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


Taps, cocks and valves (Дания - Тендер #47513645)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Дания (другие тендеры и закупки Дания)
Организатор тендера: Energinet Gastransmission A/S
Номер конкурса: 47513645
Дата публикации: 27-10-2023
Сумма контракта: 30 694 791 (Российский рубль) Цена оригинальная: 520 000 (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
2023102320231123 12:00Utilities entityContract noticeSuppliesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderProduction, transport and distribution of gas and heat01F0501
  1. Section I
    1. Name and addresses
      Energinet Gastransmission 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=381375&B=ENERGINET
      Additional information can be obtained from the abovementioned addresselectronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=381375&B=ENERGINET
      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:

        Ball-, plug-, globe and monoflange valves for reverse flow station Herning

        Reference number: 23/08658
      2. Main CPV code:
        42131000
      3. Type of contract:
        Supplies
      4. Short description:

        The Contracting Authority wants to purchase Valves for Reverse flow station Herning. The tender is divided into three lots: Lot 1 includes:

        • Flanged ball valves for installation above ground without actuator

        • Flanged ball valves for installation above ground with electrical actuators with or without “fail safe” function

        • Welded ball valves for installation below ground without actuator. Hand wheels for opera-tion of the valve is above ground • Welded ball valves for installation below ground with above ground electrical actuators with or without “fail safe” function

        Lot 2 includes:

        • Flanged double plug valves for installation above ground without actuator.

        • Flanged double plug valves for installation above ground with electrical actuators without “fail safe” function

        Lot 3 includes:

        • Flanged globe valves for installation above ground without actuator

        • Slim line DBB valves without actuator

        For more details, reference is made to the Tender Documents.

      5. Estimated total value:
        Value excluding VAT: 520 000.00 EUR
      6. Information about lots:
        Tenders may be submitted for: all lots
    2. Description
      1. Title:

        Ball Valves

        Lot No: 1
      2. Additional CPV code(s):
        42131000, 42131260, 42132100
      3. Place of performance:
        Main site or place of performance:

        Herning

      4. Description of the procurement:

        Lot 1: Ball Valves for reverse flow station Herning in Denmark.

        Lot 1 includes the following types of valves:

        • Flanged ball valves for installation above ground without actuator

        • Flanged ball valves for installation above ground with electrical actuators with or without “fail safe” function

        • Welded ball valves for installation below ground without actuator. Hand wheels for operation of the valve is above ground

        • Welded ball valves for installation below ground with above ground electrical actuators with or without “fail safe” function

      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: 270 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 70
        This contract is subject to renewal: no
      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 300 LB and 600 LB ball valves

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      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:
      14. Title:

        Plug Valves

        Lot No: 2
      15. Additional CPV code(s):
        42132100, 42131270
      16. Place of performance:
        Main site or place of performance:

        Herning

      17. Description of the procurement:

        Lot 2: Plug Valves for reverse flow station Herning in Denmark.

        Lot 2 includes the following types of valves:

        • Flanged double plug valves for installation above ground without actuator. Hand wheels on the same side of the valve

        • Flanged double plug valves for installation above ground with electrical actuators without “fail safe” function

      18. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      19. Estimated value:
        Value excluding VAT: 230 000.00 EUR
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 70
        This contract is subject to renewal: no
      21. 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 300 LB and 600 LB double plug valves in the range DN150 to DN200 for natural gas service

      22. Information about variants:
        Variants will be accepted: no
      23. Information about options:
        Options: no
      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. Additional information:
      27. Title:

        Globe and Monoflange valves

        Lot No: 3
      28. Additional CPV code(s):
        42131240
      29. Place of performance:
        Main site or place of performance:

        Herning

      30. Description of the procurement:

        Lot 3: Globe and Monoflange Valves for reverse flow station Herning in Denmark

        Lot 3 includes the following types of valves:

        • Flanged globe valves for installation above ground without actuator

        • Slim line DBB valves (monoflange type) without actuator

      31. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      32. Estimated value:
        Value excluding VAT: 20 000.00 EUR
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 70
        This contract is subject to renewal: no
      34. 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 globe valves and monoflange valves in the range DN150 to DN200 for natural gas service

      35. Information about variants:
        Variants will be accepted: no
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. 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:

        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

        • For Lot 1: EUR 65.000

        • For Lot 2: EUR 55.000

        • For Lot 3: Positive Equity

        Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct.

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

        The applicant must include the up to 3 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”. 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 a specific description of the work performed for each reference, including:

        • Deliverance of valves equivalent to the ones set out in this tender

        • Contract value (if possible)

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

        • Contract period and 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 3 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 3 when combined. If more than 3 references are submitted, the Contracting Authority will only consider the 3 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:

        No special legal form is required.

        If the agreements are awarded to a group of economic operators (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one economic operator to represent the group.

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

        Contract performance conditions:

        The information is stated in the Tender Documents.

      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: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-11-23
      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:
      DA, 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

      The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.kfst.dk) in Danish (the Contracting Authority is not responsible for the content of the guide).

      Please note:

      - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III:

      “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned.

      Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation.

      - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted.

      Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.

    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 following the publi-cation 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 following the publi-cation 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
      2023-10-23

  • 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

    27-10-2023 Forestry services.

    27-10-2023 Forestry services.

    27-10-2023 Medical consumables.

    27-10-2023 Forestry services.

    27-10-2023 Servers.

    27-10-2023 Printing services.

    



    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