Tender for contract for service and maintenance of compressors for Evida

The Buyer wishes to procure maintenance services related to Preventive Maintenance Work and Repair Work of the Buyer’s existing 101 Fornovo Gas, 5 Neuman & Esser and 5 KwangShin gas biomethane injection compressors, cf. Appendix 4 (List of compressors). The compressors are used for controlling the pressure when channeling biomethane …

CPV: 42124340 Partes de compresores de gas, 50531300 Servicios de reparación y mantenimiento de compresores
Lugar de ejecución:
Tender for contract for service and maintenance of compressors for Evida
Organismo adjudicador:
Evida Service A/S
Número de premio:
Tender for contract for service and maintenance of compressors for Evida

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Tender for contract for service and maintenance of compressors for Evida
Description : The Buyer wishes to procure maintenance services related to Preventive Maintenance Work and Repair Work of the Buyer’s existing 101 Fornovo Gas, 5 Neuman & Esser and 5 KwangShin gas biomethane injection compressors, cf. Appendix 4 (List of compressors). The compressors are used for controlling the pressure when channeling biomethane gas between the low-pressure network of 4 or 7 bar(g) to the high-pressure gas network of 19 to 80 bar(g). The compressors are placed at different biogas plant sites around Jutland, Fyn, Zealand, and islands connected to mainland by bridge, cf. Appendix 4 (List of compressors). At most sites, two or more compressors are installed to make failover possible and to mitigate the immediate impact in case of unplanned stops and/or breakdowns. Maintenance services entail the Supplier’s performance of Preventive Maintenance Work according to the compressor manufacturer’s service schedule (planned maintenance) and execution of Repair Work on request by the Buyer (unplanned stops and/or breakdowns). As part of the Agreement the Supplier must also offer an emergency hotline available outside Normal Business Hours in relation to Repair Work, cf. appendix 2 (Scope of Work).
Procedure identifier : 11c8b434-29db-46bd-9a13-e40605d494c2
Previous notice : 8516bad7-80fe-4048-ad9d-3fda50faad6b-01
Internal identifier : Tender for contract for service and maintenance of compressors for Evida
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 : Negotiated procedure with prior call for competition according to the Utilities Directive (2014/25/EU)

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors
Additional classification ( cpv ): 42124340 Parts of gas compressors

2.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information : Evida is located in Vestjylland, but services must be performed all around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.

2.1.4 General information

Call for competition is terminated
Additional information : The Contracting Authority has to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include changes in the requirements for spare parts and the need for clarification and specification of the services to be provided under the contracts. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Subcontract 1 - Service and maintenance Agreement regarding Fornovo Gas Compressors
Description : The Contracting Entity wishes to procure maintenance services related to preventive maintenance work and repair work of the Buyer’s existing 101 Fornovogas compressors. Maintenance services entail the Supplier’s performance of Preventive Maintenance Work according to the compressor manufacturer’s service schedule (planned maintenance) and execution of Repair Work on request by the Buyer (unplanned stops and/or breakdowns).
Internal identifier : Subcontract 1 - Service and Maintenance Agreement regarding Fornovo Gas compressors

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors

5.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information : Evida is located in Vestjylland, but services must be performed all around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.

5.1.3 Estimated duration

Start date : 01/07/2024
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Buyer may extend the Agreement 2 times, each with 24 months.

5.1.5 Value

Estimated value excluding VAT : 120 000 000 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 : The Contracting Authority has to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include changes in the requirements for spare parts and the need for clarification and specification of the services to be provided under the contracts. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price will be evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "Evaluation-technical Price"). The overall Evaluation-technical Price is calculated as total cost of estimated Preventive maintenance service (price for Spare parts and working time), hourly price for repair work, hourly price during transportation in connection with repair work, hourly price for emergency hotline and price for cleaning gas coolers, as specified in appendix 3 (Price list). With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The evaluation will be based on an evaluation-technical price calculated as stated in Appendix 3 (Price list) as the total estimated sum of prices for the estimated service, repair work and transportation in this connection, clean-ing of coolers and emergency hotline in the term of the contract. The financial framework is lowest price + 30%. A scale from 8 to 0 points will be used. The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points = 8). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 30 %) or ex-ceeds this framework are awarded the lowest number of points on the scale (minimum points = 0). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price) The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 30%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : Quality will be evaluated on the basis of the following sub-sub-criteria: • Preventive maintenance (70%) • Other relevant works (30%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualita-tive evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 2 (Scope of Work). With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Appendix A, sub-section 2.3. Only whole points will be awarded to each sub-sub-criteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Weight (percentage, exact) : 40
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 : Complaints regarding the tender procedure must be submitted to the Danish authority "Danish Complaints Board for Public Procument" ("Klagenævnet for udbud") according to The Act on the Danish Complaints Board for Public Procurement (available on www.retsinfo.dk) , paragraph 7. Please observe that the act is not translated.

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
Organisation providing additional information about the procurement procedure : Evida Service A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0002

Title : Subcontract 2 - Service and Maintenance Agreement regarding Neuman & Esser compressors
Description : The Contracting Entity wishes to procure maintenance services related to preventive maintenance work and repair work of the Buyer’s existing 5 Neuman & Esser compressors. Maintenance services entail the Supplier’s performance of Preventive Maintenance Work according to the compressor manufacturer’s service schedule (planned maintenance) and execution of Repair Work on request by the Buyer (unplanned stops and/or breakdowns).
Internal identifier : Subcontract 2 - Service and Maintenance Agreement regarding Neuman & Esser compressors

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors

5.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information : Evida is located in Vestjylland, but services must be performed all around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.

5.1.3 Estimated duration

Start date : 01/07/2024
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Buyer may extend the Agreement 2 times, each with 24 months.

5.1.5 Value

Estimated value excluding VAT : 16 000 000 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 : The Contracting Authority has to terminate the ongoing procurement process due to no tenders was received as well as revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include changes in the requirements for spare parts and the need for clarification and specification of the services to be provided under the contracts. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price will be evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "Evaluation-technical Price"). The overall Evaluation-technical Price is calculated as total cost of estimated Preventive maintenance service (price for Spare parts and working time), hourly price for repair work, hourly price during transportation in connection with repair work, hourly price for emergency hotline and price for cleaning gas coolers, as specified in appendix 3 (Price list). With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The evaluation will be based on an evaluation-technical price calculated as stated in Appendix 3 (Price list) as the total estimated sum of prices for the estimated service, repair work and transportation in this connection, clean-ing of coolers and emergency hotline in the term of the contract. The financial framework is lowest price + 30%. A scale from 8 to 0 points will be used. The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points = 8). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 30 %) or ex-ceeds this framework are awarded the lowest number of points on the scale (minimum points = 0). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price) The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 30%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : Quality will be evaluated on the basis of the following sub-sub-criteria: • Preventive maintenance (70%) • Other relevant works (30%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualita-tive evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 2 (Scope of Work). With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Appendix A, sub-section 2.3. Only whole points will be awarded to each sub-sub-criteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Weight (percentage, exact) : 40
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 : Complaints regarding the tender procedure must be submitted to the Danish authority "Danish Complaints Board for Public Procument" ("Klagenævnet for udbud") according to The Act on the Danish Complaints Board for Public Procurement (available on www.retsinfo.dk) , paragraph 7. Please observe that the act is not translated.

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
Organisation providing additional information about the procurement procedure : Evida Service A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0003

Title : Subcontract 3 - Service and Maintenance Agreement regarding KwangShin compressors
Description : The Contracting Entity wishes to procure maintenance services related to preventive maintenance work and repair work of the Buyer’s existing 5 KwangShin compressors. Maintenance services entail the Supplier’s performance of Preventive Maintenance Work according to the compressor manufacturer’s service schedule (planned maintenance) and execution of Repair Work on request by the Buyer (unplanned stops and/or breakdowns).
Internal identifier : Subcontract 3 - Service and Maintenance Agreement regarding KwangShin compressors

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531300 Repair and maintenance services of compressors

5.1.2 Place of performance

Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Additional information : Evida is located in Vestjylland, but services must be performed all around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.

5.1.3 Estimated duration

Start date : 01/07/2024
Duration end date : 30/06/2028

5.1.4 Renewal

Maximum renewals : 2
The buyer reserves the right for additional purchases from the contractor, as described here : Buyer may extend the Agreement 2 times, each with 24 months.

5.1.5 Value

Estimated value excluding VAT : 13 000 000 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 : The Contracting Authority has to terminate the ongoing procurement process due to revised needs that require modifications to the tender documents. The reasons for termination of the procurement process include changes in the requirements for spare parts and the need for clarification and specification of the services to be provided under the contracts. The Contracting Authority has evaluated that these changes are substantial and cannot be made without fundamentally altering the tender documents. Consequently, the Contracting Authority must cancel the current process with the intention of republishing the revised tender at the earliest opportunity.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Price will be evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "Evaluation-technical Price"). The overall Evaluation-technical Price is calculated as total cost of estimated Preventive maintenance service (price for Spare parts and working time), hourly price for repair work, hourly price during transportation in connection with repair work, hourly price for emergency hotline and price for cleaning gas coolers, as specified in appendix 3 (Price list). With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The evaluation will be based on an evaluation-technical price calculated as stated in Appendix 3 (Price list) as the total estimated sum of prices for the estimated service, repair work and transportation in this connection, clean-ing of coolers and emergency hotline in the term of the contract. The financial framework is lowest price + 30%. A scale from 8 to 0 points will be used. The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points = 8). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 30 %) or ex-ceeds this framework are awarded the lowest number of points on the scale (minimum points = 0). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price) The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 30%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Weight (percentage, exact) : 60
Criterion :
Type : Quality
Name : Quality
Description : Quality will be evaluated on the basis of the following sub-sub-criteria: • Preventive maintenance (70%) • Other relevant works (30%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualita-tive evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 2 (Scope of Work). With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Appendix A, sub-section 2.3. Only whole points will be awarded to each sub-sub-criteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Weight (percentage, exact) : 40
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 : Complaints regarding the tender procedure must be submitted to the Danish authority "Danish Complaints Board for Public Procument" ("Klagenævnet for udbud") according to The Act on the Danish Complaints Board for Public Procurement (available on www.retsinfo.dk) , paragraph 7. Please observe that the act is not translated.

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
Organisation providing additional information about the procurement procedure : Evida Service A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 2
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0002

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

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 0

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 1
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Evida Service A/S
Registration number : 40318941
Postal address : Vognmagervej 14
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Elisabeth Hansen
Telephone : +4553360036
Internet address : https://evida.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for udbud
Registration number : ORG-37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for udbud
Telephone : +45 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : ff338b91-7c82-4251-8ed8-c93aa54613a6 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 04/09/2024 12:17 +00:00
Notice dispatch date (eSender) : 04/09/2024 12:19 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00534349-2024
OJ S issue number : 173/2024
Publication date : 05/09/2024