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


Sensors (Дания - Тендер #41140790)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: Energinet Eltransmission A/S
Номер конкурса: 41140790
Дата публикации: 26-04-2023
Сумма контракта: 324 656 440 (Российский рубль) Цена оригинальная: 5 500 000 (Евро)
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
      Energinet Eltransmission A/S
      Tonne Kjærsvej 65
      Fredericia
      7000
      Denmark
      Telephone: +45 70102244
      E-mail: procurement@energinet.dk
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=362196&B=ENERGINET
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=362196&B=ENERGINET
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Electricity
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Framework agreement for SF6 gas online monitoring

        Reference number: 22/08703
      2. Main CPV code:
        35125100
      3. Type of contract:
        Supplies
      4. Short description:

        Energinet has high-voltage circuit breakers filled with gas SF6, that is a very CO2 polluting gas variant. It has therefore been requested that Energinet should be able to monitor leakages more closely, so that Energinet can react proactively instead of reactively.

        With this Framework Agreement Energinet wants to buy units, which should be mounted on the breakers, to be able to monitor the pressure in the breakers, and transfer data back to Energinet.

        The duration of the Framework Agreement is 4 years with 2 options on extension in additional 2 year each.

      5. Estimated total value:
        Value excluding VAT: 5 500 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        30237475, 38420000, 38423100, 38424000
      3. Place of performance:
        Main site or place of performance:

        Denmark

      4. Description of the procurement:

        Energinet, who is the Danish TSO (Transmission System Operator), has high voltage stations (approximately around 275 stations) with high-voltage circuit breakers filled with SF6 gas that is a very CO2 polluting gas variant. It has therefore been requested that Energinet should be able to monitor leakages more closely, so that Energinet can react proactively instead of reactively. The scope for this tender, is to provide a framework agreement for Energinet to be able to purchase a combined and ready to mount solution (units) for surveying our SF6 filled components, and transfer data back to Energinet. Energinet wants to be able to monitor the pressure in the breakers, and be able to collect different data, to be able to analyze the trend over time, so that we can be able to identify SF6 leakages early in the process. The unit must consist of a digitalized gas density sensor or digitalized gas density monitor, with a communication node that can transfer data, via LoRaWAN communication. The solutions for the SF6 sensor must be powered through a battery package, but for the gas density monitor, the solution should be directly powered by power cord. Furthermore, this is the first step in monitoring our components using SF6 gas, and Energinet expects this to be spread to further components in the future. The supplier Energinet seeks should be able to produce/procure the set solution, so that Energinet can buy a unified solution, consisting of sensor/gas density monitor, communication node and power supply. The SF6 sensor / density monitor / with node / battery or direct power solution comes into tender, but the recipient LoRaWAN gateway is Energinet"s own responsibility and coverage as well, so that the LoRaWAN standard becomes the dividing line between tender and Energinet. Energinet expects to buy 2.500 units, whereas Energinet expects it to be divided in the following product categories. SF6 Sensor with node and battery solution, henceforth referred to as type A, approximately 250 units.

        Gas density monitor with node an direct power solution, henceforth referred to as type B, approximately 2250 units.

        The duration of the Framework Agreement is 4 years with 2 options on extension in additional 2 year each.

        Energinet has decided not to divide the tender into lots because Energinet assesses that the lots will be little of value and therefore not interesting for the market.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:
        Value excluding VAT: 5 500 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        The framework agreement can be renewed 2 times for 2 years by written notice to the Supplier no later than 3 months prior to the end of the agreement.

      8. 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 than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity and scope, especially concerning:

        • Delivery of a combined and ready to mount solution (unit), for surveying SF6 filled components.

        o Delivery of a solution consisting of a digitalized gas density sensor and digitalized gas density monitor, with a communication node, that can transfer data, via LoRaWAN communication. The solutions must be powered through a battery package, but for the gas density monitor, the solution should be directly powered through a power cord/cable.

        o Delivery of a solution, which can transfer data via. LoRaWAN, so data can be analyzed and reacted upon

        • Delivery of a solution (unit) that the supplier already has mounted on a high voltage circuit breaker in a high voltage station or in a similar environment

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

        The framework agreement can be renewed 2 times for 2 years by written notice to the Supplier no later than 3 months prior to the end of the agreement.

      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:

        Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.

        To II.1.5 and II.2.6: The Contracting Authority’s best estimate for The Framework Agreement’s value is EUR 2.7 mio. The Framework Agreements total value (max value) is EUR 5.5 mio.

  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:

        The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report regarding the following economic indicators:

        1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)

        2. Equity ratio (equity/total assets). This must be stated with two decimals.

        If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3 “Additional information”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached on the basis of consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).

        Minimum level(s) of standards possibly required:

        Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 900.000.

        Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 2.7 mio.

        On request, the applicant must be able to document the fulfillment of the minimum requirements by presenting an approved annual report or auditor’s statement containing the figures required to be disclosed in the ESPD. The applicant can also document the fulfillment by any other document that the contracting authority deems appropriate, if the applicant is unable to provide the above documents for a valid reason.

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

        The applicant can include up to 2 (two) most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability” and must be a maximum of 5 pages.

        Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9.

        The references should include:

        1. A specific description of the work performed for each reference, including a description of the product delivered, if it was a combined, mount solution similar to the subject of the contract, mounted at a high voltage circuit breaker or similar components, in a high voltage station or similar environment

        2. Contract value (if possible)

        3. Contact information for the entity in question (including contact person)

        4. Date of initiation and final delivery (day, month, year)

        Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9. Please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box.

        If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.

        The number of references should not surpass a maximum of the 2 most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 2 when combined. If more than 2 references are included, the Contracting Authority will only consider the 2 most recent references determined by date of final delivery (in this case not yet finished references will not be included).

      4. Information about reserved contracts:
      5. Deposits and guarantees required:

        The information is stated in the Tender Documents.

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

        The information is stated in the Tender Documents.

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

        There is no requirement for the tenderers legal form.

        If the application and tender is submitted by a consortium, all participants in the consortium must be jointly and severally liable for the fulfillment of the contract, and a consortium participant must be appointed with whom a binding agreement can be entered into on behalf of the consortium.

    2. Conditions related to the contract:
      1. Information about a particular profession:

        Contract performance conditions:

        The information is stated in the tender material.

      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:
      Framework agreement with a single operator
    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: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-05-08
      Local time: 12:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    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
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process.

      To II.1.5 and II.2.6: The Contracting Authority’s best estimate for The Framework Agreement’s value is EUR 2.7 mio. The Framework Agreements total value (max value) is EUR 5.5 mio.

    4. Procedures for review
      1. Review body
        Klagenævntet for Udbud
        Nævnenes Hus, Toldboden 2
        Viborg
        8800
        Denmark
        Contact person: 8800
        Telephone: +45 72405708
        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:

        Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.

        Other complaints must be filed with The Complaints Board for Public Procurement within:

        1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day fol-lowing the publication date);

        2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

        3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

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

        Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.

        Other complaints must be filed with The Complaints Board for Public Procurement within:

        1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day fol-lowing the publication date);

        2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

        3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsen Vej 35
        Valby
        2500
        Denmark
        Contact person: 2500
        Telephone: +45 41715000
        E-mail: kfst@kfst.dk
        Internet address: http://www.kfst.dk
    5. Date of dispatch of this notice
      2023-04-21

  • 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
    



    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