Excess heating/cooling in Esbjerg

The City of Esbjerg is at the forefront of the green transition in Denmark. This project has been undertaken by DIN Forsyning with the purpose of securing a circular and sector coupled approach to the undergoing PtX development locally in the City of Esbjerg. Efficient cooling is a necessity for …

CPV: 45251150 Construción de torre de refrigeración, 09323000 Calefacción urbana, 31140000 Torres de enfriamiento, 34931000 Equipo portuario, 39715210 Equipo de calefacción central, 42131320 Colectores de estrangulamiento, 44161700 Rascadores de conducciones, 45111291 Trabajos de ordenación del terreno, 45213250 Trabajos de construcción de edificios industriales, 45223000 Trabajos de construcción de estructuras, 45231110 Trabajos de construcción de tendidos de tuberías, 45231300 Trabajos de construcción de tuberías para agua y aguas residuales, 45232140 Trabajos de construcción de redes de calefacción urbana, 45244100 Instalaciones marítimas, 45251000 Trabajos de construcción de centrales eléctricas y plantas de calefacción, 45251140 Trabajos de construcción de centrales térmicas, 45251200 Trabajos de construcción de plantas de calefacción, 45251250 Trabajos de construcción de plantas de calefacción urbana, 45300000 Trabajos de instalación en edificios, 45331000 Trabajos de instalación de calefacción, ventilación y aire acondicionado
Lugar de ejecución:
Excess heating/cooling in Esbjerg
Organismo adjudicador:
DIN Forsyning Overskudsvarme/Køl A/S
Número de premio:
384820

1. Buyer

1.1 Buyer

Official name : DIN Forsyning Overskudsvarme/Køl A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Water-related activities

2. Procedure

2.1 Procedure

Title : Excess heating/cooling in Esbjerg
Description : The City of Esbjerg is at the forefront of the green transition in Denmark. This project has been undertaken by DIN Forsyning with the purpose of securing a circular and sector coupled approach to the undergoing PtX development locally in the City of Esbjerg. Efficient cooling is a necessity for PtX and DIN Forsyning intends to ensure that as much excess heat from PtX production as possible, finds its way to reutilization as district heating, supplied to homes and industry in the City of Esbjerg. DIN Forsyning shall deliver a system capable of integrating excess heat from the PtX Facilities into the district heating system and/or cooling the excess heat effi-ciently from the facility that cannot be utilized in the district heating System. The Contract is for the delivery of a turnkey process cooling plant for rejection of the excess heat from two Power-to-X plants (PtX plants) located on two different sites in the Måde area of Esbjerg, as well as supplying these PtX-plants with cooling water at specified maximum cooling water temperature to the Contract-ing Entity (the “Project”). The Project is a further development and expansion of the Contracting Entity’s district heating portfolio. The Contract consist of a common infrastructure project as specified in Employer’s Technical Requirements tender conditions section 2.1 and 2.2. Besides the common infrastructure, the Contract consist of different options as further listed in tender conditions section 1.3. The two PtX-plants have slightly different time schedules and to handle this within the project, the process cooling systems of the Works are split up into two options (option 1 and 2) designated Velbæk and Måde. The excess heat from the PtX-plants to be handled are approx. 250 MW from option 1: Cooling plant 20 Sahara, and 600 MW from option 2: Cooling plant 21 Måde The expected start date for construction is 10 June 2026 and with a completion date of 1 March 2029.
Procedure identifier : b3ace001-5910-49f6-b9e4-6801d83b85f5
Previous notice : 4f739fcb-d1e9-4824-b4c4-00d00e6143bd-01
Internal identifier : 384820
Type of procedure : Competitive dialogue
Justification for the accelerated procedure :
Main features of the procedure : The Contracting Entity will invite each of the prequalified Tenderers to dialogue meetings. Initially, the Contracting Entity has planned for three (3) rounds of dialogue meetings as well as the Tenderer to propose a solution description to form the basis for the last dialogue round. The purpose of each of the dialogue meetings are expected to be: First meeting to present the Contracting Entity’s current ideas for the solution and the Tenderer to provide feedback; to have a dialogue about the solution in separate breakout sessions in respective disciplines a. This could e.g. include cooling towers, legionella control, technical requirements in general, civil works including building design, limitations, electrical requirements, SCADA, contractual terms etc. to clarify any misunderstandings, concerns and/or uncertainties the Tenderer or the Contracting Entity might have Second meeting to have an in-depth dialogue about the Contracting Entity’s adapted material, including any opportunities for improvement or suggestions for changes to the material to have a dialogue about the solution in separate break outs in respective disciplines to clarify any misunderstandings, concerns and/or uncertainties the Tenderer or the Contracting Entity might have Third meeting to have a presentation and a dialogue about the Tenderers initial proposed solution and price breakout sessions for each discipline a review of the solution description, including any ambigui-ties for the Contracting Entity Next step in the process Prior to each meeting, the Tenderer will receive an invitation containing an agenda with specific topics for that meeting. At each meeting, the Contracting Entity reserves the right to request and determine which people with specific knowledge from the Tenderers that must participate in the meeting. The Contracting Entity reserves the right to call for additional rounds of dialogue meetings, if the Contracting Entity deems this relevant and necessary. When the Contracting Entity considers that the dialogue phase shall end, it will notify the Tenderers and call for Tenders based on the final tender documents submitted by the Contracting Entity. Therefore, all three (3) meetings will not necessarily be held. The Tenderer should note that the tender documents form the Contracting Entity’s proposal for dialogue during the dialogue process and does not constitute the final material with the final requirements. Requirements are dialogue requirements that the Contracting Entity has in principle decided on, but the Tenderers may as part of the dialogue meetings propose the requirements to be adjusted in accordance with Tender conditions section 9.3. When submitting a Tender, the requirements will no longer be understood as dialogue requirements, and if a Tenderer has reservations about a requirement in its Tender, this will be handled in accordance with tender conditions section 8.9.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45251150 Construction work for cooling towers
Additional classification ( cpv ): 09323000 District heating
Additional classification ( cpv ): 31140000 Cooling towers
Additional classification ( cpv ): 34931000 Harbour equipment
Additional classification ( cpv ): 39715210 Central-heating equipment
Additional classification ( cpv ): 42131320 Choke manifolds
Additional classification ( cpv ): 44161700 Pipeline pigs
Additional classification ( cpv ): 45111291 Site-development work
Additional classification ( cpv ): 45213250 Construction work for industrial buildings
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232140 District-heating mains construction work
Additional classification ( cpv ): 45244100 Marine installations
Additional classification ( cpv ): 45251000 Construction works for power plants and heating plants
Additional classification ( cpv ): 45251140 Thermal power plant construction work
Additional classification ( cpv ): 45251200 Heating plant construction work
Additional classification ( cpv ): 45251250 District-heating plant construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work

2.1.2 Place of performance

Town : Esbjerg
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 1 000 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Information on the value of the tendered contract is based on DIN Forsyning Overskudsvarme/Køl A/S' estimated estimate including options and any extra work. The application must consist of the European Single Procurement Document (ESPD), in which the requested information must be provided. The ESPD is a self-declaration form which serves as initial documentation that the Applicant, Supporting Entities or the Consortium meets the criteria for exclusion, suitability and selection. This information must subsequently be verified. If you intend to participate in the Tender Procedure as a member of a Consortium, a separate eESPD must be submitted for each member of the Consortium. If you intend to participate in the Tender Procedure with any Supporting Entity, a separate eESPD must be submitted for each Supporting Entity. Any eESPD from any Supporting Entity must be signed. The Contracting Entity reserves the right to obtain missing signatures after the Prequalification Deadline but prior to Prequalification The Applicant may rely on one or more Supporting Entities for the purpose of being prequalified and for executing the Contract. If the Applicant relies on any Supporting Entity, the Contracting Entity encourages the Applicant to submit a Declaration of Support from each such Supporting Entity together with the Application and to use the template made available in Annex C - Declaration of Support. Any Declaration of Support must be submitted at the latest when submitting the final ESPD documentation. If the Applicant relies on a Supporting Entity’s economic and financial capacity, the Supporting Entity will be requested a Declaration of Support to undertake that it will act as a guarantor for the Applicant to the benefit of the Contracting Entity if the Applicant is awarded the Contract The Applicant must confirm that the Applicant is not covered by the mandatory exclusion grounds stated in section 135(1)-(3) and Section 136 of the Danish Pro-curement Act. Otherwise, the Contracting Entity is obliged to exclude the Applicant. The Applicant must further confirm that the Applicant is not covered by the optional exclusion grounds at stated section 137(1) no. 1-5 of the Danish Procurement Act. Please submit you answer to the exclusion grounds mentioned. An Applicant is not excluded if the Applicant can provide sufficient documentation that the Applicant is reliable according to section 138 (self-cleaning) of the Danish Procurement Act If the Application is submitted by a group of undertakings (e.g., a Consortium), the Applicant is encouraged to sign the Consortium Declaration in the form of Annex B - Consortium Declaration and to submit it together with the Application. If the Applicant is a consortium; a) the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortiums’ obligations under of the Contract; and b) neither the members nor (if known) the scope and parts of the Contract to be carried out by each member nor the legal status of the Consortium shall be altered without the prior consent of the Contracting Entity. DIN Forsyning Overskudsvarme/køl A/S reserves the right to request an applicant/tenderer to provide documentation for the information at any stage of the tender process if this is necessary to ensure that the procedure is carried out correctly. For Danish tenderers, documentation may, for example, consist of a serial certificate issued by the Danish Business Authority. Due to Council Regulation (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia’s actions destabilizing the situation in Ukraine, the Contracting Entity can and will not award the Contract to a tenderer with certain relations to Russia. The prohibited relations to Russia are further outlined in Annex D - Declaration regarding relations to Russia. Therefore, the Applicant is encouraged to sign the Declaration regarding relations to Russia in the form of Annex D - Declaration regarding relations to Russia and to submit it together with the Application. Before the Contract is awarded, the Contracting Entity will require that the tenderer who has submitted the most economically advantageous tender based on the criteria set out in the Tender Procedure declares that the tenderer does not have relations to Russia that are prohibited according to Council Regulation (EU) 2022/576. The tender is not divided into successive phases and DIN Forsyning Overskudsvarme/Køl A/S does not intend to shortlist the number of tenderers during the dialog process.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Excess heating/cooling in Esbjerg
Description : The City of Esbjerg is at the forefront of the green transition in Denmark. This project has been undertaken by DIN Forsyning with the purpose of securing a circular and sector coupled approach to the undergoing PtX development locally in the City of Esbjerg. Efficient cooling is a necessity for PtX and DIN Forsyning intends to ensure that as much excess heat from PtX production as possible, finds its way to reutilization as district heating, supplied to homes and industry in the City of Esbjerg. DIN Forsyning shall deliver a system capable of integrating excess heat from the PtX Facilities into the district heating system and/or cooling the excess heat effi-ciently from the facility that cannot be utilized in the district heating System. The Contract is for the delivery of a turnkey process cooling plant for rejection of the excess heat from two Power-to-X plants (PtX plants) located on two different sites in the Måde area of Esbjerg, as well as supplying these PtX-plants with cooling water at specified maximum cooling water temperature to the Contract-ing Entity (the “Project”). The Project is a further development and expansion of the Contracting Entity’s district heating portfolio. The Contract consist of a common infrastructure project as specified in Employer’s Technical Requirements tender conditions section 2.1 and 2.2. Besides the common infrastructure, the Contract consist of different options as further listed in tender conditions section 1.3. The two PtX-plants have slightly different time schedules and to handle this within the project, the process cooling systems of the Works are split up into two options (option 1 and 2) designated Velbæk and Måde. The excess heat from the PtX-plants to be handled are approx. 250 MW from option 1: Cooling plant 20 Sahara, and 600 MW from option 2: Cooling plant 21 Måde The expected start date for construction is 10 June 2026 and with a completion date of 1 March 2029.
Internal identifier : 384820

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45251150 Construction work for cooling towers
Additional classification ( cpv ): 09323000 District heating
Additional classification ( cpv ): 31140000 Cooling towers
Additional classification ( cpv ): 34931000 Harbour equipment
Additional classification ( cpv ): 39715210 Central-heating equipment
Additional classification ( cpv ): 42131320 Choke manifolds
Additional classification ( cpv ): 44161700 Pipeline pigs
Additional classification ( cpv ): 45111291 Site-development work
Additional classification ( cpv ): 45213250 Construction work for industrial buildings
Additional classification ( cpv ): 45223000 Structures construction work
Additional classification ( cpv ): 45231110 Pipelaying construction work
Additional classification ( cpv ): 45231300 Construction work for water and sewage pipelines
Additional classification ( cpv ): 45232140 District-heating mains construction work
Additional classification ( cpv ): 45244100 Marine installations
Additional classification ( cpv ): 45251000 Construction works for power plants and heating plants
Additional classification ( cpv ): 45251140 Thermal power plant construction work
Additional classification ( cpv ): 45251200 Heating plant construction work
Additional classification ( cpv ): 45251250 District-heating plant construction work
Additional classification ( cpv ): 45300000 Building installation work
Additional classification ( cpv ): 45331000 Heating, ventilation and air-conditioning installation work
Options :
Description of the options : Option 1: Cooling plant 20 Sahara The Contracting Entity requests an option for a cooling plant to Sahara. The requirements for Option 1: Cooling plant 20 Sahara are described in more detail in the Contract document ‘Employer’s Technical Requirements’ section 2.1 and 2.3. Option 2: Cooling plant 21 Måde The Contracting Entity requests an option for a cooling plant to Måde. The requirements for Option 2: Cooling plant 21 Måde are described in more detail in the Contract document ‘Employer’s Technical Requirements’ section 2.1 and 2.4. Option 3: Seawater intake 20C The Contracting Entity requests an option for seawater intake. The requirements for Option 3: Seawater intake is described in more detail in the Contract document ‘Employer’s Technical Requirements’ section 2.1 and 2.5. Option 4: Extended DNP The Contracting Entity requests an option for an extension of the general DNP from two (2) years to five (5) years. This is further described in the Contract document ‘B.00C Particular Conditions – Part A Contract Data’ under Sub-Clause 1.1.27.

5.1.2 Place of performance

Town : Esbjerg
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 1 000 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Information on the value of the tendered contract is based on DIN Forsyning Overskudsvarme/Køl A/S' estimated estimate including options and any extra work. The application must consist of the European Single Procurement Document (ESPD), in which the requested information must be provided. The ESPD is a self-declaration form which serves as initial documentation that the Applicant, Supporting Entities or the Consortium meets the criteria for exclusion, suitability and selection. This information must subsequently be verified. If you intend to participate in the Tender Procedure as a member of a Consortium, a separate eESPD must be submitted for each member of the Consortium. If you intend to participate in the Tender Procedure with any Supporting Entity, a separate eESPD must be submitted for each Supporting Entity. Any eESPD from any Supporting Entity must be signed. The Contracting Entity reserves the right to obtain missing signatures after the Prequalification Deadline but prior to Prequalification The Applicant may rely on one or more Supporting Entities for the purpose of being prequalified and for executing the Contract. If the Applicant relies on any Supporting Entity, the Contracting Entity encourages the Applicant to submit a Declaration of Support from each such Supporting Entity together with the Application and to use the template made available in Annex C - Declaration of Support. Any Declaration of Support must be submitted at the latest when submitting the final ESPD documentation. If the Applicant relies on a Supporting Entity’s economic and financial capacity, the Supporting Entity will be requested a Declaration of Support to undertake that it will act as a guarantor for the Applicant to the benefit of the Contracting Entity if the Applicant is awarded the Contract The Applicant must confirm that the Applicant is not covered by the mandatory exclusion grounds stated in section 135(1)-(3) and Section 136 of the Danish Pro-curement Act. Otherwise, the Contracting Entity is obliged to exclude the Applicant. The Applicant must further confirm that the Applicant is not covered by the optional exclusion grounds at stated section 137(1) no. 1-5 of the Danish Procurement Act. Please submit you answer to the exclusion grounds mentioned. An Applicant is not excluded if the Applicant can provide sufficient documentation that the Applicant is reliable according to section 138 (self-cleaning) of the Danish Procurement Act If the Application is submitted by a group of undertakings (e.g., a Consortium), the Applicant is encouraged to sign the Consortium Declaration in the form of Annex B - Consortium Declaration and to submit it together with the Application. If the Applicant is a consortium; a) the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortiums’ obligations under of the Contract; and b) neither the members nor (if known) the scope and parts of the Contract to be carried out by each member nor the legal status of the Consortium shall be altered without the prior consent of the Contracting Entity. DIN Forsyning Overskudsvarme/køl A/S reserves the right to request an applicant/tenderer to provide documentation for the information at any stage of the tender process if this is necessary to ensure that the procedure is carried out correctly. For Danish tenderers, documentation may, for example, consist of a serial certificate issued by the Danish Business Authority. Due to Council Regulation (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia’s actions destabilizing the situation in Ukraine, the Contracting Entity can and will not award the Contract to a tenderer with certain relations to Russia. The prohibited relations to Russia are further outlined in Annex D - Declaration regarding relations to Russia. Therefore, the Applicant is encouraged to sign the Declaration regarding relations to Russia in the form of Annex D - Declaration regarding relations to Russia and to submit it together with the Application. Before the Contract is awarded, the Contracting Entity will require that the tenderer who has submitted the most economically advantageous tender based on the criteria set out in the Tender Procedure declares that the tenderer does not have relations to Russia that are prohibited according to Council Regulation (EU) 2022/576. The tender is not divided into successive phases and DIN Forsyning Overskudsvarme/Køl A/S does not intend to shortlist the number of tenderers during the dialog process.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Evaluated price
Description : The Evaluated Price consists of the following amounts: (a) the Total Contract Price which includes the following; a. Price of the works b. Price of the listed options c. Price of evaluated guaranteed performance/consumption parameters d. Schedule of rates & materials (b) and the converted monetary value of reservations to the Schedule of Payment and payments terms under the Contract Data. The Tenderer shall with its Tender submit rates and prices in the form provided in Annex F (Schedule of Rates) and the Contracting Entity will base its evaluation on the amount set out in Annex F. Note: When calculating the total evaluation price, the price of the works is corrected with additions or deductions for the performance of the solution in ques-tion. This means that the total evaluation price is only used for the evaluation and is therefore not an expression of the actual contract sum. Note: If the Tenderer does not complete all requested input for the Evaluated Price, the Contracting Entity will complete the missing input in Annex F – Schedule of Rates and Prices with the highest bid received from a Tenderer for the rel-evant input plus 20%. If an item in Annex F is deliberately priced at DKK 0, the Tenderer is asked to state this in order to avoid pricing of the relevant input plus 20%.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : Apart from Evaluated Price the evaluation consists of the sub-criterion Quality. The sub-criterion Quality consist of the following sub-sub-criteria; 1) Technical solution 2) Project solution; Process- and time schedule, Organizations, culture and competences 3) Contractual terms Evaluation of Technical solution In the assessment of the sub-criterion, the Contracting Entity will regard the following as positive; a) That the Tenderer's proposal is suitable to support the Project's success criteria and at the same time demonstrates an understanding of the outline proposal's choice and functional requirements. b) That the Tenderer's commissioning plan demonstrates knowledge and understanding of the commissioning requirements set out in the Contract and is suitable for ensuring that the facility will immediately meet the agreed requirements and be fully functional after delivery and commissioning. c) That the description and evaluation of the collaboration demonstrates knowledge and understanding of engage in an integrated collaboration as described in the cooperation agreement, including i. in particular utilization of the competencies of the key persons involved, ii. how sustainability can enrich the decisions in the early phases of the design as concretely as possible, iii. how the Tenderer's knowledge of process, constructability and economy can enrich decisions in the early phases of the project, and iv. whether the evaluation contains concrete suggestions for improving the collaboration between the Tenderer and the Contracting Entity Evaluation of Project solution; Process- and Time schedule, Organization, culture and competences 7.3.2 In the assessment of the sub-criterion, the Contracting Entity will regard the follow positive; a. A process- and time schedule showing a detailed program and test, which appears responsible and well described. Furthermore, a plan that supports the fastest possible delivery and supports a high degree of quality management during the delivery and test phases. b. An organizational plan showing a robust organization with clear and logical competencies and responsibilities, which through the phases supports the collaboration model and the Contracting Entity’s organization as described in the Contract, including Collaboration Agreement. i. The more detailed, project specific (and relevant), coherent, and designed for continuous implementation the management and les-sons learned procedures are, the better. It is also considered posi-tive if the proposal includes examples from previous projects and how this is applied to this project. c. That the key personnel offered have as specific and relevant education, experience and skills as possible in relation to their role in the organization, and that these are utilized in the organization, including through the assumed allocation to the Project. The Contracting Entity will pay particular attention to the key persons performing the following roles and tasks: i. The Tenderer's project managers (primary contact persons for the Contracting Entity) ii. The Tenderer's engineering design, including in particular regarding seawater and cooling tower systems and handling of biological fouling and legionella. iii. Overall responsibility for design carried out by the Tenderer or its subcontractors/suppliers iv. The Tenderer's construction management d. That the description of the collaboration between the Contracting Entity and the Tenderer in both the design and execution phases shows an understanding of and provides concrete proposals for solving the challenges and opportunities presented by the form of collaboration offered, including in particular: i. how the right skills, including from the Tenderer's key subcontractors and suppliers, are involved at the right time - without unnecessarily complicating or delaying the processes, - how, in the period from the Contracting Entity approval of the project proposal to de-livery, it is ensured that the intentions of the outline proposal and project proposal realized, including in particular how the Contracting Entity and the Tenderer are ensured real influence on how the Tenderer works with the project's finances without this leading to unclear roles and responsibilities, and; ii. how the Tenderer will, towards the milestones work together to ensure that the delivered material appears coordinated and coherent, without leading to unclear roles and responsibilities The Contracting Entity will make an overall evaluation under this sub-sub-criterion. Evaluation of Contractual Terms The documents listed below (the “Draft Contract Documents”) will be included in the evaluation of “Contractual Terms”: B.00A Contract Agreement B.00B General Conditions of Contract (FIDIC Conditions of Contract for Plant and Design-Build) B.00C Particular Conditions, Part A - Contract Data B.00D Particular Conditions, Part B – Special provisions B.03 Schedule 3 - Parent Company Guarantee B.04 Schedule 4 - Performance Security B.05 Schedule 5 - Advance Payment Guarantee B.07 Schedule 7 – Schedule of Rates and Prices B.08 Schedule 8 – Collaboration Agreement If the Tender includes proposed changes: - to any other contract documents than listed above as a Draft Contract Document; - to the payment terms under the Contract; or - to any clauses listed in Section 7.4.3 such proposed changes will not be subject to evaluation under Contractual Terms
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
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 : Klagevejledning: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/ Nævnets klagefrister: Ved et udbud med prækvalifikation efter udbudsloven, ved forsyningsvirksomhedsdirektivet eller tilbudsloven skal en klage over ikke at være blevet prækvalificeret indgives inden for 20 kalenderdage. Dette er regnet fra dagen efter ordregivers afsendelse af underretning om prækvalifikation. Andre klager over udbud eller beslutninger, f.eks. tildeling af kontrakter, omfattet af udbudslovens afsnit II eller III eller forsyningsvirksomhedsdirektivet skal indgives 45 kalenderdage regnet fra dagen efter ordregiverens offentliggørelse af en bekendtgørelse i EU-Tidende om indgåelse af kontrakt. Hvis klagen handler om overtrædelser af tilbudsloven eller udbudslovens §§ 191 og 192, er klagefristen på 45 kalenderdage regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over indgåelse af rammeaftale efter udbudsloven (afsnit II, III og §§ 191 og 192), forsyningsvirksomhedsdirektivet eller tilbudsloven skal være indgivet til klagenævnet inden 6 måneder regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over indgåelse af en kontrakt baseret på en rammeaftale med genåbning af konkurrence eller et dynamisk indkøbssystem omfattet af udbudslovens afsnit II eller III eller forsyningsvirksomhedsdirektivet skal være indgivet til klagenævnet inden 30 kalenderdage regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over en ordregivers beslutning om at videreføre en kontrakt (udbudslovens § 185, stk. 2) skal indgives til klagenævnet inden 20 kalenderdage regnet fra dagen efter, at ordregiveren har offentliggjort sin beslutning (udbudslovens § 185, stk. 2, 3. pkt.). Har ordregiveren fulgt proceduren i lov om Klagenævnet for Udbud § 4, skal en klage over, at ordregiveren i strid med udbudsdirektivet eller forsyningsvirksomhedsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse indgives til klagenævnet inden 30 kalenderdage regnet fra dagen efter ordregiverens offentliggørelse af en bekendtgørelse i EU-Tidende om indgåelse af kontrakt. Reglerne om klagefrister findes i § 7 i lov om Klagenævnet for Udbud.

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 : Klagevejledning: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/ Nævnets klagefrister: Ved et udbud med prækvalifikation efter udbudsloven, ved forsyningsvirksomhedsdirektivet eller tilbudsloven skal en klage over ikke at være blevet prækvalificeret indgives inden for 20 kalenderdage. Dette er regnet fra dagen efter ordregivers afsendelse af underretning om prækvalifikation. Andre klager over udbud eller beslutninger, f.eks. tildeling af kontrakter, omfattet af udbudslovens afsnit II eller III eller forsyningsvirksomhedsdirektivet skal indgives 45 kalenderdage regnet fra dagen efter ordregiverens offentliggørelse af en bekendtgørelse i EU-Tidende om indgåelse af kontrakt. Hvis klagen handler om overtrædelser af tilbudsloven eller udbudslovens §§ 191 og 192, er klagefristen på 45 kalenderdage regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over indgåelse af rammeaftale efter udbudsloven (afsnit II, III og §§ 191 og 192), forsyningsvirksomhedsdirektivet eller tilbudsloven skal være indgivet til klagenævnet inden 6 måneder regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over indgåelse af en kontrakt baseret på en rammeaftale med genåbning af konkurrence eller et dynamisk indkøbssystem omfattet af udbudslovens afsnit II eller III eller forsyningsvirksomhedsdirektivet skal være indgivet til klagenævnet inden 30 kalenderdage regnet fra dagen efter ordregiverens underretning om tildelingsbeslutningen. Klager over en ordregivers beslutning om at videreføre en kontrakt (udbudslovens § 185, stk. 2) skal indgives til klagenævnet inden 20 kalenderdage regnet fra dagen efter, at ordregiveren har offentliggjort sin beslutning (udbudslovens § 185, stk. 2, 3. pkt.). Har ordregiveren fulgt proceduren i lov om Klagenævnet for Udbud § 4, skal en klage over, at ordregiveren i strid med udbudsdirektivet eller forsyningsvirksomhedsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse indgives til klagenævnet inden 30 kalenderdage regnet fra dagen efter ordregiverens offentliggørelse af en bekendtgørelse i EU-Tidende om indgåelse af kontrakt. Reglerne om klagefrister findes i § 7 i lov om Klagenævnet for Udbud.
Organisation providing additional information about the procurement procedure : DIN Forsyning Overskudsvarme/Køl A/S -
Organisation providing offline access to the procurement documents : DIN Forsyning Overskudsvarme/Køl A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : DIN Forsyning Overskudsvarme/Køl A/S
Registration number : 43898396
Department : Indkøbsafdelingen
Postal address : Ulvsundvej 1
Town : Esbjerg N
Postcode : 6715
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Line Sørensen
Telephone : +45 51586066
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

8.1 ORG-0002

Official name : Klagenævnet for Udbud
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 : Konkurrence- og Forbrugerstyrelsen
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

11. Notice information

11.1 Notice information

Notice identifier/version : e8161bb8-4f08-49b0-a2a8-d842b4b30e2a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/03/2025 09:49 +00:00
Notice dispatch date (eSender) : 25/03/2025 11:58 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00194846-2025
OJ S issue number : 60/2025
Publication date : 26/03/2025