Technical Water Treatment Plant

This contract notice apply to DIN Forsyning Teknisk Vand A/S procurement of Technical Water Treatment Plant. Technical Water Treatment Plant is a facility that cleans purified wastewater for use in Power-to-X facilities. In Denmark, the declared goal by 2030 of reducing CO2 emissions by 70% to combat climate change has …

CPV: 45252000 Bauarbeiten für Klär-, Reinigungs- und Müllverbrennungsanlagen, 45252100 Bau von Kläranlagen, 45252120 Bau von Wasseraufbereitungsanlagen, 45252123 Siebanlagen, 45252127 Bau von Abwasserbehandlungsanlagen, 45252130 Ausrüstung für Kläranlage, 45252210 Bau von Wasserreinigungsanlagen
Ausführungsort:
Technical Water Treatment Plant
Vergabestelle:
DIN Forsyning Teknisk Vand A/S
Vergabenummer:
3

1. Buyer

1.1 Buyer

Official name : DIN Forsyning Teknisk Vand A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Technical Water Treatment Plant
Description : This contract notice apply to DIN Forsyning Teknisk Vand A/S procurement of Technical Water Treatment Plant. Technical Water Treatment Plant is a facility that cleans purified wastewater for use in Power-to-X facilities. In Denmark, the declared goal by 2030 of reducing CO2 emissions by 70% to combat climate change has led to an ambitious plan for Power-to-X, i.e. converting green renewable electricity into fuels (and more) for use in the hard-to-abate sectors, such as the industry, heavy transport, aviation, and shipping transport. DIN Forsyning Teknisk Vand A/S cooperates with companies that want to buy significant quantities of technical water. Technical water is a general term for water that has a different quality than drinking water. The technical water will have a quality as demineralized water. The procurement comprise the complete delivery of a combined plant consisting of: Pure Water Treatment Plant; Reject Water Treatment Plant; buildings; and high voltage installations. The plant is called Technical Water Treatment Plant (TWTP). The TWTP will be located on Mådevej, 6700 Esbjerg. The TWTP must be designed to operate continuously, 24 hours a day, 7 days a week, and 52 weeks a year. The project will be divided in two phases; Phase 1 and Phase 2. Phase 2 is included as an option. The initial phase (Phase 1) will support approximately half of the total capacity. Project capacity: Phase 1 must have a capacity of 230 m³/h output. Phase 2 (option) must have a capacity of 230 m³/h output. The project including the optional Phase 2 must have a capacity of 460 m3/h output. This project also includes a contract for underground piping which is offered in another procurement. DIN Forsyning Teknisk Vand A/S has chosen not to divide the project/contracts further. DIN Forsyning Teknisk Vand A/S has assessed that handling interfaces, responsibilities and risks in particular the contract for TWTP is best placed with the contractor. Further division of the project /contracts will entail increased risk for DIN Forsyning Teknisk Vand A/S, as well as increased costs for construction management etc., which is why DIN Forsyning Teknisk Vand A/S has found it appropriate not to divide the project/contracts further. Read more about the project in the procurement documents which is available on the tendering system EU-Supply: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=422269&B=
Procedure identifier : a1505039-2902-44cb-b360-b3949a80a94e
Internal identifier : 3
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The procurement procedure will be conducted as a competitive procedure in accordance with the Danish Public Procurement Act (ACT No. 10 of 06 January 2023), section 61-66. The procurement procedure is divided into two phases; (i)a request for participation phase and (ii)a tendering phase, possibly including one or more round(s) of negotiations. DIN Forsyning Teknisk Vand A/S may award the contract based on the initial, revised or final tender. Accordingly, the tenderers cannot expect that negotiations will be conducted. Negotiations can be carried out in a number of successive stages in order to limit the number of tenders which require negotiation. DIN Forsyning Teknisk Vand A/S reserves the right to cancel/change negotiation meetings, request extra negotiation meetings, conduct written/oral negotiations and/or speed up/postpone the submission of revised/final tenders.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252100 Sewage-treatment plant construction work
Additional classification ( cpv ): 45252120 Water-treatment plant construction work
Additional classification ( cpv ): 45252123 Screening installations
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45252130 Sewage plant equipment

2.1.2 Place of performance

Postal address : Mådevej
Town : Esbjerg
Postcode : 6700
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Euro

2.1.4 General information

Additional information : The value of the contract mentioned in this notice covers the entire contract incl. options and is based on DIN Forsyning Teknisk Vand A/S' estimate. The candidate must submit a European Single Procurement Document (ESPD) with their request for participation as preliminary evidence for the matters mentioned in sections 148, subsection 1, no. 1-3 of the Danish Public Procurement Act. In the case of a consortium or joint venture, a separate ESPD must be submitted for each of the participating economic operators. If the candidate relies on the capacities of other entities, an ESPD must be submitted for each of the entities on which the candidate relies. The candidate will be excluded from the procurement procedure if they are subject to the exclusion grounds in sections 134a, 135, subsection 1-3, 136, and 137, subsection 1, no. 2 of the Danish Public Procurement Act, unless the candidate has provided documentation proving their reliability in accordance with section 138 of the Danish Public Procurement Act. Prior to the award of the contract, the tenderer whom DIN Forsyning Teknisk Vand A/S intends to award the contract to must submit documentation for the information provided in the ESPD in accordance with sections 151-152, cf. section 153 of the Danish Public Procurement Act. DIN Forsyning Teknisk Vand A/S reserves the right to request documentation for the information at any time during the procurement process if necessary to ensure the procedure is conducted correctly. For Danish tenderers, documentation may, for example, consist of a service certificate issued by the Danish Business Authority. The candidate must not have any connection to Russian nationals or individuals, entities, or bodies established in Russia, in accordance with the EU regulation "on restrictive measures in response to Russia's actions destabilizing the situation in Ukraine" (Regulation No. 833/2014 of July 31, 2014, as amended by Council Regulation (EU) No. 2022/576 of April 8, 2022). Requests for participation must be submitted via the tendering system EU-Supply: https: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=422269&B= All contact and written correspondence, including DIN Forsyning Teknisk Vand A/S' answers to questions and the candidate's submission of request for participation etc. takes place on the tendering system EU-Supply.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Arrangement with creditors : Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency : Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator : Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Technical Water Treatment Plant
Description : This contract notice apply to DIN Forsyning Teknisk Vand A/S procurement of Technical Water Treatment Plant. Technical Water Treatment Plant is a facility that cleans purified wastewater for use in Power-to-X facilities. In Denmark, the declared goal by 2030 of reducing CO2 emissions by 70% to combat climate change has led to an ambitious plan for Power-to-X, i.e. converting green renewable electricity into fuels (and more) for use in the hard-to-abate sectors, such as the industry, heavy transport, aviation, and shipping transport. DIN Forsyning Teknisk Vand A/S cooperates with companies that want to buy significant quantities of technical water. Technical water is a general term for water that has a different quality than drinking water. The technical water will have a quality as demineralized water. The procurement comprise the complete delivery of a combined plant consisting of: Pure Water Treatment Plant; Reject Water Treatment Plant; buildings; and high voltage installations. The plant is called Technical Water Treatment Plant (TWTP). The TWTP will be located on Mådevej, 6700 Esbjerg. The TWTP must be designed to operate continuously, 24 hours a day, 7 days a week, and 52 weeks a year. The project will be divided in two phases; Phase 1 and Phase 2. Phase 2 is included as an option. The initial phase (Phase 1) will support approximately half of the total capacity. Project capacity: Phase 1 must have a capacity of 230 m³/h output. Phase 2 (option) must have a capacity of 230 m³/h output. The project including the optional Phase 2 must have a capacity of 460 m3/h output. This project also includes a contract for underground piping which is offered in another procurement. DIN Forsyning Teknisk Vand A/S has chosen not to divide the project/contracts further. DIN Forsyning Teknisk Vand A/S has assessed that handling interfaces, responsibilities and risks in particular the contract for TWTP is best placed with the contractor. Further division of the project /contracts will entail increased risk for DIN Forsyning Teknisk Vand A/S, as well as increased costs for construction management etc., which is why DIN Forsyning Teknisk Vand A/S has found it appropriate not to divide the project/contracts further. Read more about the project in the procurement documents which is available on the tendering system EU-Supply: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=422269&B=
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45252210 Water purification plant construction work
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45252100 Sewage-treatment plant construction work
Additional classification ( cpv ): 45252120 Water-treatment plant construction work
Additional classification ( cpv ): 45252123 Screening installations
Additional classification ( cpv ): 45252127 Wastewater treatment plant construction work
Additional classification ( cpv ): 45252130 Sewage plant equipment
Options :
Description of the options : Phase 2 (option) with a capacity of 230 m³/h output.

5.1.2 Place of performance

Postal address : Mådevej
Town : Esbjerg
Postcode : 6700
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The value of the contract mentioned in this notice covers the entire contract incl. options and is based on DIN Forsyning Teknisk Vand A/S' estimate. The candidate must submit a European Single Procurement Document (ESPD) with their request for participation as preliminary evidence for the matters mentioned in sections 148, subsection 1, no. 1-3 of the Danish Public Procurement Act. In the case of a consortium or joint venture, a separate ESPD must be submitted for each of the participating economic operators. If the candidate relies on the capacities of other entities, an ESPD must be submitted for each of the entities on which the candidate relies. The candidate will be excluded from the procurement procedure if they are subject to the exclusion grounds in sections 134a, 135, subsection 1-3, 136, and 137, subsection 1, no. 2 of the Danish Public Procurement Act, unless the candidate has provided documentation proving their reliability in accordance with section 138 of the Danish Public Procurement Act. Prior to the award of the contract, the tenderer whom DIN Forsyning Teknisk Vand A/S intends to award the contract to must submit documentation for the information provided in the ESPD in accordance with sections 151-152, cf. section 153 of the Danish Public Procurement Act. DIN Forsyning Teknisk Vand A/S reserves the right to request documentation for the information at any time during the procurement process if necessary to ensure the procedure is conducted correctly. For Danish tenderers, documentation may, for example, consist of a service certificate issued by the Danish Business Authority. The candidate must not have any connection to Russian nationals or individuals, entities, or bodies established in Russia, in accordance with the EU regulation "on restrictive measures in response to Russia's actions destabilizing the situation in Ukraine" (Regulation No. 833/2014 of July 31, 2014, as amended by Council Regulation (EU) No. 2022/576 of April 8, 2022). Requests for participation must be submitted via the tendering system EU-Supply: https: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=422269&B= All contact and written correspondence, including DIN Forsyning Teknisk Vand A/S' answers to questions and the candidate's submission of request for participation etc. takes place on the tendering system EU-Supply.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : General yearly turnover
Description : Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows: Candidates must provide information on annual turnover for the most recent available financial year. Minimum requirement: The candidate’s total annual turnover in the most recent available financial year must be at least EUR 70,000,000.00 excl. VAT.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Set up of economic operator
Description : In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Equity
Description : Candidates must provide information on equity for the most recent available financial year. Minimum requirement: The candidate's total equity in the most recent available financial year must be at least EUR 7,000,000.00.
Use of this criterion : Used
Criterion :
Type : Economic and financial standing
Name : Equity ratio
Description : Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: Candidates must provide information on equity ratio for the most recent available financial year. Minimum requirement: The candidate's equity ratio must be at least 10% in the most recent available financial year.
Use of this criterion : Used
Criterion :
Type : Other
Name : Selection
Description : DIN Forsyning Teknisk Vand A/S selects 4 candidates who will be invited to submit initial tenders. If more than 4 suitable candidates fulfill the minimum requirements for suitability regarding economic and financial standing and technical and professional ability, and they are not subject to grounds for exclusion, DIN Forsyning Teknisk Vand A/S will make a selection of the 4 most suitable candidates. Selection will be made on the basis of the relevance of the experience in relation to the tendered contract/work/project, including in particular: • The candidate’s experience with reject water treatment plants of a similar scope with biological treatment of waste streams with low biodegradable material and nitrogen and phosphorous removal, adsorption of micropollutants in particular PFAS and metals. • The candidate’s experience with pure water treatment plants of a similar scope using treated effluent from a biological Waste Water Treatment Plant for the production of demineralized water with a quality in regards of 50-70 µS/cm and a TOC of <1.00 mg/L in a high recovery solution. • The candidate’s experience in both architect and engineer designing and building technical water treatment plants of a similar scope. In the ESPD, part V, the candidate can provide information about works/projects/experience which will form the basis of the selection of the 4 most suitable candidates. The candidate is welcome to attach the information in separate documents instead. If the information is stated in a separate document, each information/project/work should not take up more than 2 A4 pages. Overall, the candidate must provide information on a maximum of 10 projects/works/experiences. If the candidate attaches information on more than 10 projects/works/experiences, DIN Forsyning Teknisk Vand A/S will only look at the first 10 projects/works/experiences in the order they appear in the ESPD or on EU-Supply. Furthermore, information from other entities on which the candidate bases the technical and professional ability in accordance with section 144 of the Danish Public Procurement Act, will only be taken into consideration if and to the extent that the candidate has submitted information on fewer than 10 projects/works/experiences. It is only possible to include projects/works/experiences performed within the last 10 years. Work in progress – not yet delivered – can be included if the candidate only includes a description of the work that has been delivered.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Pure Water Treatment Plant
Description : Candidates must provide information on their technical and professional ability by providing a list of similar works performed within the last 10 years. Minimum requirement: The candidate must demonstrate experience with water sources containing organic matter exceeding EU drinking water requirements for the production of demineralized water with a quality in regards of <70 µS/cm.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Reject Water Treatment Plant
Description : Candidates must provide information on their technical and professional ability by providing a list of similar works performed within the last 10 years. Minimum requirement: The candidate must demonstrate experience with biodegradable materials and the removal of nitrogen and phosphorus, as well as the adsorption of micropollutants, particularly PFAS and metals.
Use of this criterion : Used
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Total price incl. options (CAPEX) (25%) When evaluating the total price incl. options (CAPEX), emphasis is placed on the following: - The total price incl. options (CAPEX). Emphasis is placed on prices being as low as possible. Total operating costs (OPEX) (15%) When evaluating the total operating costs (OPEX), emphasis is places on the following: - The total operating costs incl. service agreement (OPEX). Emphasis is placed on operating costs being as low as possible. If the tenderer's performance guarantee is conditional on DIN Forsyning Teknisk Vand A/S entering into a service agreement with the tenderer, costs for this service agreement will be added to the price (CAPEX).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Quality
Description : When evaluating quality, positive emphasis is placed on the extent to which the tenderer manages to demonstrate the following: That efficient (minimal) operation and maintenance including fully automatic control and good and clear display of on-line measurements are envisaged. An effectful overview of the expected replacements and maintenance, as listed in Contract document 9a Consumption, of the TWTP in the period from year 11 to 30. That process facilities incl. pipe systems, bearings, tanks, etc. as a unified unit appears robust with consistent high quality in all solutions. Proven solutions that are well thought out in relation to DIN Forsyning Teknisk Vand A/S' functional requirements stated in the contract documents. A strong focus on the future operation and maintenance of the plant in relation to the working environment and safety, including access conditions, operation and servicing.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Organization and qualification
Description : When evaluating organization and qualification, positive emphasis is placed on the following: The extent to which the tenderer manages to demonstrate a resilient and robust organization, which shows a clear distribution of roles, responsibilities and powers throughout the project, which supports DIN Forsyning Teknisk Vand A/S in the best way, as described in the procurement documents. It is also considered positive, if the tenderer shows an organization that also can handle operations, technological development and the capacity to be innovative. The extent to which the key employees who are part of the organizational plan have relevant education, skills/qualification and experience in relation to the role the individual employee is intended for in the organization/project and that these are being utilized in the organization. Particular attention is paid to the following key employes: o Project manager (primary contact person for the Employer) o Assistant project manager o Process engineer o Mechanical engineer o Controls engineer o Architect o Construction manager o Commissioning manager o Service manager
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Process and collaboration
Description : When evaluating process and collaboration, positive emphasis is placed on the following: The extent to which the tenderer demonstrates and shows knowledge of and understanding to enter into a collaboration on the execution of a project with several professional areas such as designing, building and installing, including in particular: o Involvement of relevant skills/qualifications and stakeholders in the project with focus on broad collaboration. o Demonstrating the ability to work well in teams, share credit, and take responsibility for mistakes. o Showing commitment and willingness to go the extra mile to achieve results. o Communicating effectively and demonstrating a clear Employer (DIN Forsyning Teknisk Vand A/S) and service oriented approach and a good feedback culture. The extent to which the tenderer demonstrates management of the project, where all relevant parties are involved and where there is a focus on contract management among all parties, including in particular: o Ensuring all team members are involved and valued. o Proactively managing and optimization resources and schedules. o Identifying, analyzing and managing risks. o Identifying and incorporating sustainable initiatives. o Ensuring a good transition to operation with a focus on quality assurance, the commissioning process and training. The extent to which the tenderer convincingly demonstrates how the tenderer identifies the biggest challenges in this project in a targeted and controlled manner and in particular how the tenderer proposes to handle the challenges. It is considered positive that the tenderer involves relevant qualifications, stakeholders, tools etc. and shows broad and strong collaboration. In addition, emphasis is placed on: o Involving relevant qualifications and stakeholders in problem-solving. o Demonstrating a proactive approach to identifying and addressing challenges. o Collaborating effectively with all parties to find solutions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : A performance bond is required. Read more about bonds and guarantees in the procurement documents, e.g. the contract agreement.
Deadline for receipt of requests to participate : 04/03/2025 11:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract agreement is based on FIDIC Conditions for Plant and Design-Build (Yellow Book). The contract contains labour clauses and requirements for the use of persons undergoing training. Read all contract requirements in the procurement documents, e.g. the contract agreement.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : Read all contract requirements in the procurement documents, e.g. the contract agreement.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The Danish Complaints Board for Public Procurement -
Information about review deadlines : Guidance for complaints: https://naevneneshus.dk/start din-klage/klagenaevnet-for-udbud/vejledning/ The Danish Complaints Board for Public Procurement's appeal deadlines: In the case of a tender with pre-qualification a complaint about not having been pre-qualified must be submitted within 20 calendar days. This is calculated from the day after DIN Forsyning Teknisk Vand A/S sends a notification of prequalification/selection. Other complaints about tenders or decisions, e.g. award of contracts must be submitted 45 calendar days from the day after DIN Forsyning Teknisk Vand A/S' publication of a notice on the conclusion of a contract. At the latest at the same time as a complaint is submitted to the Danish Complaints Board for Public Procurement, the complainant must notify DIN Forsyning Teknisk Vand A/S in writing that a complaint is being submitted to the Danish Complaints Board for Public Procurement and about whether the complaint has been submitted during the standstill period, cf. the Act on the Danish Complaints Board for Public Procurement section 6, subsection 4. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether a suspensive effect of the complaint is requested, cf. section 12, subsection of the Act on the Danish Complaints Board for Public Procurement. The rules on appeal deadlines are found in section 7 of the Act no. 593 of the 02/06/2016 on the Danish Complaints Board for Public Procurement.
Organisation providing additional information about the procurement procedure : DIN Forsyning Teknisk Vand A/S -
Organisation providing offline access to the procurement documents : DIN Forsyning Teknisk Vand A/S -
Organisation providing more information on the review procedures : The Danish Competition and Consumer Authority -
Organisation receiving requests to participate : DIN Forsyning Teknisk Vand A/S -
Organisation processing tenders : DIN Forsyning Teknisk Vand A/S -

8. Organisations

8.1 ORG-0001

Official name : DIN Forsyning Teknisk Vand A/S
Registration number : 43898388
Department : Indkøbsafdelingen
Postal address : Ulvsundvej 1
Town : Esbjerg N
Postcode : 6715
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Lars Skov Bjerrum
Telephone : +45 48104200
Internet address : https://dinforsyning.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : The Danish Competition and Consumer Authority
Registration number : 10294818
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : https://kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 870e6acd-4bd9-4285-af38-ea6dddb8a99e - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 15:00 +00:00
Notice dispatch date (eSender) : 31/01/2025 15:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00077177-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025