EU tender with negotiation regarding Steam Turbine major overhaul 2026

VERDO Produktion, owner of the power plant in Randers, has decided to invite Tenderers for the major overhaul of the 48 MW BBC steam turbine and generator. The main purpose of the major overhaul is by preventive maintenance to ensure that the steam turbine and generator, is in a condition …

CPV: 50000000 Услуги по ремонт и поддръжка, 50530000 Услуги по ремонт и поддържане на машини
Място на изпълнение:
EU tender with negotiation regarding Steam Turbine major overhaul 2026
Издаващ орган:
Verdo
Номер на наградата:
6f3e189d-bbd5-4050-ba45-f050baca1e9f

1. Buyer

1.1 Buyer

Official name : Verdo
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : EU tender with negotiation regarding Steam Turbine major overhaul 2026
Description : VERDO Produktion, owner of the power plant in Randers, has decided to invite Tenderers for the major overhaul of the 48 MW BBC steam turbine and generator. The main purpose of the major overhaul is by preventive maintenance to ensure that the steam turbine and generator, is in a condition where it can operate safely, reliably, and efficiently until end of lifetime, which is expected to be in 2036. The turbine and generator had a major overhaul in 2017 and a vane carrier was replaced in 2020. The unit has been operating without any major issues since then. Replacement and inspection of any parts necessary to operate until 2036 should be included in the scope (assuming an intermediate minor overhaul). Delivery of the parts, if not included in this specification, is considered as extra work.
Procedure identifier : 2ffbce2f-c9d0-4a42-893e-b2932bd6b011
Internal identifier : 6f3e189d-bbd5-4050-ba45-f050baca1e9f
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The tender is conducted in accordance with Directive 2014/25 of 26 February 2014 (the Utilities Directive). The contracting authority will pre-qualify 4 applicants who are invited to submit a bid. A contract will be signed with one bidder. The contracting authority is responsible for ensuring that the tender is conducted in accordance with the Utilities Directive, including observing the fundamental principles of transparency, equal treatment, and proportionality during the tender process. It is the bidder's risk to submit a bid in accordance with the tender material, and the bidder must expect that the contracting authority may be compelled to disregard an otherwise attractive bid if it does not meet the established requirements. The contracting authority uses the electronic tendering system, Mercell Ethics (hereafter "the tendering system"), to conduct the tender.

2.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery

2.1.2 Place of performance

Postal address : Kulholmsvej 12
Town : Randers NØ
Postcode : 8930
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information : Verdo Produktion is located at the harbor in Randers.

2.1.3 Value

Estimated value excluding VAT : 8 000 000 Danish krone

2.1.4 General information

Additional information : The procurement is covered by the Government Procurement Agreement (GPA).
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : European Single Procurement Document (ESPD)

5. Lot

5.1 Lot technical ID : LOT-0000

Title : EU tender with negotiation regarding Steam Turbine major overhaul 2026
Description : VERDO Produktion, owner of the power plant in Randers, has decided to invite Tenderers for the major overhaul of the 48 MW BBC steam turbine and generator. The main purpose of the major overhaul is by preventive maintenance to ensure that the steam turbine and generator, is in a condition where it can operate safely, reliably, and efficiently until end of lifetime, which is expected to be in 2036. The turbine and generator had a major overhaul in 2017 and a vane carrier was replaced in 2020. The unit has been operating without any major issues since then. Replacement and inspection of any parts necessary to operate until 2036 should be included in the scope (assuming an intermediate minor overhaul). Delivery of the parts, if not included in this specification, is considered as extra work.
Internal identifier : a3a77598-8174-4f8e-8ea4-64d4e7b8aa7d

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 50530000 Repair and maintenance services of machinery
Options :
Description of the options : The Supplier must include optional prices, delivery times and information about the impact on the time schedule according to the Bid list (Annex 2) for the optional supplies mentiones in Annex 1 - Technical Specification, section 4. Optional prices must include all associated expenses The buyer reserves the right for additional purchases, described here, from the contractor.

5.1.2 Place of performance

Postal address : Kulholmsvej 12
Town : Randers NØ
Postcode : 8930
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information : Verdo Produktion is located at the harbor in Randers.

5.1.3 Estimated duration

Duration : 2 026 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 8 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not yet known
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : The procurement is covered by the Government Procurement Agreement (GPA).

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.8 Accessibility criteria

Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 2
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Solution description
Description : To assess how the bidder will execute the task of performing the Major Overhaul, the bidder must prepare a solution description in their bid based on Annex 1, which must include the bidder’s approach to solving the task and addressing the Contracting Authority’s needs as outlined in Annex 1. In evaluating the solution description, positive weight is given to: The bidder's description demonstrating a good understanding of the requirements in Annex 1 and how the Contracting Authority's needs are met. The bidder's solution description including a clear and comprehensive explanation of how the fulfillment of the requirements in Annex 1 is planned, including a description of which methods, technologies, and work processes will be used in the realization of the project. The bidder's confirms a full and unambiguous compliance with the basic scope of supply and options stated in Annex 1 The bidder's description demonstrating a well prepared (project specific or generic) QA-plans and Inspection and Test Plans (ITP's) specifying holding points and witness points. The bidder's description demonstrating a well-documented cleaning and blasting plan from a similar project, including all needed procedures and specifications that demonstrate the tenderers' proper understanding of the scope and required/necessary tasks The bidder's description demonstrating a good understanding of the needed performance of Non-Destructive Tests (NDT) and Life Time Assessment, cf. Annex 1, and reporting thereof. The bidder's description demonstrating a detailed commissioning plan covering the entire commissioning phase (cold commissioning, hot commissioning, vibration measurements, test runs, etc.) with detailed descriptions of tests.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Timeline
Description : It is important for the Contracting Authority that the bidder, in their bid, presents a process for realizing the tendered task that ensures the task is delivered on time and with high quality. Therefore, as outlined below, the Contracting Authority will emphasize that the bid includes a robust timeline, cf. Annex 1. The bidder must include a timeline in their bid, which should contain information regarding: Bidders must include all missing milestones for the activities stated in Annex 1A marked with yellow Bidders must submit a preliminary time schedule for the major overhaul which covers the entire project execution in detail Bidders must include the requested information about "delivery time" and "impact to time schedule" for all the options specified in the Technical Specification (Annex 1, section 4) and the Bid list (Annex 2) Bidders must include delivery time for optional spare parts stated in Annex 1E "Optional spare parts". It is expected that some of these spare parts will be ordered during the overhaul based on fact findings, and therefore the aim must be a quick delivery time In assessing the "Timeline," emphasis will be placed on: The process and timeline being realistic, comprehensive, with quality assurance and addressing the Contracting Authority's overall temporal needs in Annex 1. Early milestones for supplies and services as stated in Annex 1A marked with yellow Short and at the same time realistic time schedule for the major overhaul. Time schedules of less than 3 weeks will not be considered as realistic A well-prepared and detailed time schedule with relevant actions for disassembly, transportation time in case of workshop activities, cleaning, blasting, visual inspection, fact-finding, NDT, assembly, commissioning phases, etc. Short and at the same time realistic delivery times and low impact on the time schedule for all the options as specified in the Technical Specification (Annex 1, section 4) and the Bid list (Annex 2) Shortt and at the same time realistic delivery times for the optional spare parts stated in Annex 1E "Optional spare parts". Delivery times of less than 3 weeks will be weighted very positively. Recommendations to avoid critical delays, like raw material, standby of workshop capacity, and other possible options for faster delivery time.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Key persons and Organization
Description : It is important for the Contracting Authority that the bidder, in their bid, presents an organization that ensures the project is delivered with high quality. Therefore, the Contracting Authority will place emphasis on the bid containing a robust organization and key personnel with the right professional competencies. The bidder must complete the needed information in Annex 1B (Key persons) The bidder must supply a Organizational chart with key personnel, showing the organization of the project, including the involvement of the Contracting Authority, if relevant. In assessing " Key persons and Organization," positive weight will be given to: The Tenderer can provide key persons with relevant competences, qualifications and experience from major overhauls at similar steam turbines The organization being robust against unforeseen changes affecting the allocated personnel, including that the project is not significantly impacted by personnel changes, vacations, illness, etc. The evaluation will be based on the information provided in Annex 1B (Key Persons) and the supplied organizational chart.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Price
Name : Price
Description : All prices must be stated in Euro (EUR) or Danish Kroner (DKK), excluding VAT and including possible discounts. All prices must be fixed prices. When evaluating prices stated in Danish Kroner (DKK) it will be converted into Euro (EUR) according to an exchange rate of DKK/EUR 7.45. The evaluation of the sub-criteria "Price" is based on the total tender sum comprising the following price elements: The price for the basic scope of supply according to the Bid list The prices for the options according to the Bid list (corrected sum, according to description in the Tender Conditions) The prices for mandatory spare parts specified in Annex 1D (according to description in the Tender Conditions) The prices for optional spare parts specified in Annex 1E (according to description in the Tender Conditions) Rates for extra works/supplies (according to description in the Tender Conditions) The lowest price for “total price” will receive the highest score (10) on a scale from 0–10. The other tenderers will receive points relative to the best price. The other tenders will be scored based on the relative difference to the highest score, where the tender with a price that is 60% higher (or more) will receive 0 points. The award of points for the other offers will be calculated according to the following formula: The tender’s points = Maximum point – (Maximum point/(60% × “lowest price")) × (The tenders "Price" – “lowest price").
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 21/09/2025 22:00 +00:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 13/10/2025
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
Description of the financial guarantee : The Supplier must provide a performance bond as specified in Annex 4 and an advance payment bond as specified in Annex 5.
Deadline for receipt of requests to participate : 06/10/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
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 : The Parties to the Contract are liable for damages to each other according to the general rules of Danish law, except for compensation for operational and profit loss. The Supplier is liable for any loss VERDO may incur as a result of termination of the Contract due to the Supplier's breach. The liability of the Contractor is limited to twice the contract sum. The Supplier assumes responsibility for environmental and product liability damages according to the general rules of Danish law. Compensation amounts are due for payment immediately upon demand.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The Supplier is obligated to deliver the services under the Contract according to the Supplier's unit prices for the delivery covered by the Contract, specified in the Supplier's offer. All aspects regarding the service are included in the offer price. The terms of payment are current month plus thirty (30) days from the invoice date. VERDO shall be liable to make payment of all undisputed amounts provided correctly made invoice (subject to clause 6.) when payment becomes due. All amounts and payments will be made in EURO (“EUR”).

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Information about this can be find in the Tender Conditions.
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure : Verdo
Organisation providing offline access to the procurement documents : Verdo
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Verdo
Organisation processing tenders : Verdo

8. Organisations

8.1 ORG-0001

Official name : Verdo
Registration number : 25481968
Postal address : Agerskellet 7
Town : Randers NV
Postcode : 8920
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Karina Winther Jensen
Telephone : 41748976
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
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

Notice information

Notice identifier/version : 23faf8ce-a062-47e3-a8da-3bcda69be556 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 03/09/2025 10:07 +00:00
Notice dispatch date (eSender) : 03/09/2025 10:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00578359-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025