Transport and Storage of CO2

This tender concerns Kredsløb Holding A/S' (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") tender of a framework agreement for CO2 Transport and Storage from Kredsløb's facilities in Lisbjerg in Denmark. To support Aarhus City Council's goal to lead the way in the green transition and …

CPV: 63121110 Gas storage services, 60000000 Transport services (excl. Waste transport), 60300000 Pipeline transport services
Place of execution:
Transport and Storage of CO2
Awarding body:
Kredsløb Holding A/S
Award number:

1. Buyer

1.1 Buyer

Official name : Kredsløb Holding A/S
Legal type of the buyer : Public undertaking, controlled by a local authority
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Transport and Storage of CO2
Description : This tender concerns Kredsløb Holding A/S' (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") tender of a framework agreement for CO2 Transport and Storage from Kredsløb's facilities in Lisbjerg in Denmark. To support Aarhus City Council's goal to lead the way in the green transition and create a CO2 neutral society by 2030, Kredsløb is planning to establish a Carbon Capture Plant to capture the flue gas from the entire Lisbjerg plant, consisting of four separate plants, three which are used for the processing of collected waste from (mainly) Aarhus, and one which is used for the processing of biomass (mostly straw). The Carbon Capture Plant is expected to capture approximately 335,000 tonnes of CO2 annually. The tender procedure was first announced on 23 February 2024 (published under tender notice 112405-2024). However, the tender procedure was cancelled on 26 April 2024 as all applications received were found to be non-compliant and thus rejected. On the basis of the tender procedure, Kredsløb decided to initiate a negotiated procedure without prior call for competition in accordance with article 50(1)(a) of the Utilities Directive. Kredsløb has decided to cancel the tender procedure and is in the proces of preparing a new tender.
Procedure identifier : 247f278e-88b6-4b55-8a99-c33078b8f6b0
Previous notice : 250000-2024
Type of procedure : Negotiated without prior call for competition
Justification for the accelerated procedure :
Main features of the procedure : The tender has been carried out as a negotiated procedure without prior call for competition, in accordance with article 50(1)(a) of the Utilities Directive. The tender procedure was meant to consist of different phases, namely: 1. Prequalification Phase: Economic operators are invited to submit an application for the purpose of prequalification. 2. Tender and negotiation Phase: Any applicant which is prequalified based on the prequalification criteria will be invited to tender, including submission of relevant materials, first tenders, a number of revised tenders and a BAFO ("Best And Final Offer") and thus participation in several rounds of dialogues and/or negotiations. This process is further described in the Tender Conditions. 3. Evaluation and award: Kredsløb will evaluate BAFO and award the Framework Agreement to up to four (4) tenderers. 4. Reopening of the competition: Kredsløb will carry out a mini tender procedure for the award of the CTS Agreement under the Framework Agreement, which expectedly will be the only agreement to be awarded under the Framework Agreement. Based on step 1-3 of the tender procedure, Kredsløb will enter into a Framework Agreement with expectably four (4) tenderers for the purpose of ensuring sufficient competition in the CTS Tender and security of supply of the CTS Agreement to be awarded under the Framework Agreement.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63121110 Gas storage services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60300000 Pipeline transport services

2.1.2 Place of performance

Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark

2.1.4 General information

The procedure will be relaunched if cancelled or unsuccessful
Additional information : Kredsløb has decided to cancel the tender procedure. The reason for Kredsløb deciding to cancel the tender procedure is that no tenderers have shown the interest or willingness to commit to the full scope of the CTS Agreement under the framework agreement for transport and storage of CO2. Kredsløb expects to initiate a new tender procedure with a revised scope. Kredsløb expects the new revised scope for the CTS Agreement to include storage of CO2 as well as transportation to e.g., offshore storage, however land transport - most likely within a certain range from the Lisbjerg Site - will not be part of the new scope. Kredsløb expects the new tender to be announced already during March 2025.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Transport and Storage of CO2
Description : This tender concerns Kredsløb Holding A/S' (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") tender of a framework agreement for CO2 Transport and Storage from Kredsløb's facilities in Lisbjerg in Denmark. To support Aarhus City Council's goal to lead the way in the green transition and create a CO2 neutral society by 2030, Kredsløb is planning to establish a Carbon Capture Plant to capture the flue gas from the entire Lisbjerg plant, consisting of four separate plants, three which are used for the processing of collected waste from (mainly) Aarhus, and one which is used for the processing of biomass (mostly straw). The Carbon Capture Plant is expected to capture approximately 335,000 tonnes of CO2 annually. The tender procedure was first announced on 23 February 2024 (published under tender notice 112405-2024). However, the tender procedure was cancelled on 26 April 2024 as all applications received were found to be non-compliant and thus rejected. On the basis of the tender procedure, Kredsløb decided to initiate a negotiated procedure without prior call for competition in accordance with article 50(1)(a) of the Utilities Directive.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 63121110 Gas storage services
Additional classification ( cpv ): 60000000 Transport services (excl. Waste transport)
Additional classification ( cpv ): 60300000 Pipeline transport services
Quantity : 8 375 000 tonne
Options :
Description of the options : The Framework Agreement does not contain options for extension, however, the CTS Agreement to be awarded under the Framework Agreement includes an option for a 5 year extension of the CTS Agreement.

5.1.2 Place of performance

Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.6 General information

The lot will be relaunched if cancelled or unsuccessful
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name : Project Economy
Description : Project Economy has no sub-sub-criteria
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Project Execution
Description : The sub-criterion Project Execution is based on the following sub-sub-criteria and weights: Technical Solution (60%), Time Schedule and Execution Plan (30%), Project Organization and Project Management (10%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Commercial Operations
Description : The sub-criterion Commercial Operations is based on the following sub-sub-criteria and weights: Operation of the Transport and Storage Facilities (60%), Flexibility in offtake of CO2 (35%), Commercial Operating Organization (5%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contractual Terms
Description : The sub-criterion Contractual Terms is based on the following sub-sub-criteria and weights: Framework Agreement (30%), CTS Agreement (70%).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Sustainability
Description : The sub-criterion 'Sustainability' has no sub-sub-criteria.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : In accordance with Act no. 953 2.6.2016 (Lov om Klagenævnet for Udbud m.v.), the deadlines for submitting a complaint are the following: Complaints about a candidate not being selected must be filed within 20 calendar days starting the day after the Contracting Authority sent notification to the candidates involved, cf. Section 171 of the Danish Public Procurement Act or Section 2, 1) no. 1 of the same Act, provided that the notification includes a short account of the relevant reasons of the decision. Complaints about the award procedure must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 30 calendar days from the day following the day on which the contracting authority has informed the tenderers that the contracting authority has entered into a contract based on a Framework Agreement with reopening of competition or a dynamic purchasing system if the notification includes a sort account of the relevant reasons for the decision. 2) 6 months after the Contracting Authority has signed a Framework Agreement from the day following the day that the Contracting Authority has notified the tenderers, cf. Section 2, 2) of the Act or Section 171, 4) of the Danish Public Procurement Act; 3) 20 calendar days from the day after the day the Contracting Authority has announced its decision see Section 185, 2) of the Danish Public Procurement Act. The complainant must inform the Contracting Authority of the complaint in writing and not later than simultaneously with the lodging of the complaint to the Danish Board of Public Procurement. The complaint must state whether the complaint was lodged in the stand still period. If the complaint has not been lodged in the stand still period, the complaint must also state whether the complaint is requested to be given suspensive effect.

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : In accordance with Act no. 953 2.6.2016 (Lov om Klagenævnet for Udbud m.v.), the deadlines for submitting a complaint are the following: Complaints about a candidate not being selected must be filed within 20 calendar days starting the day after the Contracting Authority sent notification to the candidates involved, cf. Section 171 of the Danish Public Procurement Act or Section 2, 1) no. 1 of the same Act, provided that the notification includes a short account of the relevant reasons of the decision. Complaints about the award procedure must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 30 calendar days from the day following the day on which the contracting authority has informed the tenderers that the contracting authority has entered into a contract based on a Framework Agreement with reopening of competition or a dynamic purchasing system if the notification includes a sort account of the relevant reasons for the decision. 2) 6 months after the Contracting Authority has signed a Framework Agreement from the day following the day that the Contracting Authority has notified the tenderers, cf. Section 2, 2) of the Act or Section 171, 4) of the Danish Public Procurement Act; 3) 20 calendar days from the day after the day the Contracting Authority has announced its decision see Section 185, 2) of the Danish Public Procurement Act. The complainant must inform the Contracting Authority of the complaint in writing and not later than simultaneously with the lodging of the complaint to the Danish Board of Public Procurement. The complaint must state whether the complaint was lodged in the stand still period. If the complaint has not been lodged in the stand still period, the complaint must also state whether the complaint is requested to be given suspensive effect.
Organisation providing additional information about the procurement procedure : Kredsløb Holding A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

Direct award :
Justification for direct award : No suitable tenders, requests to participate, or applications were received in response to a previous notice
Other justification : The tender procedure was first announced on 23 February 2024 (published under tender notice 112405-2024). However, this tender procedure was cancelled on 26 April 2024 as all applications received were found to be non-compliant and thus rejected.
Identifier of the previous procedure that justifies direct award : 112405-2024

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : NaN
Justification code : Other public interest
Date of when this will be published : 28/02/2035

8. Organisations

8.1 ORG-0001

Official name : Kredsløb Holding A/S
Registration number : 40831851
Town : Karen Blixens Boulevard 7
Postcode : 8220
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Jonas Aamøe Laursen
Telephone : +45 41857297
Internet address : https://www.kredslob.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : www.kfst.dk
Telephone : 004541715000
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : 004572405600
Roles of this organisation :
Review organisation

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : ef676db6-a8b2-478d-837f-eda9ad81bf34 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/03/2025 08:53 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00145436-2025
OJ S issue number : 45/2025
Publication date : 05/03/2025