EU-Tender - Contract for BMR Stations

The Contracting Entity wishes to procure BMR stations used to control the quality of the biogas cf. Appendix 1 – Technical Specification. 1. Subcontract 1 – BMR station 20 800 to 2400 Nm³/h at 4,5 bar(g) inlet pressure and main pipe dimension DN 100 mm. Complete BMR station delivered in …

CPV: 38432100 Gas-analysis apparatus, 38432000 Analysis apparatus
Place of execution:
EU-Tender - Contract for BMR Stations
Awarding body:
Evida Service A/S
Award number:
562939

1. Buyer

1.1 Buyer

Official name : Evida Service A/S
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : EU-Tender - Contract for BMR Stations
Description : The Contracting Entity wishes to procure BMR stations used to control the quality of the biogas cf. Appendix 1 – Technical Specification. 1. Subcontract 1 – BMR station 20 800 to 2400 Nm³/h at 4,5 bar(g) inlet pressure and main pipe dimension DN 100 mm. Complete BMR station delivered in an enclosure corresponding to a standard 20-foot ISO con-tainer in size, including all equipment, fittings, and accessories as specified in the Contract. 2. Subcontract 2 – BMR station 40 2400 to 6000 Nm³/h at 4,5 bar(g) inlet pressure and main pipe dimension DN 150 mm. Complete BMR station delivered in an enclosure corresponding to a standard 40-foot ISO con-tainer in size, including all equipment, fittings, and accessories as specified in the Contract.
Procedure identifier : 28f80f81-4ef1-4964-94e2-6b3f4ac4eb61
Internal identifier : 562939
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 procedure consists of a prequalification stage followed by an invitation to submit initial tenders. The contracting authority will then evaluate the tenders and may conduct negotiations. If negotiations take place, tenderers may be invited to submit revised offers. The contracting authority reserves the right to award the contract based on the initial tenders without entering into negotiations.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38432100 Gas-analysis apparatus
Additional classification ( cpv ): 38432000 Analysis apparatus

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Delivery address will be site- and project specific within Denmark - main land and islands with bridge connection

2.1.3 Value

Estimated value excluding VAT : 110 000 000 Danish krone

2.1.4 General information

The procedure will be relaunched if cancelled or unsuccessful
Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 1

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Grave professional misconduct : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that the candidate or tenderer has been guilty of grave professional misconduct casting doubt on the integrity of the candidate or tenderer. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Conflict of interest due to its participation in the procurement procedure : A contracting entity must exclude a candidate or a tenderer from participation in a procurement procedure when the contracting entity can demonstrate that a conflict of interest, cf. section 24(18) of the Danish Public Procurement Act, cannot be effectively remedied by less restrictive measures in relation to the procurement procedure in question. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Direct or indirect involvement in the preparation of this procurement procedure : A contracting entity must exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that a distortion of competition within the meaning of Section 39 of the Public Procurement Act resulting from the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure in question cannot be remedied by less restrictive measures. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that the candidate or tenderer has supplied grossly incorrect information, has withheld information or is unable to submit additional documents concerning the grounds for exclusion referred to in Section 135(1) or (3) of the Public Procurement Act and, where applicable, In section 137(1), no. 2 or 6 of the Public Procurement Act, the minimum requirements for suitability laid down in sections 140-144 of the Public Procurement Act or the selection in section 145. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Purely national exclusion grounds : Section 134a of the Danish Public Procurement Act applies, which is why a contracting entity must 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 tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements obliging Denmark to open the market for public contracts to tenderers established in that country. Section 134a (2) of the Public Procurement Act: Section 135(6) applies mutatis mutandis to situations covered by subsection (1). Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Terrorist offences or offences linked to terrorist activities : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine by final judgment for terrorist offences or offences related to terrorist activities as defined respectively in Articles 1, 3 and 4 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (Official Journal 2002, No L 164, page 3) as amended by Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (Official Journal 2008, No L 330, page 21). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act
Breaching obligation relating to payment of social security contributions : The contracting entity shall exclude a candidate or tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities relating to taxes, duties or social security contributions under Danish law or the law of the country in which the applicant or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Breaching obligation relating to payment of taxes : The contracting entity shall exclude a candidate or tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities relating to taxes, duties or social security contributions under Danish law or the law of the country in which the applicant or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Participation in a criminal organisation : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine by final judgment for acts committed within the framework of a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (Official Journal 2008, No L 300, page 42). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Money laundering or terrorist financing : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or fined by final judgment for money laundering or terrorist financing 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 (Official Journal 2005, No L 309, page 15). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Fraud : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine for fraud within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests by final judgment. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Child labour and including other forms of trafficking in human beings : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure if the candidate or tenderer has been convicted or has adopted a fine by final judgment for an infringement of Section 262a of the Criminal Code or, in the case of a conviction from another country concerning child labour and other forms of trafficking in human beings 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 victims thereof, and replacing Council Framework Decision 2002/629/JHA (Official Journal 2011, No L 101, page 1). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Corruption : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine for corruption 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 and Article 2(1) of the European Union Council Framework Decision 2003/568/JHA of 22 July 2003 on the fight against corruption in the private sector (Official Journal 2003, No L 192, page 54) and corruption as defined by the national law of the Member State or home Member State of the candidate or tenderer or of the country in which the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : BMR station 20
Description : 800 to 2400 Nm³/h at 4,5 bar(g) inlet pressure and main pipe dimension DN 100 mm. Complete BMR station delivered in an enclosure corresponding to a standard 20-foot ISO con-tainer in size, including all equipment, fittings, and accessories as specified in the Contract. The Contracting Entity expects to award 2 (two) separate subcontracts. The same tenderer cannot be awarded both subcontracts. If the same tenderer submits the best offer for both subcontracts, the ten-derer will be awarded the subcontract that results in the most advantageous overall outcome for the Contracting Entity, taking both subcontracts into account.
Internal identifier : 562940

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38432100 Gas-analysis apparatus
Additional classification ( cpv ): 38432100 Gas-analysis apparatus
Quantity : 8 piece
Options :
Description of the options : Extension of contract period

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Delivery address will be site- and project specific within Denmark - main land and islands with bridge connection

5.1.3 Estimated duration

Start date : 05/01/2026
Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 24 months

5.1.5 Value

Estimated value excluding VAT : 30 000 000 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 required
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 : Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address above. For access to the tender documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. The Contracting entity would prefer that questions regarding prequalification are submitted within 26. September 2025 at 13.00. Interested operators are requested to keep updated via the electronic tendering system. The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen - “the Danish Implementing Order”). In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section “Selection Criteria” in this Tender form. The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the framework agreement. The form is enclosed as an attachment to the tender specifications. The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135 and 136 of the Danish Public Procurement Act and the grounds for exclusion set out in section 137(1), para 2 and para 3 and para 5 and para 6, cf. section 11(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Danish Implementing Order. The voluntary grounds for exclusion are applied in compliance with the principle of proportionality. Hence, trivial matters cannot result in the exclusion of the candidate. Several matters which, individually, are less serious in nature may, however, give rise to exclusion of the candidate. Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must provide documentation of the information submitted in the ESPD pursuant to sections 150-155, cf. section 12 of the Danish Implementing Order (implementeringsbekendtgørelsen). As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety. It is noted that the procurement is subject to Regulation (EU) No. 2022/2560 of the European Parliament and of the Council of 14 December 2022 on foreign subsidies distorting the internal market. As part of their application, applicants are from 12 October 2023, obliged to submit a notification/declaration concerning any financial contributions received from third countries, see Article 29 of the Regulation. Prequalified applicants will be obliged to update the notification/declaration upon submission of tender. The ESPD is available via the electronic tendering system. It is not necessary for the Candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. Where the Candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The Candidate heading the group and submitting the application is not required to sign its ESPD document. If the Candidate relies on the capacity of other entities, an ESPD must be submitted for and signed by each of the entities on which the Candidate relies. The value stated in the section “Value” is the estimated value of the deliverables under the framework agreement. The contracting entity’s estimate of the estimated value of the contract is based on a forecast. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the contract. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents. For information on the process of the negotiations, reference is made to the tender specification. The contracting entity will pay no remuneration for participating. The contracting entity reserves the right to award based on the initial tender. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. (reference is made to Article 5k, section 1, for the exact delimitation of the actors covered by the prohibition). The contracting entity may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. Q&A As stated in the tender specifications, all communication between the tenderer and the contracting entity and submission of tenders must be through the electronic tendering system. The electronic tendering system is accessed via the link www.comdia.com. Comdia Support can be contacted via mail support@comdia.com or phone: Support in Danish +45 71 99 36 72 Support in English +45 71 99 26 86 Questions asked will be answered if they are received in time for the contracting entity to obtain the information required and communicate the answers within six days before expiry of the deadline for submission of tender. Questions received later than six days before expiry of the deadline for submission of tender cannot be expected to be answered, unless the deadline for submission of tender is also postponed, see Act Article 66(3) of the Utilities Directive. Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the Contracting Entity, for access to the tender documents, the tenderer must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply.

5.1.7 Strategic procurement

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 : Notice
Criterion : Average yearly turnover
Description : The Tenderer must have had an average annual turnover of no less than DKK 10 million during the past three financial years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : The supplier must have maintained an equity ratio (in Danish "soliditetsgrad") of at least 15% during each of the past three financial years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : The supplier is required to submit two references for comparable assignments related to gas, undertaken for either manufacturers or utility companies.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price Evaluated based on the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as specified in Appendix 4 – Prices
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality Evaluated based on the following sub-sub-criteria: 1) Area classification demands - inside/outside BMR station (15%) 2) Emission demands (15%) 3) Delivery time (10%)
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 26/09/2025 13:00 +02:00

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
Deadline for receipt of requests to participate : 10/10/2025 13:00 +02:00
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 : According to Appendix 1 - Technical specification and Contract
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : L60

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 : Danish Complaints Board for Public Procurement
Information about review deadlines : According to the Danish Complaints Board for Public Procurement Act etc. (the Act can be downloaded at www.retsinformation.dk ), the following deadlines for filing a complaint apply: Complaints about not having been selected must be submitted to the Danish Complaints Board for Public Procurement within 20 calendar days, cf. Section 7(1) of the Act, from the day after sending a notification to the candidates concerned about who has been selected, when the notification is accompanied by a statement of reasons for the decision in accordance with Section 2(1)(1) of the Act and Section 171(2) of the Public Procurement Act. In other situations, complaints about tenders, cf. Section 7(2) of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that it has entered into a contract. The deadline is calculated from the day after the date on which the announcement has been published. 2) 20 calendar days from the day after the contracting entity has announced its decision, cf. Section 185(2) of the Public Procurement Act. No later than the same time that a complaint is submitted to the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that a complaint is submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6(4) of the Act. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether the complaint is to be given suspensive effect, cf. Section 12(1) of the Act. The Complaints Board for Public Procurement's e-mail address is stated in Section VI.4.1). The Complaints Board for Public Procurement's complaint guide can be found at: www.erhvervsstyrelsen.dk.
Organisation providing additional information about the procurement procedure : Evida Service A/S
Organisation providing offline access to the procurement documents : Evida Service A/S
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority
Organisation receiving requests to participate : Evida Service A/S
Organisation processing tenders : Evida Service A/S

5.1 Lot technical ID : LOT-0002

Title : BMR station 40
Description : 2400 to 6000 Nm³/h at 4,5 bar(g) inlet pressure and main pipe dimension DN 150 mm. Complete BMR station delivered in an enclosure corresponding to a standard 40-foot ISO con-tainer in size, including all equipment, fittings, and accessories as specified in the Contract. The Contracting Entity expects to award 2 (two) separate subcontracts. The same tenderer cannot be awarded both subcontracts. If the same tenderer submits the best offer for both subcontracts, the ten-derer will be awarded the subcontract that results in the most advantageous overall outcome for the Contracting Entity, taking both subcontracts into account.
Internal identifier : 562941

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 38432100 Gas-analysis apparatus
Additional classification ( cpv ): 38432100 Gas-analysis apparatus
Quantity : 20 piece
Options :
Description of the options : Extension of contract

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Delivery address will be site- and project specific within Denmark - main land and islands with bridge connection

5.1.3 Estimated duration

Start date : 05/01/2026
Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 24 months

5.1.5 Value

Estimated value excluding VAT : 80 000 000 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 required
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 : Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address above. For access to the tender documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. The Contracting entity would prefer that questions regarding prequalification are submitted within 26. September 2025 at 13.00. Interested operators are requested to keep updated via the electronic tendering system. The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), cf. section 12 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementeringsbekendtgørelsen - “the Danish Implementing Order”). In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section “Selection Criteria” in this Tender form. The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications. The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the framework agreement. The form is enclosed as an attachment to the tender specifications. The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 134 a, 135 and 136 of the Danish Public Procurement Act and the grounds for exclusion set out in section 137(1), para 2 and para 3 and para 5 and para 6, cf. section 11(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient documentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 11(1), para. (2) of the Danish Implementing Order. The voluntary grounds for exclusion are applied in compliance with the principle of proportionality. Hence, trivial matters cannot result in the exclusion of the candidate. Several matters which, individually, are less serious in nature may, however, give rise to exclusion of the candidate. Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must provide documentation of the information submitted in the ESPD pursuant to sections 150-155, cf. section 12 of the Danish Implementing Order (implementeringsbekendtgørelsen). As an alternative to the documentation mentioned in sections 153-155, 157 and 158 of the Danish Public Procurement Act, the applicant and tenderer may submit to the contracting entity a certificate of registration in an official list of approved economic operators, see section 156, issued by the competent authority. The contracting entity only accepts certificates of registration in an official list from applicants and tenderers established in the country holding the official list. In the event of changes to the composition of the tenderer, the provisions of section 147 of the Danish Public Procurement Act will apply in their entirety. It is noted that the procurement is subject to Regulation (EU) No. 2022/2560 of the European Parliament and of the Council of 14 December 2022 on foreign subsidies distorting the internal market. As part of their application, applicants are from 12 October 2023, obliged to submit a notification/declaration concerning any financial contributions received from third countries, see Article 29 of the Regulation. Prequalified applicants will be obliged to update the notification/declaration upon submission of tender. The ESPD is available via the electronic tendering system. It is not necessary for the Candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. Where the Candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The Candidate heading the group and submitting the application is not required to sign its ESPD document. If the Candidate relies on the capacity of other entities, an ESPD must be submitted for and signed by each of the entities on which the Candidate relies. The value stated in the section “Value” is the estimated value of the deliverables under the framework agreement. The contracting entity’s estimate of the estimated value of the contract is based on a forecast. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the contract. It is specifically pointed out to the tenderer that the tenderer is bound by the prices offered, irrespective of the turnover specifically achieved under the framework agreement. This means that the tenderer is also bound by the prices offered if the specific turnover deviates from the estimated value, both upwards and downwards. The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents. For information on the process of the negotiations, reference is made to the tender specification. The contracting entity will pay no remuneration for participating. The contracting entity reserves the right to award based on the initial tender. Attention is drawn to Article 5k in Regulation (EU) No 833/2014 as later amended which applies for the tender procedure. The provision contains a prohibition against award of contracts to Russian companies and Russian controlled companies etc. (reference is made to Article 5k, section 1, for the exact delimitation of the actors covered by the prohibition). The contracting entity may at any time during the tender process require that the economic operators prove that they are not covered by the prohibition, for example by requiring a declaration to this effect and/or documentation regarding the economic operators’ and any subcontractors’ place of establishment and ownership. Q&A As stated in the tender specifications, all communication between the tenderer and the contracting entity and submission of tenders must be through the electronic tendering system. The electronic tendering system is accessed via the link www.comdia.com. Comdia Support can be contacted via mail support@comdia.com or phone: Support in Danish +45 71 99 36 72 Support in English +45 71 99 26 86 Questions asked will be answered if they are received in time for the contracting entity to obtain the information required and communicate the answers within six days before expiry of the deadline for submission of tender. Questions received later than six days before expiry of the deadline for submission of tender cannot be expected to be answered, unless the deadline for submission of tender is also postponed, see Act Article 66(3) of the Utilities Directive. Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the Contracting Entity, for access to the tender documents, the tenderer must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply.

5.1.7 Strategic procurement

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 : Notice
Criterion : Average yearly turnover
Description : The Tenderer must have had an average annual turnover of no less than DKK 10 million during the past three financial years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Financial ratio
Description : The supplier must have maintained an equity ratio (in Danish "soliditetsgrad") of at least 15% during each of the past three financial years.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : The supplier is required to submit two references for comparable assignments related to gas, undertaken for either manufacturers or utility companies.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price Evaluated based on the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as specified in Appendix 4 – Prices
Description : Price
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Quality
Name : Quality Evaluated based on the following sub-sub-criteria: 1) Area classification demands - inside/outside BMR station (15%) 2) Emission demands (15%) 3) Delivery time (10%)
Description : Quality
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 26/09/2025 13:00 +02:00

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
Deadline for receipt of requests to participate : 10/10/2025 13:00 +02:00
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 : According to Appendix 1 - Technical specification and Contract
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : L60

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 : Danish Complaints Board for Public Procurement
Information about review deadlines : According to the Danish Complaints Board for Public Procurement Act etc. (the Act can be downloaded at www.retsinformation.dk ), the following deadlines for filing a complaint apply: Complaints about not having been selected must be submitted to the Danish Complaints Board for Public Procurement within 20 calendar days, cf. Section 7(1) of the Act, from the day after sending a notification to the candidates concerned about who has been selected, when the notification is accompanied by a statement of reasons for the decision in accordance with Section 2(1)(1) of the Act and Section 171(2) of the Public Procurement Act. In other situations, complaints about tenders, cf. Section 7(2) of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that it has entered into a contract. The deadline is calculated from the day after the date on which the announcement has been published. 2) 20 calendar days from the day after the contracting entity has announced its decision, cf. Section 185(2) of the Public Procurement Act. No later than the same time that a complaint is submitted to the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that a complaint is submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6(4) of the Act. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether the complaint is to be given suspensive effect, cf. Section 12(1) of the Act. The Complaints Board for Public Procurement's e-mail address is stated in Section VI.4.1). The Complaints Board for Public Procurement's complaint guide can be found at: www.erhvervsstyrelsen.dk.
Organisation providing additional information about the procurement procedure : Evida Service A/S
Organisation providing offline access to the procurement documents : Evida Service A/S
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority
Organisation receiving requests to participate : Evida Service A/S
Organisation processing tenders : Evida Service A/S

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 : Jesper Nielsen
Telephone : 53194936
Internet address : https://evida.dk/
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-1000

Official name : Comdia ApS
Registration number : 33501404
Postal address : Lindvedvej 73
Town : Odense S
Postcode : 5260
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Telephone : +45 7199 3672
Internet address : https://www.comdia.com/
Roles of this organisation :
TED eSender

8.1 ORG-1001

Official name : Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Danish Appeals Boards Authority, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 7240 5600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review organisation

8.1 ORG-1002

Official name : Danish Competition and Consumer Authority
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 4171 5000
Internet address : https://www.kfst.dk/
Roles of this organisation :
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : fe5697c6-df83-4f2b-b6c7-50cdc5dd8fa3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/09/2025 22:07 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00602067-2025
OJ S issue number : 176/2025
Publication date : 15/09/2025