Módulos solares fotovoltaicos

Delivery, Installation and Maintenance of PV panel projects

Fluxys is currently evaluating the installation of local photovoltaic production to cover part of its electricity consumption on large operational sites . The power to be installed will be very variable, depending on the current electrical consumption of the station, the available areas, and the constructability on these available areas... …

CPV: 09330000 Energía solar, 09331200 Módulos solares fotovoltaicos, 09332000 Instalación solar, 51000000 Servicios de instalación (excepto software), 71323100 Servicios de diseño de sistemas eléctricos
Lugar de ejecución:
Delivery, Installation and Maintenance of PV panel projects
Organismo adjudicador:
Fluxys Belgium n.v.
Número de premio:
Fluxys-APQ2222-F07_0

Belgium-Brussels: Solar photovoltaic modules

2022/S 248-722139

Qualification system – utilities

This notice is a call for competition

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Fluxys Belgium n.v.
National registration number: 0402.954.628_555768
Postal address: Avenue des Arts 31
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1040
Country: Belgium
Contact person: Geert Vandeputte
E-mail: procurement@fluxys.com
Telephone: +32 22827291
Internet address(es):
Main address: www.fluxys.com
Address of the buyer profile: https://enot.publicprocurement.be/enot-war/preViewNotice.do?noticeId=467449
I.1) Name and addresses
Official name: FLUXYS LNG SA
National registration number: 0426.047.853
Postal address: Rue Guimard 4
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: 1040
Country: Belgium
Contact person: Geert Vandeputte
E-mail: procurement@fluxys.com
Telephone: +32 22827192
Internet address(es):
Main address: www.fluxys.com
Address of the buyer profile: https://enot.publicprocurement.be/enot-war/preViewNotice.do?noticeId=467449
I.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://enot.publicprocurement.be/enot-war/preViewNotice.do?noticeId=467449
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://sourcing-invitation.fluxys.com
I.6) Main activity
Production, transport and distribution of gas and heat

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Delivery, Installation and Maintenance of PV panel projects

Reference number: Fluxys-APQ2222-F07_0
II.1.2) Main CPV code
09331200 Solar photovoltaic modules
II.1.3) Type of contract
Supplies
II.2) Description
II.2.2) Additional CPV code(s)
09330000 Solar energy
09332000 Solar installation
51000000 Installation services (except software)
71323100 Electrical power systems design services
II.2.3) Place of performance
NUTS code: BE Belgique / België
II.2.4) Description of the procurement:

Fluxys is currently evaluating the installation of local photovoltaic production to cover part of its electricity consumption on large operational sites

. The power to be installed will be very variable, depending on the current electrical consumption of the station, the available areas, and the constructability on these available areas...

The present qualification concerns the installation of PV fields with a minimum power of 500kWp up to 6MWp (and potentially more).

Applicants should be capable to provide full range of services: the detailed design of the installation, the supply of the necessary equipment, as well as all the work required for construction this type of installation, ranging from the civil engineering works required for the preparation of the site, the buildings for electrical components, the laying of the metal structures and the PV panels, the electrical works for the electrical connections (from high voltage existing connection up to the panels), the laying of the cables (HV LV) up to the fields, the commissioning, the reinstatement of the site after works, and the supervision and control of the installation.

Modifications on HV ELIA or LV DNB installations is excluded from the scope.

As part of this qualification, Fluxys is also looking for contractors who can subsequently do the maintenance on such installations, maintain the electrical equipment, the panels and inverters, as well as maintenance of the grounds - planting and ground cover, as well as managing specific spare parts. (The scope of services, tendering and separate contracts might be separately tendered per site).

The projects envisaged are mostly to be planned at medium or high voltage (requiring the installation of transformers as part of the scope), and the voltage level will vary for each site (6KV,15KV, 36KV,...). The first project is currently planned to be connected to a 15KV network.

For the time being (2022), projects are to be installed on the ground, but experience in the installation of floating solar panels, or installation on existing structures is a plus.

Out of the pool of qualified candidates those with an average yearly turnover (see criterion 1 in section III 1.9) at least 2 times estimated project investment budget will be invited to tender.

II.2.5) Award criteria
II.2.8) Duration of the qualification system
Indefinite duration
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.9) Qualification for the system
Conditions to be fulfilled by economic operators in view of their qualification:

I) The candidate must have the necessary economic and financial standing to perform the contract.

Criterion 1) Proof of the candidate's economic and financial standing may be furnished by one or more of the following references:

- the presentation of financial statements or extracts from the financial statements, where publication of financial statements is required under the law of the country in which the economic operator is established;

- a statement of the economic operator's overall turnover of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading.

Criterion 2) The candidate must also provide evidence of relevant professional risk indemnity insurance.

II) The candidate must have the necessary technical and professional ability to perform the contract. Proof of the candidate's ability must be furnished by the following means (in case of a joint tender, the combined capacity of all members is taken into account):

Criterion 3) a list of the principal deliveries effected or the main services provided over at the most the past three years, with the sums, dates and recipients, whether public or private, involved.

Criterion 4) a list of the O&M service contracts provided over at the most the past three years, with the sums, dates and recipients, whether public or private, involved.

Criterion 5) an indication of its safety qualification that the economic operator will be able to apply when performing the contract.

Criterion 6) the educational and professional qualifications (listed in CVs) of the undertaking’s [managerial or other] staff Project managers and Lead engineers.

Methods according to which each of those conditions will be verified:

Criterion 1) The candidate must have an average yearly turnover of at least EUR 1,6 MIO. This criterion applies to the candidate as a whole, i.e. through the combined capacity of all members of the group in case of a group of economic operators.

In addition, the following financial ratio’s shall be met:

• Current ratio (i.e. current assets divided by current liabilities) must be above 1.0;

• Solvency ratio (i.e. equity divided by total assets) must be above 20%.

This criterion applies to each member of the group in case of a group of economic operators.

The candidate will provide a bank guarantee at first request if ratio is insufficient (5% of the total contract amount, increased at sole discretion of contracting entity if economic situation is requesting for it).

Criterion 2) The relevant professional risk indemnity insurance must have a minimum coverage of EUR 500.000. Please note that If the candidate is awarded the contract, his professional risk indemnity insurance should be increased to a minimum coverage of EUR 1.250.000.

Criterion 3) minimum 5 references related to PV panel plants of at least 500kWp each where the candidate was responsible for engineering, procurement and installation)

Criterion 4) minimum 2 references related to O&M service contracts, as per scope described under II.2.4 on PV panel plants of at least 500kWp each, or provide data from a partner performing this services.

Criterion 5) VCA-certification certification or equivalent.

Criterion 6) at least :

• 2 members of staff with at least 5 years of experience in Study Lead Electrical Engineering,

• 2 members of staff with at least 5 years of experience in Lead Sizing PV installation,

• 2 members of staff with at least 5 years of experience in Project Management (Engineering, Procurement and Construction experiences).

Section IV: Procedure

IV.1) Description
IV.2) Administrative information
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English, French, Dutch

Section VI: Complementary information

VI.3) Additional information:

1) Overview of documents to be provided

A) Requests to participate

The requests to participate shall clearly mention the candidate's full name, including the company number, VAT number, full address and legal form.

Tenders or requests to participate may be submitted by a group of economic operators who will not be required to adopt a particular legal form prior to the award of the contract. A letter of consent between the members of the group should be included in the request to participate and all the information required under the contract notice should be provided for each member of the group.

In the case of a joint tender, all members of the group assume joint and several liability towards Fluxys for the performance of the contract as a whole, i.e. both financial and operational liability.

The operators forming a group must designate one of them as a single point of contact (SPOC) towards Fluxys for the administrative, financial and operational management of the contract.

Furthermore, the operators forming a group should provide information on the role of each member of the group.

After the award, Fluxys will sign the contract either with all members of the group, or with the SPOC on behalf of all members of the group, authorised by the other members via powers of attorney.

B) Requested annexes to prove compliance with selection criteria as per III.1.9) Qualification for the system

In order to prove its economic, financial, technical or professional capacity, an economic operator may rely on the capacity of other entities, whatever the legal nature of the link between itself and those entities. The economic operator must prove to Fluxys that the necessary resources will be available to it, by delivering a written undertaking by the other entity to that effect.

When filled in, PDF of the request to participate and all requested annexes shall be uploaded on the Fluxys Sourcing Invitation Platform (as specified under I.3) Communication).

Each candidate will have to request via the contact person as per I.1) access to the appropriate protected folder on this platform. New candidates to the platform will also receive their password and instructions for access.

VI.4) Procedures for review
VI.4.1) Review body
Official name: President of the Court of First instance of Brussels
Postal address: Rue des Quatre Bras 13
Town: Brussels
Postal code: 1000
Country: Belgium
VI.5) Date of dispatch of this notice:
21/12/2022