Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Дании


Construction work (Дания - Тендер #38651493)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: Nordjyllandsværket A/S
Номер конкурса: 38651493
Дата публикации: 17-02-2023
Сумма контракта: 6 351 690 031 (Российский рубль) Цена оригинальная: 800 000 000 (Датская крона)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
  1. Section I
    1. Name and addresses
      Nordjyllandsværket A/S
      Nefovej 50
      Vodskov
      9310
      Denmark
      Telephone: +45 20752749
      E-mail: l.mortensen@aalborg.dk
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      https://www.ethics.dk/ethics/eo#/7464fb37-6db0-426c-837c-914b88be09cb/publicMaterial
      Additional information can be obtained from the abovementioned addresselectronically via: https://www.ethics.dk/ethics/eo#/7464fb37-6db0-426c-837c-914b88be09cb/homepage
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Production, transport and distribution of gas and heat
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Sea Water Heat Pump System

      2. Main CPV code:
        45000000
      3. Type of contract:
        Works
      4. Short description:

        Aalborg Forsyning is putting out for tender a contract regarding delivery of a seawater heat pump and technical installations, including a 5-year service agreement. The tender procedure is carried out as a negotiated procedure with prior call for competition according to section 47 of the Utility Directive (2014/25/EU). Aalborg Forsyning is aiming at a short tendering period with a written negotiation phase or no negotiation at all, meaning that Aalborg Forsyning reserves the right to award the contract based on the Tenderers" first Tenders. If, however, extensive negotiations or further negotiations rounds are needed, the expected date of conclusion of contract (taking over) will be delayed and consequential changes to the contract may in this case be expected, including the payment schedule and possibly the taking over regime as some of the performance tests can only be carried out in cold water in the winter season.

      5. Estimated total value:
        Value excluding VAT: 800 000 000.00 DKK
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        42120000
      3. Place of performance:
      4. Description of the procurement:

        As part of Aalborg municipality’s transition towards green energy, Aalborg Forsyning´s coalfired powerplant, situated at “Nordjyllandsværket”, will be de-commissioned latest in year 2028 and replaced with surplus heat from the industry in Aalborg and new plants for district heating in form of electric boilers and heat pumps based on different natural heat sources. This project is focusing on erecting a large-scale heat pump based on seawater from the Limfjord which historically has been used for cooling the condensers at the coal fired powerplant. The intention for the Sea water heat pump is to establish a 120 – 150 MJ/s plant, situated close by the coalfired powerplant, reusing the existing cooling water infrastructure at the site. The seawater heat pump is intended to be a flexible district heat source with production temperature varying with the demands of the district heating demands and prices of electrical power. The main heat production will be in winter where the water in the fjord will be coldest, but the seawater heat pump is also intended to be utilized in the summer period if the prices for electricity are favorable. The new heat pump plant will be erected in the same site as the existing heat and power plant (“Nordjylland Power Plant”). This site is also the main hub for distributing heating to the city of Aalborg today. The planned heat pump system is based on heat energy being absorbed from the Limfjord by cooling seawater, whereby cooling energy added to the heat pump system in addition to absorbed electrical power gives the total heat energy (nominal) which is supplied to Aalborg Forsyning’s district heating network. Aalborg Forsyning has decided that the existing seawater intakes, pumps and filtration system and the corresponding seawater returns that are currently used to cool the condenser on Nordjylland Power Plant Unit 3 shall be utilized and integrated with the new heat pump plant. It has been assessed - but must be evaluated by the contractor - that the heat pump system can be connected to existing piping of seawater / cooling water to the Nordjylland Power Plant Unit 3 and also whether pumps and filter systems in the treatment plant are large enough (and efficient) to supply cooling water to Nordjylland Power Plant Unit 3 and the heat pump system simultaneously, in a transition period, where both plants will be in operation. Aalborg Forsyning has focus on the following characteristic for the heat pump plant: - Well proven components of high quality, - High heat capacity within the limits set by Aalborg Forsyning, - Cooling media with low environmental impact, - Ability to high heat production at low seawater temperature maintaining 90°C district heating temperature, - High operation flexibility towards changing seawater and district heat temperatures and fast electrical load changes, - High COP, - Low carbon footprint and environmental impact. This Tender is comprising the complete works of engineering, construction and commissioning of a 120-150 MJ/s seawater based heat pump plant (capacity is defined as heat output delivered to the main district heating network), producing 90°C district heating. Reference is made to the Employer’s Technical Requirements for Lot 1 which has been prepared to procure a Contractor for the engineering, installation, and commissioning of the heat pump system described. Aalborg Forsyning will in other lots tender civils and building works and connections to the sea water pump installation (seawater, district heat, electrical and control) and supply one 75 MVA 60/10 KV transformer, 10 KV switchgear and 10/04 transformers with an available capacity of 68 MVA for the contractor. The contract also has an option to purchase an additional sea water heat pump installation between 25-45 MW. The estimated value of the contract including options is between DKK 775-890 million for an installation of 165 – 190 MJ/S. Duration of approximately 36 months excluding service agreement.

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 45 %
        Quality criterion - Name: HSE / Weighting: 15 %
        Cost criterion - Weighting: 35 %
        Cost criterion - Weighting: 5 %
      6. Estimated value:
        Value excluding VAT: 800 000 000.00 DKK
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 36
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 3
        Maximum number: 5
        Objective criteria for choosing the limited number of candidates:

        If more than 3-5 candidates fulfils the minimum requirements in section III.1.2) and section III.1.3) and is not subject to the grounds for exclusion in section VI.3), Aalborg Forsyning will select and prequalify the 3-5 most suitable candidates in accordance with the following selection criteria:

        The candidates with the most relevant references compared to the project put out for tender, see section II.2.4).

        In the assessment of the references, experience with the following will be weighted positive:

        - Accepted delivery of design and build or rebuild of seawater, rain, groundwater or sewage water heat pumps for district heating with use of heat pumps with motor over 2 MWe for each compressor.

        - Production and accepted delivery of compressor plant with motor over 2 MWe for each compressor for other applications with similar pressure

        - Full scale test of heat pumps for district heating with motor over 2 MWe for each compressor

        Accepted delivery means that the delivery has been taken over by the contracting party.

        The candidate can submit a maximum of 5 references, see section III.1.3).

        Only references which have been carried out within the past 10 years calculated from the deadline for submission of applications for prequalification will be considered.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: yesDescription of options:

        Additional 5-year service agreement, see Employer"s General Requirements, section 4.

        Excess heat recovery system, see Employer’s Technical Requirements, section 3.1

        Option to purchase an additional sea water heat pump installation between 25-45 MW.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
      2. Economic and financial standing:
        List and brief description of selection criteria:

        In the ESPD Part IV.B, the candidate should list the following information regarding economic and financial standing:

        1) The candidate"s solvency ratio in each of the last 3 finished and audited financial years, including the basis for calculation of the solvency ratio, i.e. the candidate"s equity and total assets in each of the last 3 finished and audited financial years.

        2) The candidate"s yearly turnover in each of the last 3 finished and audited financial years.

        3) The candidate"s equity in the last finished and audited financial year.

        Minimum level(s) of standards possibly required:

        1) It is a minimum requirement that the candidate has an average solvency ratio of at least 25 % in the last 3 finished and audited financial years

        The average solvency ratio is calculated as the candidate"s equity in the last 3 finished and audited financial years divided by the candidate"s total assets in the last 3 finished and audited financial years

        If the candidate is an association of businesses (e.g. a consortium), the average solvency ratio is calculated as the businesses in the association"s total equity in the last 3 finished and audited financial years divided by the businesses in the association"s total assets in the last 3 finished and audited financial years.

        If the candidate relies on other entities" economic and financial standing, the average solvency ratio is calculated as the candidate and the supporting entities" total equity in the last 3 finished and audited financial years divided by the candidate and the supporting entities" total assets in the last 3 finished and audited financial years.

        2) It is a minimum requirement that the candidate has an average yearly turnover of at least EUR 50 million in the last 3 finished and audited financial years

        The average yearly turnover is calculated as the candidate"s turnover in the last 3 finished and audited financial years divided by 3 years

        If the candidate is an association of businesses (e.g. a consortium), the average yearly turnover is calculated as the businesses in the association"s total turnover in the last 3 finished and audited financial years divided by 3 years.

        If the candidate relies on other entities" economic and financial standing, the average yearly turnover is calculated as the candidate and the supporting entities" total turnover in the last 3 finished and audited financial years divided by 3 years.

        3) It is a minimum requirement that the candidate has a positive equity in the last finished and audited financial year.

        If the candidate is an association of businesses (e.g. a consortium), the equity is calculated as the businesses in the association"s total equity in the last finished and audited financial year.

        If the candidate relies on other entities" economic and financial standing, the equity is calculated as the candidate and the supporting entities" total equity in the last finished and audited financial year.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        In the ESPD Part IV.C, the candidate should list the following information regarding technical and professional ability:

        The candidate"s most significant references carried out within the past 10 years calculated from the deadline for submission of the applications for prequalification

        Each reference should preferably include the following information:

        - A description of the delivery, including the role and responsibility of the candidate

        - The contract sum

        - The start date of the contract

        - The end date of the contract (i.e. the date of taking over)

        - The contracting party, including the contracting party"s contact information

        The candidate can submit a maximum of 5 references. If the candidate submits more than 5 references, only the first 5 references will be taken into account. This applies regardless of whether the candidate participates solely, as a consortium or relies on the technical and professional ability of other entities.

        Minimum level(s) of standards possibly required:

        It is a minimum requirement that the candidate within the past 10 years calculated from the deadline for submission of the application for prequalification has a minimum of 2 references comparable to the project put out for tender, see section II.2.4). The following is assessed as a reference comparable to the project put out for tender:

        a) A reference regarding accepted delivery of design and build or rebuild of seawater, rain, groundwater or sewage water heat pumps for district heating with use of heat pumps with motor over 2 MWe for each compressor.

        b) A reference regarding production and accepted delivery of compressor plant with motor over 2 MWe for each compressor for other applications with similar pressure.

        Accepted delivery means that the delivery has been taken over by the contracting party.

        If the candidate is an association of businesses (e.g. a consortium), it will be sufficient that one of the businesses in the association or the businesses in the association jointly meet(s) the above minimum requirement.

        If the candidate relies on other entities" technical and professional ability, it is sufficient that the supporting entities or the candidate and the supporting entities jointly meet(s) the above minimum requirement.

      4. Information about reserved contracts:
      5. Deposits and guarantees required:
      6. Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      7. Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
    2. Conditions related to the contract:
      1. Information about a particular profession:

        Contract performance conditions:

        Re II.2.4) Due to the nature of the delivery, Aalborg Forsyning has at this point assessed that the contract does not need to have a clause committing the winning tenderer to have a certain percentage of the work under this contract performed by staff in training, e.g. apprentices and trainees, as otherwise required in the Danish Procurement Act which is on this point also applicable for the Danish implementation of Directive 2014/25 (the directive for procurement by entities operating in the water, energy, transport etc.). This assessment may, however, be adjusted before the tender deadline in which case such a clause will be introduced.

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
      Notice number in the OJ S: 2023/S 018-049442
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-03-01
      Local time: 08:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-03-01
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information

      As the application for prequalification, the candidate should submit a completed ESPD. The ESPD template is published as part of the tender material, see section I.3). The ESPD should be completed via Ethics. The candidate should complete the ESPD with the information stated in the contract notice, including parts II.A-II.D, III.A-III.C, IV.B-IV.C, V and VI:

      - Part II.A: The candidate should inform name, registration number, postal address, contact person, whether the candidate is a micro, small or a medium-sized enterprise and whether the candidate participates in the procurement together with others (e.g. as a consortium).

      - Part II.B: The candidate should inform the name(s) and contact information(s) of the person(s) empowered to represent the candidate for the purposes of this procurement procedure.

      - Part II.C: The candidate should inform whether the candidate relies on other entities" economic and financial standing and/or technical and professional ability.

      - Part II.D: The candidate should inform whether the candidate intends to subcontract any share of the contract to third parties on whose capacity the candidate does not rely.

      - Part III.A-III.C: The candidate should inform whether the candidate is subject to the grounds for exclusion set out in sections 135(1)-(3), 136 and 137(1) No. (1) (2) and (4) of the Danish Public Procurement Act. If the candidate is subject to one or more of the grounds for exclusion set out in sections 135(1)-(3), 136 and 137(1) No. (1) (2) and (4) of the Danish Public Procurement Act, the candidate will be excluded from participating in the tender procedure, unless the candidate provides sufficient proof of the candidate"s reliability, see section 138 of the Danish Public Procurement Act.

      - Part IV.B: The candidate should describe its economic and financial standing, see section III.1.2)

      - Part IV.C: The candidate should describe its technical and professional ability, see section III.1.3)

      - Part V: The candidate should inform whether the candidate fulfils the selection criteria set out in section II.2.9)

      - Part VI: The candidate should state the date of completion of the ESPD.

      If the candidate is an association of businesses (e.g. a consortium), each of the businesses in the association should submit a completed ESPD.

      If the candidate relies on other entities" economic and financial standing and/or technical and professional ability, both the candidate and each of the supporting entities should submit a completed ESPD.

      For more information on how to complete the ESPD see Appendix III to the Tender Conditions.

      Before Aalborg Forsyning decides to award the contract to a tenderer, Aalborg Forsyning must require that the tenderer provides proof of the information stated in the ESPD. Aalborg Forsyning may also require such proof at any time during the tender procedure where necessary to ensure that the tender procedure is conducted correctly. For further information regarding means of proof for information stated in the ESPD see section 3.11 of the Tender Conditions.

      All communication with Aalborg Forsyning regarding the tender procedure should be conducted via Ethics. Please see sections 2.5 of the Tender Conditions about questions regarding the application for prequalification.

      It is the sole responsibility of the candidate to ensure timely upload of application. Uploading can be time consuming. The candidate should therefore make sure that there is sufficient time to upload the application in a timely manner. This includes in good time before the deadline to make sure that the relevant links to Ethics in section 1.3) actually works. If the candidate has any technical problems accessing or applying Ethics, the candidate is encouraged to contact Ethics Support. Ethics Support can be contacted per phone: + 45 7022 7007 or per email: support@ethics.dk on weekdays from 09.00 – 16.00 CET.

    4. Procedures for review
      1. Review body
        Klagenævnet for Udbud
        Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405600
        E-mail: klfu@naevneneshus.dk
        Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
      2. Body responsible for mediation procedures

      3. Review procedure
        Precise information on deadline(s) for review procedures:

        Under the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.), the following time limits apply to the filing of a complaint:

        A complaint about not being selected must be filed with the Complaints Board for Public Procurement within 20 calendar days, see section 7(1) of the Act, from the date after notification has been sent to the candidates involved of who has been selected when notification is accompanied by the reason for the decision in accordance with section 2(1)(i) of the Act.

        In other situations, complaints about tenders, see section 7(2) of the Act, must be filed with the 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 of the contracting authority"s conclusion of a contract. The time limit is calculated from the day after the day on which the notice was published;

        2) 30 calendar days calculated from the day after the day on which the contracting authority notified the tenderers involved that a contract based on a framework agreement with reopening of the competition or a dynamic purchasing system has been concluded if the notification includes a reason for the decision;

        3) 6 months after the contracting authority has concluded a framework agreement calculated from the day after the day on which the contracting authority has notified the candidates and tenderers involved, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

      4. Service from which information about the review procedure may be obtained

        Under the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.), the following time limits apply to the filing of a complaint:

        A complaint about not being selected must be filed with the Complaints Board for Public Procurement within 20 calendar days, see section 7(1) of the Act, from the date after notification has been sent to the candidates involved of who has been selected when notification is accompanied by the reason for the decision in accordance with section 2(1)(i) of the Act.

        In other situations, complaints about tenders, see section 7(2) of the Act, must be filed with the 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 of the contracting authority"s conclusion of a contract. The time limit is calculated from the day after the day on which the notice was published;

        2) 30 calendar days calculated from the day after the day on which the contracting authority notified the tenderers involved that a contract based on a framework agreement with reopening of the competition or a dynamic purchasing system has been concluded if the notification includes a reason for the decision;

        3) 6 months after the contracting authority has concluded a framework agreement calculated from the day after the day on which the contracting authority has notified the candidates and tenderers involved, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsens Vej 35
        Valby
        2500
        Denmark
        Contact person: 2500
        Telephone: +45 41715000
        E-mail: kfst@kfst.dk
        Internet address: www.kfst.dk
    5. Date of dispatch of this notice
      2023-02-13

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Дания

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    17-02-2023 Window-cleaning services.

    17-02-2023 European Vaccine Initiative – EWIV.

    17-02-2023 Tablet PC.

    17-02-2023 Software package utilities.

    17-02-2023 Computer equipment and supplies.

    17-02-2023 Surgical laser.

    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru