Carbon Transport and Storage

Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") hereby invites potential suppliers to participate in Kredsløb's tender of a contract for Carbon Transport and Storage. To support Aarhus City Council's goal to lead the way in the green transition and create a CO2 …

CPV: 63121110 Servicios de almacenamiento de gas, 60000000 Servicios de transporte (excluido el transporte de residuos), 60300000 Servicios de transporte por tuberías
Lugar de ejecución:
Carbon Transport and Storage
Organismo adjudicador:
Kredsløb Holding A/S
Número de premio:
1077366

1. Buyer

1.1 Buyer

Official name : Kredsløb Holding A/S
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Carbon Transport and Storage
Description : Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") hereby invites potential suppliers to participate in Kredsløb's tender of a contract for Carbon Transport and Storage. 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 Project will form a natural and necessary part of Kredsløb's ordinary activities, which includes production and distribution of electricity and district heating primarily to citizens in Aarhus Municipality. The Carbon Capture Plant will be designed and built to ensure high CO2 absorption efficiency, low energy consumption, and low environmental impact. The technology for capturing the CO2 has not been selected yet. This tender notice covers the tender procedure of a carbon transport and storage agreement (the "CTS Agreement") concerning the transport and the storage of liquefied CO2 captured at the Carbon Capture Plant at Energipark Lisbjerg (and potential other sources of CO2 in the future). The CTS Agreement will have a duration of 20 years from the Commercial Operations Date with the possibility for Kredsløb to extend the duration with an additional five (5) years. The estimated and reserved quantity of the CTS Agreement will be an annual offtake of 435,000 tonnes of liquefied CO2 (corresponding to 10,875,000 tonnes of liquefied CO2 in total under the CTS Agreement). The maximum quantity of the CTS Agreement will be an annual offtake of 535,000 tonnes of liquefied CO2, and the minimum quantity of the CTS Agreement will - as a starting point - be an annual offtake of 335,000 tonnes of liquefied CO2. Ongoing procurement processes, authority approval processes for other scopes of the Carbon Capture Project, as well as the near-future execution of the Carbon Capture Plant, future developments or changes in the Danish Energy Agency's CCS-tender, and potential changes to the regulatory framework for carbon capture, transport, and storage may affect the tender material, e.g., elements of the scope or the planned time schedule including the Commercial Operations Date. If necessary due to any such circumstances, Kredsløb will adjust the tender material and inform the tenderers thereof as soon as practically possible. The contracting entity in this tender procedure is Kredsløb Holding A/S tendering on behalf of all entities in the Kredsløb Group including entities not yet established. Please note that Kredsløb expects and reserves the right to transfer the CTS Agreement in this tender to any other entity (existing entity or SPV) within the Kredsløb Group at any time (before or after signing the CTS Agreement, e.g. following new regulation of carbon capture projects in Denmark, meaning that another Kredsløb entity (or any other entity controlled by Aarhus Municipality) may take over all rights and obligations of Kredsløb according to the CTS Agreement. The Kredsløb Group is ultimately owned by Aarhus Municipality.
Procedure identifier : 7a82bb35-fba0-474d-be8e-59db7e0b0f9a
Previous notice : 145436-2025
Previous notice : 250000-2024
Previous notice : 112405-2024
Internal identifier : 1077366
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 tender will be carried out as a negotiated procedure, in accordance with article 47 of the Utilities Directive. The tender procedure will consist of different phases, namely: 1. Prequalification Phase: All economic operators are invited to submit an application for the purpose of prequalification. 2. Tender and Negotiation Phase: All applicants that are 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 expectably several rounds of dialogues and/or negotiations. This process is further described in the Tender Conditions. 3. Evaluation and award: Kredsløb will evaluate and award the CTS Agreement. The CTS Agreement is not divided into lots as Kredsløb deems it beneficial for the CTS Agreement to have one service provider covering the CO2 storage and potential sea transport scope to reduce the number of interfaces from the Carbon Capture Plant to the storage location, and to reduce risks in general.

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
Additional information : The CO2 will be delivered by Kredsløb to the Delivery Site chosen by the tenderer.

2.1.4 General information

Additional information : For economic operators based in Denmark, Kredsløb will require an official certificate issued by the Danish Business Authority (“Serviceattest”). For economic operators not based in Denmark but within the EU, Kredsløb expects to require the relevant documentation as listed in eCertis. If the economic operator is based outside the EU, Kredsløb expects to require (i) extracts from relevant registers or similar documents issued by a competent judicial or administrative authority stating that the economic operator is not subject to any of the exclusion grounds in the Danish Public Procurement Act, section 135(1) and (ii) (a certificate issued by the competent authority in the given country referred to as documentation that the economic operator is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section137(1)(2). If the country in question does not issue the relevant documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135(1) or (3) and section 137(1)(2), those documents or certificates can be replaced by a statement provided under oath. If statements made under oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the economic operator is registered, will be accepted. The documentation provided should not be older than three months counting from the deadline for submission of the final tender (BAFO). However, if longer validity is determined by the authority issuing the documentation or by the economic operator's national law and regulation, longer validity will be accepted. If an economic operator is subject to an exclusion ground, Kredsløb will ask the economic operator to document its reliability, cf. section 138 of the Danish Public Procurement Act, before Kredsløb determines whether the economic operator in question is non-eligible and must be rejected. After prequalification, Kredsløb will request the relevant documentation before the first submission to ensure that the prequalified applicants meet the conditions for being awarded the CTS Agreement, in order to avoid the potential of carrying out negotiations with tenderers that turn out to be non-eligible. If Kredsløb finds that one or more of the prequalified applicants is non-eligible, Kredsløb reserves the right to prequalify another applicant. The procurement procedure is subject to Regulation (EU) No. 2022/2560 of the European Parliament and of the Council of 14 December 2022 on foreign subsidies distorting the internal market (the "Foreign Subsidies Regulation"), meaning that applicants are required to submit with their applications a notification or declaration. For more information please refer to the tender conditions. Certain parts of the tender material are considered confidential by Kredsløb. Applicants or tenderers must sign the confidentiality agreement included in the tender material to get access to these parts of the tender material. Kredsløb will send the confidential parts of the tender material immediately after receiving and validating a confidentiality agreement signed by a potential applicant or prequalified tenderer.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Bankruptcy : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Corruption : Pursuant to Section 135(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for corruption as defined in Article 3 of convention on combating of corruption involving officials of the European Union and of the EU member states and Article 2(1) of Council Framework Decision 2003 /568/JHA of 22 July 2003 on combating of corruption in the private sector (Official Journal of the European Union 2003, No. L 192, page 54) and corruption as defined by national law in the member state or home country of the applicant or tenderer or in the country in which the applicant or tenderer is established. The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Arrangement with creditors : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Participation in a criminal organisation : Pursuant to Section 135(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for actions committed as part of a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (Official Journal of the European Union 2008, No. L 300, page 42). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Agreements with other economic operators aimed at distorting competition : Pursuant to Section 137(1)(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the contracting authority has sufficient plausible indications to conclude that the applicant or tenderer has concluded agreements with other economic operators for the purpose of distorting competition.
Breaching of obligations in the fields of environmental law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Money laundering or terrorist financing : Pursuant to Section 135(1)(5) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for money laundering or financing of terrorism as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on prevention of the use of the financial system for the purpose of money laundering or financing of terrorism (Official Journal of the European Union 2005, No. L 309, page 15). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Fraud : Pursuant to Section 135(1)(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities. The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Child labour and other forms of trafficking in human beings : Pursuant to Section 135(1)(6) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for breach of section 262 a of the Danish Penal Code or as regards a judgement issued in another country concerning child labour or other types of human trafficking 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/HJA (Official Journal of the European Union 2011, No. L 101, page 1). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Insolvency : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Breaching of obligations in the fields of labour law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Assets being administered by liquidator : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Pursuant to Section 136(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer of the procurement procedure referred to has provided incorrect information, retained information or is unable to submit additional documents in relation to the grounds for exclusion stated in section 135(1 or 3), and, if relevant, in section 137(1)(2 or 7) the fixed minimum requirements for suitability stipulated in sections 140-144 or selection in section 145. In addition, pursuant to Section 137(1)(5), an applicant or tenderer will be excluded if the applicant or tenderer has attempted to interfere with the decision-making process of the contracting authority, where the candidate or tenderer has obtained confidential information which may have resulted in wrongful advantages in relation to the procurement procedure, or where the candidate or tenderer by gross negligence has provided misleading information which may have material influence on decisions on exclusion, assessment of the minimum requirements for suitability, selection or award of contract.
Purely national exclusion grounds : Pursuant to Section 134a of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer is established in a country that is included on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that require Denmark to open the market for public contracts for bids.
Conflict of interest due to its participation in the procurement procedure : Pursuant to Section 136(1) of the Danish Public procurement Act, an applicant or tenderer will be excluded if the contracting authority can prove that in relation to the procurement procedure referred to, a conflict of interest, cf. Section 24(18), cannot be removed effectively by less radical means.
Direct or indirect involvement in the preparation of this procurement procedure : Pursuant to Section 136(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the inclusion will entail a distortion of competition as discussed in section 39 as a result of the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure referred to which cannot be removed by less radical means.
Guilty of grave professional misconduct : Pursuant to Section 136(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has in the exercise of its business committed serious neglect which gives rise to doubt as to the integrity of the candidate or tenderer.
Early termination, damages or other comparable sanctions : Pursuant to Section 137(1)(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has committed previous material breach of a public contract, a utility contract or a public works concession, and such breach has resulted in cancellation of the contract referred to or a similar sanction.
Breaching of obligations in the fields of social law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Payment of social security contributions : Pursuant to Section 135(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if it has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the applicant or tenderer is established, unless the exceptions in Sections 135(4) and (5) apply. Please refer to "Additional information" below for the required documentation.
Business activities are suspended : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Payment of taxes : Pursuant to Section 135(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if it has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to tax or duties under Danish law or under the law of the country in which the applicant or tenderer is established, unless the exceptions in Sections 135(4) and (5) apply. Please refer to "Additional information" below for the required documentation.
Terrorist offences or offences linked to terrorist activities : Pursuant to Section 135(1)(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for acts of terror or criminal acts related to terrorist activities within the meaning of Article 1, 3 and 4, respectively, of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (Official Journal of the European Union 2002, No. L 164, page 3) and amending Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (Official Journal of the European Union 2008, No. L 330, page 21). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Carbon Transport and Storage
Description : Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as "Kredsløb") hereby invites potential suppliers to participate in Kredsløb's tender of a contract for Carbon Transport and Storage. 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 Project will form a natural and necessary part of Kredsløb's ordinary activities, which includes production and distribution of electricity and district heating primarily to citizens in Aarhus Municipality. The Carbon Capture Plant will be designed and built to ensure high CO2 absorption efficiency, low energy consumption, and low environmental impact. The technology for capturing the CO2 has not been selected yet. This tender notice covers the tender procedure of a carbon transport and storage agreement (the "CTS Agreement") concerning the transport and the storage of liquefied CO2 captured at the Carbon Capture Plant at Energipark Lisbjerg (and potential other sources of CO2 in the future). The CTS Agreement will have a duration of 20 years from the Commercial Operations Date with the possibility for Kredsløb to extend the duration with an additional five (5) years. The estimated and reserved quantity of the CTS Agreement will be an annual offtake of 435,000 tonnes of liquefied CO2 (corresponding to 10,875,000 tonnes of liquefied CO2 in total under the CTS Agreement). The maximum quantity of the CTS Agreement will be an annual offtake of 535,000 tonnes of liquefied CO2, and the minimum quantity of the CTS Agreement will - as a starting point - be an annual offtake of 335,000 tonnes of liquefied CO2. Ongoing procurement processes, authority approval processes for other scopes of the Carbon Capture Project, as well as the near-future execution of the Carbon Capture Plant, future developments or changes in the Danish Energy Agency's CCS-tender, and potential changes to the regulatory framework for carbon capture, transport, and storage may affect the tender material, e.g., elements of the scope or the planned time schedule including the Commercial Operations Date. If necessary due to any such circumstances, Kredsløb will adjust the tender material and inform the tenderers thereof as soon as practically possible. The contracting entity in this tender procedure is Kredsløb Holding A/S tendering on behalf of all entities in the Kredsløb Group including entities not yet established. Please note that Kredsløb expects and reserves the right to transfer the CTS Agreement in this tender to any other entity (existing entity or SPV) within the Kredsløb Group at any time (before or after signing the CTS Agreement, e.g. following new regulation of carbon capture projects in Denmark, meaning that another Kredsløb entity (or any other entity controlled by Aarhus Municipality) may take over all rights and obligations of Kredsløb according to the CTS Agreement. The Kredsløb Group is ultimately owned by Aarhus Municipality.
Internal identifier : 1077366

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 : 10 875 000 tonne
Options :
Description of the options : The CTS 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 : The CO2 will be delivered by Kredsløb to the Delivery Site chosen by the tenderer.

5.1.3 Estimated duration

Duration : 20 Year

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : The CTS Agreement includes an option for a 5 year extension of the CTS Agreement.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no
Additional information : For economic operators based in Denmark, Kredsløb will require an official certificate issued by the Danish Business Authority (“Serviceattest”). For economic operators not based in Denmark but within the EU, Kredsløb expects to require the relevant documentation as listed in eCertis. If the economic operator is based outside the EU, Kredsløb expects to require (i) extracts from relevant registers or similar documents issued by a competent judicial or administrative authority stating that the economic operator is not subject to any of the exclusion grounds in the Danish Public Procurement Act, section 135(1) and (ii) (a certificate issued by the competent authority in the given country referred to as documentation that the economic operator is not subject to the grounds for exclusion stipulated in the cases stated in section 135(3) and section137(1)(2). If the country in question does not issue the relevant documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135(1) or (3) and section 137(1)(2), those documents or certificates can be replaced by a statement provided under oath. If statements made under oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the economic operator is registered, will be accepted. The documentation provided should not be older than three months counting from the deadline for submission of the final tender (BAFO). However, if longer validity is determined by the authority issuing the documentation or by the economic operator's national law and regulation, longer validity will be accepted. If an economic operator is subject to an exclusion ground, Kredsløb will ask the economic operator to document its reliability, cf. section 138 of the Danish Public Procurement Act, before Kredsløb determines whether the economic operator in question is non-eligible and must be rejected. After prequalification, Kredsløb will request the relevant documentation before the first submission to ensure that the prequalified applicants meet the conditions for being awarded the CTS Agreement, in order to avoid the potential of carrying out negotiations with tenderers that turn out to be non-eligible. If Kredsløb finds that one or more of the prequalified applicants is non-eligible, Kredsløb reserves the right to prequalify another applicant. The procurement procedure is subject to Regulation (EU) No. 2022/2560 of the European Parliament and of the Council of 14 December 2022 on foreign subsidies distorting the internal market (the "Foreign Subsidies Regulation"), meaning that applicants are required to submit with their applications a notification or declaration. For more information please refer to the tender conditions. Certain parts of the tender material are considered confidential by Kredsløb. Applicants or tenderers must sign the confidentiality agreement included in the tender material to get access to these parts of the tender material. Kredsløb will send the confidential parts of the tender material immediately after receiving and validating a confidentiality agreement signed by a potential applicant or prequalified tenderer.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity
Description : It is a minimum requirement that the applicant has had a minimum equity of EUR 50,000,000 in each of the two most recently completed financial years. Equity is defined as total assets minus total liabilities, as reflected in the applicant’s financial statements. The applicant should include the equity for each of the two most recently completed financial years in the ESPD Part IV.B or otherwise as part of the application. If the applicant's most recently completed and audited financial year ended earlier than 12 months before the deadline for applying for prequalification, the applicant must submit a declaration signed by a legally authorized signatory for the company, confirming that the applicant's equity for its ongoing or current financial year is not expected to be less than EUR 50,000,000. If the applicant applies as a consortium, the aggregate equity of the consortium members will be taken into account. If the applicant relies on the economic and financial capacity of other entities in relation to the fulfilment of this criterion, such entities must sign a declaration of support. The aggregate equity of the applicant and the supporting entities it relies on for their economic and financial capacity will be taken into account. When assessing the applicants' economic and financial capacity, Kredsløb will consider the applicants' equity beyond their fulfilment of the minimum requirement as described above. Applicants with a higher equity in the two most recently completed and audited financial years (on average) will be considered more favourably than applicants with a lower equity.
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 : License for exploration and/or storage of CO2 in the subsoil
Description : It is a minimum requirement that the applicant disposes over a license for storage of CO2 in the subsoil or a license for exploration of the subsoil for storage of CO2 in the subsoil, either directly or by way of an agreement with a third-party. The minimum requirement may be fulfilled by submission of one of the following statements (the list being exhaustive): a) A statement that the applicant has a license for storage of CO2 in the subsoil; OR b) A statement that the applicant disposes over a storage for CO2 storage in the subsoil by means of agreement with a third-party; OR c) A statement that the applicant has a license for exploration of the subsoil for storage of CO2 in the subsoil; OR d) A statement that the applicant has entered into an agreement with a third-party who has a license for exploration of the subsoil for storage of CO2 in the subsoil, and this agreement gives the applicant the right to dispose over the storage that is being explored. The applicant must provide a description of how the applicant meets the requirement in the ESPD Part IV.C or otherwise in the application, e.g. by describing that the applicant has a license for storage of CO2 in the subsoil (litra (a) in the above list). If the applicant holds multiple licenses or agreements that meet the requirement, the applicant is encouraged to clearly state this and provide a description of each such license or agreement, as this will be considered in the selection process. If Kredsløb receives more than five (5) compliant applications, Kredsløb will initially attempt to perform the prequalification solely based on an overall assessment of the operational status and availability of the applicants' CO2 storage solutions. Applicants with a more established and advanced operational status will be evaluated more favourably than those with less certain or preliminary access arrangements. The selection will follow a tiered approach where applicants in a higher category will be selected before those in lower categories. The categories, ranked from highest to lowest operational status and availability, are: a) Applicants who hold a license for CO₂ storage in the subsoil, or who dispose over a storage for CO₂ storage in the subsoil by means of agreement with a third-party. These applicants will be prioritized, as they have the highest level of operational experience and independent access to operate storage facilities. b) Applicants holding a license for exploration of the subsoil for CO₂ storage in the subsoil. These applicants will only be considered if fewer than five (5) applicants qualify under category (a). c) Applicants, who have entered into an agreement with a third-party who has a license for exploration of the subsoil for storage of CO2 in the subsoil, where such agreement gives the applicant the right to dispose over the storage that is being explored. These applicants will be considered only if fewer than five (5) applicants qualify under categories (a) and (b). If, at any stage, the total number of eligible applicants exceeds five (5), Kredsløb will perform a selection within that category based on an assessment of the certainty and operational status demonstrated. It will be considered positively if an applicant holds multiple licenses or agreements, providing broader and more certain access to CO₂ storage facilities. If it is not possible to identify the best suited applicant(s) within that category, i.e. because two or more applicants are evaluated equally favourable, Kredsløb will perform a final selection between those applicants based on their economic and financial capacity.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Project Economy
Description : Under the sub-criterion Project Economy, Kredsløb will evaluate the expected economy of the solution offered by the tenderer.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Project Execution
Description : The sub-criterion Project Execution will be evaluated based on the following sub-sub-criteria and weights: Description of CTS Value Chain, and Time Schedule and Execution Plan.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Commercial Operations
Description : The sub-criterion Commercial Operations will be evaluated based on the following sub-sub-criteria and weights: Operation of the Transport and Storage Facilities, and Flexibility in offtake of CO2.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Contractual Terms
Description : The sub-criterion Contractual Terms, Kredsløb will evaluated the tenderer's deviations from the CTS Agreement.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Sustainability
Description : Under the sub-criterion Sustainability, Kredsløb will evaluate the tenderer's approach to sustainability under the CTS Agreement.
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 :

5.1.11 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
Deadline for receipt of requests to participate : 23/04/2025 08:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : Additional information may be submitted in accordance with article 76 of the Utilities Directive.
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 : For further information on the CTS Agreement please refer to the tender documents.
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The CTS Agreement is subject to financial securities. The supplier shall provide (i) a parent company guarantee as security for the supplier’s fulfillment of all the supplier’s obligations under the agreement, (ii) a development security as security for the supplier's fulfillment of obligations during the construction/establishment period, and (iii) a performance security as security for the supplier's fulfillment of obligations during the commercial operations period.

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 : 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 -
Organisation receiving requests to participate : Kredsløb Holding A/S -
Organisation processing tenders : Kredsløb Holding A/S -

8. Organisations

8.1 ORG-0001

Official name : Kredsløb Holding A/S
Registration number : 40831851
Postal address : Karen Blixens Boulevard 7
Town : Brabrand
Postcode : 8220
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Jonas Aamøe Laursen
Telephone : +4541857297
Internet address : https://www.kredslob.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

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 : +45 35291000
Roles of this organisation :
Review organisation

8.1 ORG-0003

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
Telephone : +45 41715000
Internet address : http://www.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 : 9fd5cc6d-e73f-49a4-9de2-7388ab431c90 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/03/2025 10:48 +00:00
Notice dispatch date (eSender) : 19/03/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00180654-2025
OJ S issue number : 56/2025
Publication date : 20/03/2025