of the support, the contracting entity will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the technical and professional ability at the disposal of the applicant, and that the entity accepts joint and several liability (see Point III.1.8)).

The tender documents include a template declaration which can be used. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

If the applicant relies on the technical and professional ability of other entities concerning the performance of specific parts of the services, the specific parts of the services in question must be performed by the entity on

Which the applicant bases its pre-qualification; see Article 79(2) of Directive 2014/25/EU.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

As documentation for the formation of the consortium, the contracting entity will require that the group provides a declaration or other documentation which proves the formation of a consortium with joint a several liability for the performance of the contract (if awarded), the identities of the members and the selection of a representative towards the contracting entity. Note that the documentation should not be included in the request for pre-qualification. The documentation should only be submitted on the request of the contracting entity.

The tender documents include a template consortium declaration which can be used.

Documentation: the contracting entity will consider the list provided in the ESPD document as the final documentation for the applicant's technical and professional ability.

 

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

 

The supplier must provide an irrevocable and unconditional first demand guarantee (referred to as ‘Performance Bond’) for any and all of the contractor's obligations pursuant to the contract.

 

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

 

As 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:
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

As stated in the tender documents.

 

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
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: 01/11/2019
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 08/11/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English, Danish
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
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:

 

Guidance in relation to how to fill out the ESPD is available at www.kfst.dk (The Danish Consumer and Competition Authority) and www.bedreudbud.dk.

Re Section III.1): an applicant or tenderer will be excluded from participation in the procurement procedure if the mandatory grounds for exclusion in Sections 135-136 of the Danish Public Procurement Act and/or the voluntary

Grounds for exclusion in Section 137(1)(2), (4) and (6) of the Danish Public Procurement Act apply, unless the Public Procurement Act allows omission to exclude the applicant/tenderer (see also Section 138 of the act). Documentation (grounds for exclusion): after evaluation of the final tenders, the tenderer who submitted the tender with the best price-quality ratio must submit a ‘service attest’ (Danish tenderers) or equivalent documentation (no-Danish tenderers) to document that the tenderer is not subject to one of the applicable grounds for exclusion.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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

 

The complaint from an applicant over not having been pre-qualified must be filed with the Complaints Board for Public Procurement within 20 calendar days from the day after the day when the contracting entity sent notice to

The applicants affected; see Section 7(1) of the Act. Other complaints must be filed with the Complaints Board for Public Procurement within 45 calendar days from the day after the day when the contracting entity has published a notice in the Official Journal of the European Union to the effect that the contracting entity has concluded a contract; see Section 7(2)(1) of the Act.

At the latest at the same time as a complaint is filed with the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that a complaint is filed with the complaints board for public procurement and whether the complaint has been filed in the standstill period. Where the complaint has not been filed in the standstill period, the complainant must also state whether whether a suspension of the contract has been requested.

 

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:
07/10/2019

Send til en kollega

0.031