Ausschreibungen u. Aufträge: Computersysteme - DK-Kopenhagen
Computersysteme.
Diverse Computersysteme.
Dokument Nr...................: 150354-2004
Veröffentlicht................: 08.09.2004
*
AUFTRAGSBEKANNTMACHUNG - SEKTOREN
Lieferauftrag
I.1) Offizieller Name und Anschrift des Auftraggebers: Energi E2 A/S, HC
Ørsted Værket, Att: Peter Kannegaard (direct phone: +45 3925 3002),
Tømmergravsgade 4, DK-2450 Copenhagen SV. Tel.: +45 3925 3260. Fax: +45
3925 3229. E-mail: kng@e2.dk. URL: www.e2.dk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
30250000, 30259000.
Beschreibung: Computersysteme.
Diverse Computersysteme.
IV.3.3) Schlusstermin für den Eingang der Angebote oder der
Teilnahmeanträge: 8.10.2004. Uhrzeit: 12:00.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Dänisch. Englisch.
OT: CONTRACT NOTICE - UTILITIES
Supplies
SECTION I: CONTRACTING ENTITY
I.1) Official name and address of the contracting entity: Energi E2 A/S,
HC Ørsted Værket, Att: Peter Kannegaard (direct phone: +45 3925 3002),
Tømmergravsgade 4, DK-2450 Copenhagen SV. Tel.: +45 3925 3260. Fax: +45
3925 3229. E-mail: kng@e2.dk. URL: www.e2.dk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.2) Type of supplies contract: Purchase.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting entity: New
Archiving and Reporting System for 3 power plants in Copenhagen.
(Amagerværket, H. C. Ørsted Værket; Svanemølleværket).
II.1.6) Description/object of the contract: Archiving and Reporting
System power plants in Copenhagen.
- Amagerværket.
Archiving from DCS systems (C3I, Maestro) and further more interfaces
with SCADA System and Yokogawa DAQ.
- H. C. Ørsted Værket.
Archiving from SQL and HP-UX servers.
- Svanemølleværket.
Archiving from DCS systems (CEK) and furthermore interfaces with Yokogawa
DAQ.
- Reporting system consisting of:
Manual data import.
Calculation of data.
Report generation.
- Implementing formulas from existing systems.
Conditions of delivery is ENERGI E2"s "General Conditions - Mechanical
and Electrical Equipment" (AB-ME) and specific conditions for the supply
in question.
II.1.7) Site or location of works, place of delivery or performance:
Amagerværket, Kraftværksvej 37, København S, Denmark.
H. C. Ørsted Værket, Tømmergravsgade 4, København SV, Denmark.
Svanemølleværket, Lautrupsgade 1, København Ø, Denmark.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 30250000, 30259000.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: As in II.1.6).
Tenders will be required for design, fabrication, delivery, programming
and commissioning.
II.3) Duration of the contract or time period for execution: Starting:
1.2.2005 - Ending: 1.2.2006.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: The conditions will be stated
in the tender documents.
III.1.2) Main terms of financing and payment and/or reference to the
provisions in which these are contained: The terms will be stated in the
tender documents.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum capacity required:
Applications will be evaluated based on the following criteria:
A. the applicant"s financial preconditions;
B. the applicant"s references of similar facilities;
C. the applicant"s technical capacity;
D. the applicant"s organisation.
III.2.1.2) Economic and financial capacity - means of proof required:
A1. Ownership and corporate form. If the applicant is a subsidiary, the
name and address of the parent company must be stated as well as any
information on the name and address of a Danish representative.
A2. Name and address of the applicant"s bank.
A3. Annual accounts for the previous three years.
A4. Documentation that the applicant can, in case of contract, provide a
bank guarantee or guarantee commitment of 10% of the contract value as
security for meeting his obligation to deliver.
III.2.1.3) Technical capacity - means of proof required: C1. Statement
of the applicant"s facilities for detailed engineering.
C2. Statement of the applicant"s workshop and construction facilities.
III.2.1.4) Other information: B1. References of similar facilities,
which the applicant has on order or has delivered within the last 5
years. The list of references shall include information for contact to
owners of referred systems (name, address, telephone number etc.).
D1. Statement of the applicant"s quality system according to ISO 9001 or
similar. The same applies for major sub-suppliers.
D2. Statement of the applicant"s environmental management organisation
including principles for implementation of environmental management.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Negotiated.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.3) Deadline for receipt of tenders or participation requests:
8.10.2004. Time: 12:00.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Scheduled date: 18.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: Danish. English.
IV.3.6) Minimum period for which the tenderer is required to keep open
the offer: 5 months from the deadline stated for receipt of tenders.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: IV.1.2) Number of firms which will be
invited to tender (when applicable):
maximum 3;
ordinary prequalification of applicants shall take place by evaluation of
the information submitted in accordance with item III.2.1);
among the applicants who pass the ordinary prequalification procedure a
maximum of 3 will be selected in an extraordinary prequalification
procedure. The selection of the applicants will be based on an overall
evaluation in order to obtain optimum competition.
VI.5) Date of dispatch of this notice: 2.9.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de