Through the establishment of a framework agreement, the Contracting Authority wants to purchase Pigging Services for conducting inline inspection of Buyer’s natural gas pipelines.
The Tender is divided into 3 Lots:
• Lot 1: Onshore Launch/Receival Service
• Lot 2: Alternative Technologies Service
• Lot 3: Offshore Launch Service
Deadline
Fristen for modtagelse af bud var på 2022-12-13.
Indkøbet blev offentliggjort på 2022-11-10.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Retendering Framework Agreement on Pigging Services for conduction of inline inspection of natural gas pipelines
22/06236”
Produkter/tjenester: Inspektion af rørledninger📦
Kort beskrivelse:
“Through the establishment of a framework agreement, the Contracting Authority wants to purchase Pigging Services for conducting inline inspection of Buyer’s...”
Kort beskrivelse
Through the establishment of a framework agreement, the Contracting Authority wants to purchase Pigging Services for conducting inline inspection of Buyer’s natural gas pipelines.
The Tender is divided into 3 Lots:
• Lot 1: Onshore Launch/Receival Service
• Lot 2: Alternative Technologies Service
• Lot 3: Offshore Launch Service
Vis mere
Anslået værdi uden moms: DKK 10 000 000 💰
Oplysninger om partier
Der kan afgives bud for alle partier
1️⃣ Omfanget af udbuddet
Titel: LOT 1: Onshore Launch/Receival Service
Titel
Partiets identifikationsnummer: 1
Beskrivelse
Yderligere produkter/tjenester: Inspektion af rørledninger📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Denmark - see Tender Material
Beskrivelse af udbuddet:
“Through the establishment of the present framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection...”
Beskrivelse af udbuddet
Through the establishment of the present framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection of Buyer’s natural gas pipelines.
The Provider must perform in-line service comprising a cleaning and gauging survey and a subsequent in-line inspection.
The cleaning and gauging survey shall clean and identify any obstructions in the pipeline in advance of the in-line inspection.
The in-line inspection shall log the geometry and condition of the pipeline. The in-line in-spection shall be performed by a single combined tool capable of logging both pipe geometry and anomalies (e.g. metal loss).
Lot 1 covers the lines specified in Appendix 2A Section 2.1 and the in-line services described in Section 2 – Section 6.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 6 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 48
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser: 2 x 24 months
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt minimumsantal: 1
Maksimalt antal: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 5 applicants who are evaluated as...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 5 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, com-plexity and scope.
• References must contain contact person(s) and contact details for the reference in question.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise...”
Beskrivelse af mulighederne
Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement.
Vis mere Beskrivelse
Yderligere oplysninger:
“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...”
Yderligere oplysninger
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.
2️⃣ Omfanget af udbuddet
Titel: LOT 2: Alternative Technologies Service
Titel
Partiets identifikationsnummer: 2
Beskrivelse
Hovedsted eller sted for udførelsen: Denmark - See Tender Material
Beskrivelse af udbuddet:
“Through the establishment of the framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection of...”
Beskrivelse af udbuddet
Through the establishment of the framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection of Buyer’s natural gas pipelines.
The Provider must perform in-line service comprising a cleaning and gauging survey, and a subsequent in-line inspection.
The cleaning and gauging survey shall clean and identify any obstructions in the pipeline in advance of the in-line inspection.
The in-line inspection shall log the geometry and condition of the pipeline. The in-line inspection shall be performed by a single combined tool capable of logging both pipe geometry and anomalies (e.g. metal loss).
The following applies to the lines specified for lot 2 in Section 2.1 and should be read in conjunction with Section 2 – Section 6 and Section 9 (for specific lines).
1.1 Integrity Inspection Requirement
(Reference is made to Section 4.6.2)
The scope of this lot targets alternatives to the MFL technology (e.g., UT), which are cable of:
• Determine significant corrosion features, with an accuracy < 0.5mm at POD > 90%.
• Identifying features within the pipe wall.
• Being performed in gas medium to limit the impact on operation during the inspection.
• Potentially being a supplement to MFL results, to compose a complete picture of the features if combined with MFL inspection results.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 2 000 000 💰
3️⃣ Omfanget af udbuddet
Titel: LOT 3: Offshore Launch Service
Titel
Partiets identifikationsnummer: 3
Beskrivelse
Beskrivelse af udbuddet:
“Through the establishment of the present framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection...”
Beskrivelse af udbuddet
Through the establishment of the present framework agreement, the Contracting Authority wants to purchase Pigging services for conducting inline inspection of Buyer’s natural gas pipelines.
The Provider must perform in-line service comprising a cleaning and gauging survey, and a subsequent in-line inspection.
The cleaning and gauging survey shall clean and identify any obstructions in the pipeline in advance of the in-line inspection.
The in-line inspection shall log the geometry and condition of the pipeline. The in-line in-spection shall be performed by a single combined tool capable of logging both pipe geome-try and anomalies (e.g. metal loss).
The following scope of work solely relates to the offshore pipeline Europipe II – Houstrup (21-241) and associated onshore pipeline section Houstrup – Nybro (23-403) shown in Figure 9 1 and specified in Section 2.1 and should be read in conjunction with Section 2 – Section 6.
Vis mere Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 2 000 000 💰
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and finan-cial standing” with information from the latest annual report...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and finan-cial 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 responsi-bility 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).
“1. Lot 1:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least DKK. 2.000.000,00
Concerning 2: Equity ratio...”
1. Lot 1:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least DKK. 2.000.000,00
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct.
2. Lot 2:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least DKK. 1.000.000,00
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct.
3. Lot 3:
Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least DKK. 1.000.000,00
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant can include the up to 3 most comparable and relevant references undertaken in the past three (3) years as part of the application. The...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant can 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:
1. A specific description of the work performed for each reference including a description of the work actually carried out for each delivery which meets the requirements set by the customer according to Appendix 2A General Description in-line services for the specific Lot-agreement in question. The applicant must strive for a level of detail which enables the Energinet to form an impression of the tenderer's ability to fulfill the requirements set out in the framework agreements.
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 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 included, 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).
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“It is a minimum requirement that the Provider and Subcontractors are required under this Contract to maintain a quality management system (QMS) in...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
It is a minimum requirement that the Provider and Subcontractors are required under this Contract to maintain a quality management system (QMS) in compliance with ISO 9001 (or equivalent) for the duration of the Contract.
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public...”
Liste og kortfattet beskrivelse af regler og kriterier
The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 135 (1-3) and 136.
Applicants may not be subject to the grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) lov nr. 1564 af 15/12/2015, §§ 137, stk. 1. nr. 5)
Please see section VI.3 “Additional information” for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1 in this TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted.
The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted.
Vis mere
Krav om deponering og sikkerhedsstillelse: The information is stated in the Tender Documents.
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem: The information is stated in the Tender Documents.
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have: The information is stated in the Tender Documents.
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten: The information is stated in the tender material.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører
Beskrivelse
Påtænkt maksimalt antal deltagere i rammeaftalen: 3
Oplysninger om reduktion af antallet af løsninger eller tilbud under forhandling eller dialog
Anvendelse af en trinvis procedure for gradvist at reducere antallet af løsninger, der skal drøftes, eller af tilbud, der skal forhandles
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 213-612675
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-12-13
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“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...”
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 applicant’s 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.
Vis mere Gennemgå organ
Navn: Klagenævntet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsen Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2022/S 220-634555 (2022-11-10)
Bekendtgørelse om indgåede kontrakter (2023-07-14) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 10 000 000 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 220-634555
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Partiets identifikationsnummer: 1
Titel: LOT 1 - Onshore Launch/Receival Service
Dato for indgåelse af kontrakten: 2023-05-10 📅
Navn og adresse på kontrahenten
Navn: ENTEGRA Pipeline Solutions Ltd
Nationalt registreringsnummer: 11949412
Postadresse: Unit 4 Heron Ind Estate, Basingstoke Road
Postby: Reading
Postnummer: RG7 1PJ
Land: Storbritannien 🇬🇧
Region: United Kingdom 🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 6 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 6 000 000 💰
2️⃣
Kontraktnummer: 2
Dato for indgåelse af kontrakten: 2023-05-24 📅
Navn og adresse på kontrahenten
Navn: PII Limited
Nationalt registreringsnummer: 698985530
Postadresse: Atley Way
Postby: Cramlington
Postnummer: NE23 1WW
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 6 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 6 000 000 💰
3️⃣
Kontraktnummer: 3
Titel: LOT 2 - Alternative Technologies Service
Dato for indgåelse af kontrakten: 2023-05-15 📅
Navn og adresse på kontrahenten
Navn: NDT Global GmbH
Nationalt registreringsnummer: DE282 679 682
Postadresse: Friedrich-List-Str. 1
Postby: Stutensee
Postnummer: 76297
Land: Tyskland 🇩🇪
Region: Deutschland 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 2 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 2 000 000 💰
4️⃣
Kontraktnummer: 4
Partiets identifikationsnummer: 3
Titel: LOT 3 - Offshore Launch Service
Dato for indgåelse af kontrakten: 2023-05-03 📅
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 2 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 2 000 000 💰
5️⃣
Kontraktnummer: 5
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 2 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 2 000 000 💰
6️⃣
Kontraktnummer: 6
Titel: LOT 3 - Offshore Lauch Service
Dato for indgåelse af kontrakten: 2023-05-22 📅
Navn og adresse på kontrahenten
Navn: ROSEN Europe BV
Nationalt registreringsnummer: 08089342
Postadresse: Zutphenstraat 15
Postby: Oldenzaal
Postnummer: 7575 EJ
Land: Nederlandene 🇳🇱
Region: Nederland 🏙️ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 2 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 2 000 000 💰
Kilde: OJS 2023/S 137-438422 (2023-07-14)