1 / 5 This notice in TED website: http://ted.europa.eu/udl?uri=ted:notice:29148-2017:text:en:html Indonesia-Jakarta: Landfill-gas electricity generating plant construction work 2017/S 018-029148 Contract notice Works Directive 2014/24/EU Section I: Contracting authority I.1) Name and addresses Royal Danish Embassy Menara Rajawali 25th floor, Jl. Dr Ide Anak Agng Gde Agung Kawasan mega Kuningan Jakarta 12950 Indonesia Contact person: Jacob Stensdal Hansen E-mail: jacoha@um.dk NUTS code: 00 Internet address(es): Main address: www.esp3.org I.2) I.3) I.4) I.5) Joint procurement Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: www.esp3.org Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted to the abovementioned address Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions Main activity General public services Section II: Object II.1) Scope of the procurement II.1.1) II.1.2) II.1.3) II.1.4) Title: Landfill gas recovery and conversion at Jati Barang Landfill, Semarang, Central Java, Indonesia. Reference number: 2015/S 248-452016-P01 Main CPV code 45251240 Type of contract Works Short description: The contract concerns recovery and conversion of landfill gas from Jati Barang landfill in Semarang, Central Java for generation of electricity to be feed into the public grid. The works include closure of one landfill cell of 1 / 5
2 / 5 II.1.5) II.1.6) II.2) II.2.1) II.2.2) II.2.3) II.2.4) II.2.5) II.2.6) II.2.7) II.2.9) approx. 7.5 ha by levelling, installation of a gas collection system, and final cover system, in addition to provision and installation of equipment to convert gas to electricity by a motor/generator unit. Estimated total value Value excluding VAT: 20 000 000.00 DKK Information about lots This contract is divided into lots: no Description Title: Additional CPV code(s) 45221117 45222110 Place of performance NUTS code: 00 Main site or place of performance: Jati Barang Landfill, Semarang, Central Java, Indonesia. Description of the procurement: The contract concerns recovery and conversion of landfill gas from Jati Barang landfill in Semarang, Central Java for generation of electricity to be feed into the public grid. The works include closure of one landfill cell of approx. 7.5 ha by levelling, installation of a gas collection system, and final cover system, in addition to provision and installation of equipment to convert gas to electricity by a motor/generator unit. Award criteria Criteria below Price Estimated value Value excluding VAT: 20 000 000.00 DKK Duration of the contract, framework agreement or dynamic purchasing system Start: 06/08/2017 End: 14/10/2018 This contract is subject to renewal: no Information about the limits on the number of candidates to be invited Envisaged number of candidates: 6 Objective criteria for choosing the limited number of candidates: The Tenderer shall meet the following minimum criteria: a. Average annual turnover over the last 3 years of 75 000 000 DKK equivalent. b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 20 000 000 DKK and of two projects with the value of minimum 8 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. c. Successful experience as main designer (himself or a nominated design consultant) of at least one project with the value of minimum 8 000 000 DKK and of two projects with the value of minimum 4 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. Economic and financial capacity of Candidate: 2 / 5
3 / 5 II.2.10) II.2.11) II.2.12) II.2.13) II.2.14) a. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 15 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts. b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years. Information about variants Variants will be accepted: no Information about options Options: no Information about electronic catalogues Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no Additional information If more than 6 eligible candidates meet the above selection criteria, the 6 best applications for the tender procedure will be selected. The only factors which will be taken into consideration during this re-examination are: a. Value and number of relevant reference projects as described under General Experience, point b above. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) III.1.2) III.1.3) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers Economic and financial standing List and brief description of selection criteria: A. Financial Resources: The Tenderer shall demonstrate, by a bank statement from his bank, that he has available or he has access to, liquid assets, lines of credit, or other financial means sufficient to meet the construction cash flow for the contract for a period of 6 months, not less than 15 000 000 DKK equivalent, in addition to the Tenderer's commitments for other contracts. b. Financial Position: The Audited Financial Statements (the presentation of balance sheets or extracts from balance sheets for at least the last two years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established) as well as the report of Certified Public (Sworn) Accountant for the past 3 financial years shall be submitted and must demonstrate the soundness of the applicant's financial position, showing long-term profitability. The tenderer should be in positive profit account at least 2 of the 3 last financial years. Technical and professional ability Minimum level(s) of standards possibly required: a. Average annual turnover over the last 3 years of 75 000 000 DKK equivalent. b. Successful experience as prime contractor in the execution of at least one project with the value of minimum 20 000 000 DKK and of two projects with the value of minimum 8 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. 3 / 5
4 / 5 III.1.5) III.2) III.2.2) III.2.3) c. Successful experience as main designer (himself or a nominated design consultant) of at least one project with the value of minimum 8 000 000 DKK and of two projects with the value of minimum 4 000 000 DKK; the projects should be of nature and complexity comparable to the proposed contract and completed within the last 5 years. Information about reserved contracts Conditions related to the contract Contract performance conditions: Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure IV.1) Description IV.1.1) IV.1.3) IV.1.4) IV.1.6) IV.1.8) IV.2) IV.2.1) IV.2.2) IV.2.3) IV.2.4) IV.2.6) IV.2.7) Type of procedure Restricted procedure Information about a framework agreement or a dynamic purchasing system Information about reduction of the number of solutions or tenders during negotiation or dialogue Information about electronic auction Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: no Administrative information Previous publication concerning this procedure Time limit for receipt of tenders or requests to participate Date: 28/02/2017 Local time: 10:00 Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/03/2017 Languages in which tenders or requests to participate may be submitted: English Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) Conditions for opening of tenders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: no VI.2) VI.3) VI.4) VI.4.1) Information about electronic workflows Additional information: Procedures for review Review body Klagenævnet for udbud Toldboden 2 Viborg 8800 4 / 5
5 / 5 VI.4.2) VI.4.3) VI.4.4) VI.5) Denmark E-mail: klfu@erst.dk Internet address:https://erhvervsstyrelsen.dk/om-klagenaevnet-for-udbud Body responsible for mediation procedures Review procedure Service from which information about the review procedure may be obtained Date of dispatch of this notice: 23/01/2017 5 / 5