Supplier Qualification System for EPCM consultant for the Danish hydrogen backbone

The Danish Hydrogen Backbone project (DHB) is a comprehensive effort to establish a hydrogen infrastructure in Denmark, connecting planned large-scale hydrogen production in Denmark, produced from renewable energy sources such as wind and solar, with the German and European hydrogen markets. The project is part of the European hydrogen infrastructure …

CPV: 71240000 Servicios de arquitectura, ingeniería y planificación, 71310000 Servicios de consultoría en ingeniería y construcción, 71320000 Servicios de diseño técnico, 76100000 Servicios profesionales para la industria del gas
Lugar de ejecución:
Supplier Qualification System for EPCM consultant for the Danish hydrogen backbone
Organismo adjudicador:
Energinet Systemansvar A/S
Número de premio:
25/03412

1. Buyer

1.1 Buyer

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

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Supplier Qualification System for EPCM consultant for the Danish hydrogen backbone
Description : The Danish Hydrogen Backbone project (DHB) is a comprehensive effort to establish a hydrogen infrastructure in Denmark, connecting planned large-scale hydrogen production in Denmark, produced from renewable energy sources such as wind and solar, with the German and European hydrogen markets. The project is part of the European hydrogen infrastructure and significantly contributes to the EU's goals of climate neutrality and reduction of greenhouse gas emissions. The full backbone is planned to extend all the way from underground storage in the northern part of Denmark (Lille Torup) to the German border (Frøslev), but a political decision has been made to initially focus on building the southern part of the system (DHB1), and thereby having this part operational by the end of 2030. The purpose of establishing the SQS is to be able to tender for full-service consultancies (EPCM suppliers), who can support Energinet in building the DHB. The EPCM supplier will function as a strategic partner to Energinet and will be required to deliver on wide area of Engineering, Procurement and Construction-Management activities, while simultaneously engaging in the overall project-management organization in Energinet. The EPCM supplier is expected to be responsible for the areas of: a) design (this includes producing and developing the detailed design); (b) procurement of necessary materials and equipment; (c) management and administration of the construction contracts. DHB1 includes the conversion of 88 km 30” methane pipeline (one out of two parallel pipelines) and the establishment of 45 km 36” hydrogen pipeline including L/V-stations and PLR-stations, along with metering and regulation stations on the mainline as well as branch off connection stations for hydrogen producers and consumers. The decision to initially build only DHB1 reflects a pragmatic approach for developing a scalable hydrogen infrastructure that can be expanded as market demand and production capacity grow. The first call for tender on the SQS will include an EPCM contract for DHB1 and potentially options for additional parts of the full DHB. Further EPCM contracts are expected to be tendered under the SQS, when political decisions for the remaining parts of the DHB are sin place.
Procedure identifier : bcfa942c-aabf-404e-a16d-021a36bdcefd
Internal identifier : 25/03412

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 76100000 Professional services for the gas industry

2.1.2 Place of performance

Anywhere

2.1.4 General information

Additional information : The applicant must submit a completed ESPD to apply for the Qualifications system. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”, cf. link in section I.1 in this notification. Applications not submitted via EU-supply will not be accepted. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority ( www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted. General: - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned. Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation. - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted. Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
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
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
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?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : SQS for EPCM consultant for the Danish hydrogen backbone
Description : The Danish Hydrogen Backbone project (DHB) is a comprehensive effort to establish a hydrogen infrastructure in Denmark, connecting planned large-scale hydrogen production in Denmark, produced from renewable energy sources such as wind and solar, with the German and European hydrogen markets. The project is part of the European hydrogen infrastructure and significantly contributes to the EU's goals of climate neutrality and reduction of greenhouse gas emissions. The full backbone is planned to extend all the way from underground storage in the northern part of Denmark (Lille Torup) to the German border (Frøslev), but a political decision has been made to initially focus on building the southern part of the system (DHB1), and thereby having this part operational by the end of 2030. The purpose of establishing the SQS is to be able to tender for full-service consultancies (EPCM suppliers), who can support Energinet in building the DHB. The EPCM supplier will function as a strategic partner to Energinet and will be required to deliver on wide area of Engineering, Procurement and Construction-Management activities, while simultaneously engaging in the overall project-management organization in Energinet. The EPCM supplier is expected to be responsible for the areas of: a) design (this includes producing and developing the detailed design); (b) procurement of necessary materials and equipment; (c) management and administration of the construction contracts. DHB1 includes the conversion of 88 km 30” methane pipeline (one out of two parallel pipelines) and the establishment of 45 km 36” hydrogen pipeline including L/V-stations and PLR-stations, along with metering and regulation stations on the mainline as well as branch off connection stations for hydrogen producers and consumers. The decision to initially build only DHB1 reflects a pragmatic approach for developing a scalable hydrogen infrastructure that can be expanded as market demand and production capacity grow. The first call for tender on the SQS will include an EPCM contract for DHB1 and potentially options for additional parts of the full DHB. Further EPCM contracts are expected to be tendered under the SQS, when political decisions for the remaining parts of the DHB are sin place.
Internal identifier : 25/03412

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71240000 Architectural, engineering and planning services
Additional classification ( cpv ): 71310000 Consultative engineering and construction services
Additional classification ( cpv ): 71320000 Engineering design services
Additional classification ( cpv ): 76100000 Professional services for the gas industry

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The applicant must submit a completed ESPD to apply for the Qualifications system. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”, cf. link in section I.1 in this notification. Applications not submitted via EU-supply will not be accepted. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority ( www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted. General: - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned. Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation. - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted. Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : For admittance to the SQS, the Applicant must meet the following minimum requirements in the latest annual report: - An equity ratio of at least 20 % - An equity of at least EUR 10 million If the applicant is relying on the capacities 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 information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section “Additional information”. It is the sole responsibility of the applicant to secure that the minimum levels required are reached on the basis of consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : For admittance to the SQS, the Applicant must meet the following minimum requirements: • One reference related to design of a hydrogen project according to ASME B31.12 or equivalent, with a contract value of at least EUR 1,5 million. • One reference related to design of a large diameter (Ø>24”) gas infrastructure project, with a contract value of at least EUR 1,5 million. • One reference related to the delivery of services in an EPCM setup for a linear project, with a contract value of at least EUR 20 million. If a reference meets the requirements for more than one of the abovementioned categories, the reference can in itself fulfill more than one reference requirement. For example, an EPCM contract for a linear project, containing design according to ASME B31.12 in a large diameter gas infrastructure project, with a value of EUR 20 million, can in itself fulfill all three reference requirements. In order for a contract to be considered a valid reference, - The contract must be commenced before the time of application - The contract must not be completed or terminated earlier than five years before the time of application If the applicant is relying on the references 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 information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
Use of this criterion : Used

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
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
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.
Organisation providing additional information about the procurement procedure : Energinet Systemansvar A/S -
Organisation providing offline access to the procurement documents : Energinet Systemansvar A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : Energinet Systemansvar A/S
Registration number : 39 31 49 59
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - A
Telephone : +45 70102244
Roles of this organisation :
Buyer
Group leader
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 : 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
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Energinet Gastransmission A/S
Registration number : 39 31 50 84
Department : Indkøbsafdelingen - A
Postal address : Tonne Kjærsvej
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - A
Telephone : 70102244
Roles of this organisation :
Buyer

8.1 ORG-0005

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 : 37da259d-d63b-400e-953d-b4261de2ba8f - 01
Form type : Competition
Notice type : Notice on the existence of a qualification system
Notice dispatch date : 17/03/2025 12:29 +00:00
Notice dispatch date (eSender) : 17/03/2025 14:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00177552-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025