Framework Agreement for Compressor Container Packages

The Contracting Authority wants to establish a framework agreement for compressor container supply to biogas projects in Denmark. The framework agreement covers installation of a number of reverse-flow plants with compressors for moving upgraded biogas from the distribution grid into the 80 barg natural gas transmission grid in Denmark. The …

CPV: 42123100 Compresores de gas, 42124340 Partes de compresores de gas, 45351000 Trabajos de instalación de ingeniería mecánica, 50531300 Servicios de reparación y mantenimiento de compresores
Lugar de ejecución:
Framework Agreement for Compressor Container Packages
Organismo adjudicador:
Energinet
Número de premio:
24/07564

1. Buyer

1.1 Buyer

Official name : Energinet
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework Agreement for Compressor Container Packages
Description : The Contracting Authority wants to establish a framework agreement for compressor container supply to biogas projects in Denmark. The framework agreement covers installation of a number of reverse-flow plants with compressors for moving upgraded biogas from the distribution grid into the 80 barg natural gas transmission grid in Denmark. The units which are planned to be procured under this Framework Agreement shall cover the capacity range from 3.500 Nm3/hr. to 10.000 Nm3/hr., with a min. inlet pressure of either 12 barg, 23 barg or 35 barg and an approximate max. outlet pressure of either 60 barg or 80 barg. Furthermore, the Framework Agreement consist of an option to purchase compressors with a capacity range up to 17.000 Nm3/hr. In addition to the supply of compressor packages the scope also includes an option for Service and Mainte-nance Agreement. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 years from the signing of the framework agreement with the option of an extension for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The estimated consumption during the term of the framework agreement including the options is expected to amount to 16 container compressors in total. The estimated number of units is as follows: - 2 compressors each for ID 1, ID 4, ID 6, and ID 7 - 2 compressors for ID 2, including an option for 1 additional compressor - 2 compressors for ID 3.b, including an option for 1 additional compressor - Option for 2 compressors for ID 3.c The framework agreement consists of an initial call-off of 8 compressors; two of each of the following: ID 2, ID 3.b, ID 6, and ID 4. The initial call-off of 8 compressors will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. section 4.2. Following the abovementioned orders, 4 compressors are expected to be ordered, which is expected to be two of each of the following: ID 1 and ID 7. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently.
Procedure identifier : 4fe98676-5200-47d9-a927-e556120b0a9b
Internal identifier : 24/07564
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 :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 42123100 Gas compressors
Additional classification ( cpv ): 42124340 Parts of gas compressors
Additional classification ( cpv ): 45351000 Mechanical engineering installation works
Additional classification ( cpv ): 50531300 Repair and maintenance services of compressors

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark - 4600 Køge, 5250 Bellinge, 7000 Fredericia and 7400 Herning

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Euro
Maximum value of the framework agreement : 63 000 000 Euro

2.1.4 General information

Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. The Contracting Entity wants to receive tenders in Danish, but can accept permits, product descriptions or other general documents in English, for example. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. Tenders submitted must be valid for at least 3 months. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other enti-ties (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator. " For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Con-tracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Coun-cil of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Con-tracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making pro-cess of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : § 134 a. A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure if the candidate or tenderer is established in a country that is included on the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO's Government Procurement Agreement or other trade agreements obliging Denmark to open the public procurement market to tenderers established in that country.
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Con-tracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when ten-dering for public contracts. Information regarding relevant certifi-cates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision. For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement for Compressor Container Packages
Description : The Contracting Authority wants to establish a framework agreement for compressor container supply to biogas projects in Denmark. The framework agreement covers installation of a number of reverse-flow plants with compressors for moving upgraded biogas from the distribution grid into the 80 barg natural gas transmission grid in Denmark. The units which are planned to be procured under this Framework Agreement shall cover the capacity range from 3.500 Nm3/hr. to 10.000 Nm3/hr., with a min. inlet pressure of either 12 barg, 23 barg or 35 barg and an approximate max. outlet pressure of either 60 barg or 80 barg. Furthermore, the Framework Agreement consist of an option to purchase compressors with a capacity range up to 17.000 Nm3/hr. In addition to the supply of compressor packages the scope also includes an option for Service and Mainte-nance Agreement. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 years from the signing of the framework agreement with the option of an extension for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The estimated consumption during the term of the framework agreement including the options is expected to amount to 16 container compressors in total. The estimated number of units is as follows: - 2 compressors each for ID 1, ID 4, ID 6, and ID 7 - 2 compressors for ID 2, including an option for 1 additional compressor - 2 compressors for ID 3.b, including an option for 1 additional compressor - Option for 2 compressors for ID 3.c The framework agreement consists of an initial call-off of 8 compressors; two of each of the following: ID 2, ID 3.b, ID 6, and ID 4. The initial call-off of 8 compressors will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. section 4.2. Following the abovementioned orders, 4 compressors are expected to be ordered, which is expected to be two of each of the following: ID 1 and ID 7. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 42123100 Gas compressors
Additional classification ( cpv ): 42124340 Parts of gas compressors
Additional classification ( cpv ): 45351000 Mechanical engineering installation works
Additional classification ( cpv ): 50531300 Repair and maintenance services of compressors
Options :
Description of the options : Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement. The framework agreement can be extended for (2x2 years) by a written notice to the Supplier no later than 3 months before the termination of the Agreement. 5 years’ service and maintenance after end of defects notification period.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark - 4600 Køge, 5250 Bellinge, 7000 Fredericia and 7400 Herning

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : 2 x 2 years

5.1.5 Value

Estimated value excluding VAT : 45 000 000 Euro
Maximum value of the framework agreement : 63 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. The Contracting Entity wants to receive tenders in Danish, but can accept permits, product descriptions or other general documents in English, for example. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. Tenders submitted must be valid for at least 3 months. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other enti-ties (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) 2. Equity ratio (equity/total assets). This must be stated with two decimals. If the applicant relies on the capacities of one or more entities (e.g., an affiliated company or a subcon-tractor) or the applicant is a group of economic operators (e.g., a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. It is the sole responsibility of the applicant to secure that the minimum requirements are reached based on consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators. In this context it will be sufficient that one of the entities fulfill the standards required in isolation or that the applicant, including the capacity of other entities, or a group of economic operators fulfill it jointly.
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 11.000.000. Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct.
Criterion :
Type : Other
Name : Selection of applicants
Description : If more than 5 applicants fulfill the minimum requirements, cf. section 2.2.3, the Contracting Authority will prequalify the 5 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Compressors within similar capacity and pressure levels as for the tendered assignment (capacity range from 3.500 Nm3/hr., and up to 10.000 Nm3/hr. with a min. inlet pressure of either 12, 23 or 35 barg and an approximate max. outlet pressure of either 60 barg or 80 barg). • Compressors with a specific flowrate of 10.000 Nm3/h. or larger. • Produced under similar standards and norms, as experience with delivery under the EU-Directive and the API 618 norm (or equivalent).
Criterion :
Type : Suitability to pursue the professional activity
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to 5 most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should include: o A specific description of the work performed for each reference, including: o The compressor type, the motor power and the number of delivered compressor units along with the services delivered as part of the reference o Inlet pressure, outlet pressure and capacity o Norms and standard the compressor unit was produced under, e.g. ISO 13631 and/or API 618 (or equivalent) o Reference to directives used for authority approval o Contract value (if possible) o Contact information for the entity in question (including contact person) o Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined. If more than 5 references are submitted, the Contracting Authority will only consider the 5 most recent references determined by date of final delivery (in this case not yet finished references will not be included). If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating 'Price', the Contracting authority will evaluate the total price, cf. the Schedule of Prices. All items in the schedule of prices (yellow cells) must be filled in by the tenderer to be compliant. TOTEX CAPEX: Including but not limited to Design, Production, Delivery, Installation and commissioning. OPEX: For 1 year (average price based on 5 years of operation) incl: a. Preventive maintenance b. Wear parts c. Consumables such as oil and electricity d. Service and Maintenance Service and Support (hourly rates): Based on the estimated hours the evaluation will be based on the tenderer’s offered hourly rates for support hotline and onsite Engi-neer and Technician as specified in the technical specifications and Service and Maintenance Agreement. The evaluation will be based on the values stipulated in item A1 to A5 in the tender list. When evaluating 'Price', the Contracting Authority will evaluate the total price (Totex + Hourly Rates), cf. the Schedule of Prices under “Summary”.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Delivery time
Description : As part of the evaluation the tenderer must state the maximum guaranteed delivery time from signing of the Agreements under the Framework Agreement till Acceptance of all documentation and hand-over of compressor package for the specific time schedules (ID 2, ID 3.b, ID 6, and ID 4) and generic time schedule. The evaluation of the sub-criterion “Delivery time” will be based on the stated delivery time as offered by the tenderer. Specific time schedule for ID 2: • A maximum delivery time up to 65 weeks will result in a score of 10, whereas a maximum delivery time of 73 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. Specific time schedule for ID 3.b: • A maximum delivery time up to 78 weeks will result in a score of 10, whereas a maximum delivery time of 86 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. Specific time schedule for ID 6: • A maximum delivery time of up to 95 weeks will result in a score of 10, whereas a maximum delivery time of 103 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. Specific time schedule for ID 4: • A maximum delivery time of up to 108 weeks will result in a score of 10, whereas a maximum delivery time of 116 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. Generic time schedule: • A maximum delivery time of up to 65 weeks will result in a score of 10, whereas a maximum delivery time of 80 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. Point scores are awarded for each sub-sub-criterion, and the overall score for “Delivery time” will be calculated as the average of all points.
Weight (percentage, exact) : 5
Criterion :
Type : Quality
Name : QHSE and Social Sustainability
Description : In the evaluation of 'QHSE and Social Sustainability', the Contracting authority will emphasize the following: Health and Safety: It will be considered favourable if the Tenderer: • Focuses on eliminating risks, rather than mitigating the risks. • Presents better ways of eliminating risks in relation to best practice. • Provides relevant risk assessments for the scope of work in relation to access to equipment, coolers, junc boxes and valves. • Has detailed Method Statements which are relevant, safe to work by and shows knowledge of the work scope e.g. lifting/crane appliances. Quality: It will be considered favourable if the Tenderer: • Focuses on eliminating risks, rather than mitigating the risks. • Presents better ways of eliminating risks in relation to best practice. • Presents workflow and control plan for documentation and certificates. Environment: It will be considered favourable if the Tenderer: • Identifies/assess relevant environmental risks and mitigating actions, as avoiding oil disposal via e.g. drip trays and vent lines to safe area. • Has detailed Method Statements (RAMS) which are relevant, safe to work by and shows knowledge of the work scope. Social sustainability: The evaluation will be based on the tenderer’s description of ensuring Code of Conduct throughout the supply chain. It will be evaluated positive if: • The description includes clear, comprehensive, and easily accessible Code of Conduct throughout the supply chain. • Description on how relevant parts of the Code of Conduct is incorporated into contracts throughout the supply chain, and further, how these parts are identified as relevant. • How anonymous and accessible reporting channels for sub-suppliers to report Code of Conduct violations are implemented. Further, if the description includes clear procedures for handling reports of violations. • The description includes robust and risk-based audits with suppliers and sub-suppliers throughout the supply chain. An overall evaluation will be conducted.
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Service and Maintenance
Description : When evaluating 'Service and Maintenance', The Contracting Authority will emphasize the following: Service and maintenance • It will be evaluated positive, if maintenance requires a minimum of special education to the technicians, a minimum of special tools and a minimum of spare parts. • It will be evaluated positive if there are a long maintenance intervals and short outage periods. An overall evaluation will be made of this sub-criterion.
Weight (percentage, exact) : 5
Criterion :
Type : Quality
Name : Technical Solution
Description : When evaluating 'Technical Solution', The Contracting Authority will assess the submitted technical proposal, including the degree to which tenderer complies with Appendix 2: Scope of Work and Employer’s Requirements, including Appendix 2.1: Technical Specification for Container Compressor Packages, including the scope and content of any reservations in relation thereto. In this context, the elements listed below are of particular importance: Technical compliance • It will be evaluated positive, if the compressor skid layout is simple, especially concerning access to components during operation, maintenance and inspections. • It will be evaluated positive, if the modular solution has a well-proportioned possibility for maintenance and service purposes with necessary lifting or handling appliances, while being as compact as possible. Reliability and efficiency • It will be evaluated positive, if the compressor’s total efficiency in various flow cases is high, including recovery sys-tem (if necessary). • It will be evaluated positive, if the unit operation range has high flexibility in flow, e.g., avoiding unnecessary recycling at low flow. • Based on the guaranteed uptime factor in %, a high up-time will be preferred. Emissions • The lowest possible compressor emission/leak rate per hour will be evaluated positive. • The maximum sound emission level will be evaluated, where low noise emissions will be preferred. An overall evaluation will be made of this sub-criterion.
Weight (percentage, exact) : 50
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms. With the exception of the above-mentioned clauses and sections in sub-section 3.7.1 in this document, which are not part of the evaluation of 'Contract terms', it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion 'Contract terms' and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity and consequence. In this regard it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Weight (percentage, exact) : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 11/10/2024 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See template for Framework agreement
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See tender material.
Information about review deadlines : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Information about the dynamic purchasing system :
No dynamic purchase system
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure : Energinet
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation processing tenders : Energinet
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Energinet
Registration number : 28980671
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Purchase department
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
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) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
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 : 37cd92d8-46d6-4bf2-9311-02af28108c09 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2024 13:30 +00:00
Notice dispatch date (eSender) : 16/09/2024 13:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00561809-2024
OJ S issue number : 182/2024
Publication date : 18/09/2024