Fakta om udbudet
Udbyder
Energinet Elsystemansvar A/S
Procurement of Project Manager for Nordic FCP Feasibility Study for Implementation
Energinet Elsystemansvar A/S
Contract award notice – utilities
Results of the procurement procedure
Services
Directive 2014/25/EU
Section I: Contracting entity
39314959
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Helle Barløse
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK
Internet address(es):
Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
Section II: Object
Procurement of Project Manager for Nordic FCP Feasibility Study for Implementation
This tender concerns acquisition of a project manager for Nordic FCP feasibility study. The acquired project manager will through the feasibility study outline the approach for implementation of new requirements for FCR. The project manager is estimated for 0,75 FTE.
At supplier's premises.
The Nordic TSOs (Energinet, Fingrid, Statnett and Svenska kraftnät) have through the the Nordic Analysis Group (NAG) run several parallel projects during the last years within the domain of automatic frequency control with frequency quality and stability as the main objectives.
This project (Nordic FCP feasibility study for implementation) shall contribute to the RGN strategic goal of High security of the Nordic power system maintained, specifically start of implementation of new FCR requirements in 2019, by delivering a recommendation on how to initiate and run the implementation and as well as recommend an efficient technical solution for FCR requirements from a technical/feasible/MCA (Multi Criteria
Assessment) perspective.
The project has the following deliveries, which will form the basis for both national and Nordic strategic decisions needed to implement the new FCP requirements:
— feasibility reports (that evaluate the feasibility of performing implementation, by evaluating the obstacles and possibilities for the framework),
— MCA report (that will evaluate different alternatives for implementation),
— pre-qualification requirement (update of existing documents, where findings indicate a need for update/revision of requirements, will be brought back and utilized for a review of the requirements),
— proposal (the FCP-project series requirements, which this project is a part of, all boil down towards the SO GL article 154 (2). A proposal for art. 154 (2) needs to be developed and sent to the NRAs before the new requirements can come in to affect),
— recommendation (recommendation based on the combined results of the above mentioned, to serve as basis for decision),
— position paper (description of how the FCR requirements in SO GL Art. 154 (Annex V), are being met and fulfilled by the developed requirements),
— IT tool (IT tool for pre-qualification that will serve as an aid and support in the evaluation of compliance during a pre-qualification session. A prototype is developed and will be utilized for, possible, further development).
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.
Section IV: Procedure
Section V: Award of contract
Procurement of Project Manager for Nordic FCP Feasibility Study for Implementation
26048494
Arne Jacobsens Allé 17
København S
2300
Denmark
Telephone: +45 52519000
E-mail: lars.holledig@atkinsglobal.dk
Fax: +45 52519001
NUTS code: DK
Internet address: http://www.atkins.dk
Section VI: Complementary 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’.
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.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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 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.
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk