Procurement of 3 noise reduction silencers including installation for Fjernvarme Fyns waste incineration lines 11, 12 and 13

The Contracting Authority wants to procure 3 new silencers placed in front of the stack to get a noise reduction if we run through or bypass the fluegas condesations units. The procurement is conducted as a negotiated procedure with prior call for competition pursuant to the EU Utilities Directive (Directive …

CPV: 42300000 Industrial or laboratory furnaces, incinerators and ovens, 42390000 Parts of furnace burners, furnaces or ovens, 45300000 Building installation work
Place of execution:
Procurement of 3 noise reduction silencers including installation for Fjernvarme Fyns waste incineration lines 11, 12 and 13
Awarding body:
FJERNVARME FYN AFFALDSENERGI A/S
Award number:
551645

1. Buyer

1.1 Buyer

Official name : FJERNVARME FYN AFFALDSENERGI A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Procurement of 3 noise reduction silencers including installation for Fjernvarme Fyns waste incineration lines 11, 12 and 13
Description : The Contracting Authority wants to procure 3 new silencers placed in front of the stack to get a noise reduction if we run through or bypass the fluegas condesations units. The procurement is conducted as a negotiated procedure with prior call for competition pursuant to the EU Utilities Directive (Directive 2014/25/EU of the European Parliament and of the Council of 26 February 2014 on procurement by entities operating in the water, energy, transport and postal services sectors and repealing Directive 2004/17/EC).
Procedure identifier : 43870b60-f470-4359-b552-670a2970f60a
Internal identifier : 551645
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 42300000 Industrial or laboratory furnaces, incinerators and ovens
Additional classification ( cpv ): 42390000 Parts of furnace burners, furnaces or ovens
Additional classification ( cpv ): 45300000 Building installation work

2.1.2 Place of performance

Postal address : Fjernvarme Fyn Havnegade 120
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Additional information : The supplier will be granted access to the areas in agreemnet with the contracting authority.

2.1.3 Value

Estimated value excluding VAT : 6 000 000 Danish krone

2.1.4 General information

Additional information : Economic operators are encouraged to seek clarification of any uncertainties and ambiguities by asking questions about the Tender Material. Furthermore, it should be noted that this tender is conducted as a 'Negotiated procedure with prior call for competition', and that adjustments to the Tender Material may occur as part of potential negotiations. As part of the application, economic operators must ensure that a duly completed version of the European Single Procurement Document (ESPD) is submitted. The ESPD is the economic operator's 'self-declaration' serving as preliminary evidence that the economic operator is not subject to the mandatory and, if selected, voluntary grounds for exclusion and meets the requirements for suitability. According to Executive Order no. 1078 of 29/06/2022, § 11, economic operators for the current tender must not be subject to the mandatory exclusion grounds specified in sections 134a, 135, and 136 of the Public Procurement Act. Furthermore, economic operators for the current tender must not be subject to the exclusion grounds listed in section 137, paragraph 1, no. 2. Economic operators covered by the included exclusion grounds in sections 135-137 may only participate in the tender if documentation of reliability is presented, cf. section 138 of the Public Procurement Act. The contracting authority will request a “Serviceattest” ( https://erhvervsstyrelsen.dk/serviceattest-ved-udbud) as documentation that economic operators are not subject to the exclusion grounds specified in section 135, paragraph 1, 2, and 3 (and if selected, section 137, paragraph 1, no. 2 ) of the Public Procurement Act. If the economic operator originates from another Member State, they must provide equivalent documentation in the version and/or from the authorities relevant in that Member State. The contracting authority reserves the right at any time during the procurement procedure to request an applicant or tenderer to submit documentation if necessary to ensure that the procedure is carried out correctly. The EU sanctions against Russia entail that economic operators subject to EU sanctions under EU Regulation no. 833/2014 as amended, article 5k, are excluded from participating in the tender. By submitting an application, the applicant confirms not to be subject to this. Conditions for participation in the form of consortia or through the use of supporting entities are described in the Tender Material. The contracting authority reserves the right to complement, supplement, or complete applications and tenders. Site visit at Havnegade 120, 5000 Odense; In connection with the tender procedure, an inspection of the site of installation will be made available at Havnegade 120, 5000 Odense, on 15 October 2025 between 13:00 and 15:00 hours. The inspection constitutes a voluntary opportunity for tenderers to familiarize themselves with the site prior to the submission of tenders. No additional information will be provided on the day, other than a brief introduction by the Contracting Authority and a guided tour. Any specific questions must subsequently be submitted in writing via Comdia, and responses will be published in the Q&A section of Comdia. Prior registration is mandatory and must be submitted to Tommy Mastrup Hansen at tmh@fjernvarmefyn.dk and/or Asbjørn Kjærgaard at x-askj@fjernvarmefyn.dk no later than 13 October 2025 at 14:00 hours.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice, European Single Procurement Document (ESPD)
Bankruptcy : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Insolvency : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Arrangement with creditors : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Assets being administered by liquidator : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Business activities are suspended : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
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.
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.
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 noncooperative 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.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of 3 noise reduction silencers including installation for Fjernvarme Fyns waste incineration lines 11, 12 and 13
Description : The Contracting Authority wants to procure 3 new silencers placed in front of the stack to get a noise reduction if we run through or bypass the fluegas condesations units. The procurement is conducted as a negotiated procedure with prior call for competition pursuant to the EU Utilities Directive (Directive 2014/25/EU of the European Parliament and of the Council of 26 February 2014 on procurement by entities operating in the water, energy, transport and postal services sectors and repealing Directive 2004/17/EC).
Internal identifier : 551645

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works
Main classification ( cpv ): 42300000 Industrial or laboratory furnaces, incinerators and ovens
Additional classification ( cpv ): 42390000 Parts of furnace burners, furnaces or ovens
Additional classification ( cpv ): 45300000 Building installation work

5.1.2 Place of performance

Postal address : Fjernvarme Fyn Havnegade 120
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 07/04/2026
Duration end date : 26/06/2026

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 6 000 000 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 : An economic operator participating on its own and which does not rely on the capacities of other entities in order to meet the minimum requirements and the selection criteria, must fill out one ESPD. An economic operator participating on its own but relying on the capacities of one or more other entities must ensure that the contracting authority receives its own ESPD together with a separate ESPD setting out the relevant information for each of the entities it relies on. Finally, where groups of economic operators, including temporary associations, participate together in the procurement procedure, a separate ESPD setting out the information required under Parts II to V must be given for each of the participating economic operators. The attached ESPD from those other entities should be duly completed and signed. Site visit at Havnegade 120, 5000 Odense. In connection with the tender procedure, an inspection of the site of installation will be made available at Havnegade 120, 5000 Odense, on 15 October 2025 between 13:00 and 15:00 hours. The inspection constitutes a voluntary opportunity for tenderers to familiarize themselves with the site prior to the submission of tenders. No additional information will be provided on the day, other than a brief introduction by the Contracting Authority and a guided tour. Any specific questions must subsequently be submitted in writing via Comdia, and responses will be published in the Q&A section of Comdia. Prior registration is mandatory and must be submitted to Tommy Mastrup Hansen at tmh@fjernvarmefyn.dk and/or Asbjørn Kjærgaard at x-askj@fjernvarmefyn.dk no later than 13 October 2025 at 14:00 hours.

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement
Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : The applicant must provide their equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) in accordance with the accounting practices applicable to the applicant from the most recent available annual report in ESPD part IV.B, ‘Financial ratio'. The most recent available annual report refers to the report available at the time of [e.g., the application deadline]. The applicant’s equity must be a positive amount (above zero). If the applicant relies on the capacity of one or more entities (e.g., a parent company, sister company, or subcontractor) or is a group of economic operators (e.g., a consortium), information regarding ESPD part IV.B must also be provided in a separate ESPD for each of these entities, cf. section VI.3 'Additional information'. It is the applicant’s responsibility to ensure that the minimum requirement concerning equity is met collectively through consolidation when the application is based on the capacity of other entities or if the applicant is a group of economic operators (e.g., a consortium) . As documentation, the contracting authority will request the most recent available annual report(s). Minimum requirements : Equity from the latest annual report must, at the time of prequalification, be positive (Above zero)
Criterion : References on specified deliveries
Description : The Applicant may include the up to five (5) most comparable and relevant references undertaken in the past five (5) years as part of the application. By "undertaken in the past five (5) years” implies that the reference must not have been completed prior to the date reached when counting five (5) years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant. The references should include: A specific description of the work performed for each reference, including: Reference name, calculated noise reduction and pressure loss if available, what material the silencers where made of, Date of final delivery, End customer, Place of installation, Contact at end customer and Other relevant info if applicable. Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed five (5) when combined. If more than five (5) references are submitted, the Contracting Authority will only consider the five (5) most recent references determined by date of final delivery (in this case not yet finished references will not be included). If less than five (5) has been completed, the contracting authority will include the references that were started earliest but have not yet been completed until five (5) references are reached. If however an applicant, in this context, relies on the capacity of other entities (e.g. a parent or sister company or a subcontractor) the Contracting Authority will initially include the references stated by the applicant itself and only if the maximum number is not reached by this methodology will the references of the supporting entities be included until the maximum number is reached. If more than three (3) applicants fulfill the minimum economic requirements the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. That is to which extend the reference(s) are assessed to be similar to the tendered assignment, cf. the scope stated in special conditions and the ’Characteristics’’ parameters listed above , in terms of comparability and relevance. As a result, the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are assessed to be similar to the specific tendered assignment and the stated characteristics (calculated noise reduction and pressure loss and material the silencers where made of) .
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 3
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 3
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
Description : The Contracting Authority assigns points for “Price” as follows: Price is scored on a linear scale from 0 to 10. The tender with the lowest total price will be given the highest score, 10. The lowest total price is understood as the lowest calculated total price based on the Tenderlist (Annex 2) among all compliant tenders. All other tenders are then scored on a linear scale, using the initial interpolation percentage, cf. the table 1 below, and as a result the tender with the lowest total price will be given the score 10 and a tender which is 50 % higher will be given the score 0. If 1 or more of the compliant tenders comprise a total price which is higher than the initial percentages stated in the table 1 below, The Contracting Authority will use the alternative linear scale with the same scores, but with a greater span. As a result, the span will be set at the actual difference in percentage between the lowest calculated total price among all compliant tenders and the highest calculated total price among all compliant tenders. The Contracting Authority will not expand beyond the stated maximum in Alternative 1 and as a result tenders which comprise a total price which is equal to or higher than this percentage will be scored 0. All scores from 0-10 may be used (including decimals). Table 1 – Interpolation percentage, inclusive alternative Initial interpolation percentage: +50 % Alternative 1 percentage(s): Highest compliant total price percentage above 50 % but below 75 % (maximum)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Technical Solution and performance
Description : For the evaluation of the sub-criteria the below should be enclosed. All sub-sub criteria’s (1,2 and 3) will be evaluated equally in the total evaluation of this criterion: 1) The tenderer should include a detailed description of the proposed technical solution (all 3 silencers), including specific details concerning the components, subcomponents and materials that will be included. Accordingly, the following elements should be described in detail: • A detailed description of the proposed technical solution (all 3 silencers), including specific details concerning the components, subcomponents and materials that will be included. • Physical dimensions for each silencer and the appropriate construction especially considering access to service and maintenance for each silencer. The evaluation of the “Technical solution and access to service and maintenance” will be based on the tenderer’s description, and the Contracting Authority will in this respect emphasize that it is a reliable and robust solution, with an appropriate design and size that provides an easy way of conducting service and maintenance on each of the silencers. An overall evaluation with no decimals will be made of this sub-sub-criterion. 2) Noise reduction As part of the evaluation, the tenderer must also state the guaranteed performance of the silencers in terms of noise reduction under current conditions. (See the attached noise measurement in the special conditions clause 3.1 and 3.2 and Annex G). The performance must be stated in Annex 3. The tenderer should also include the calculations and/or documentation for the stated noise reduction in Annex 3. It should be noted the guaranteed performance stated by the tenderer will be penalized in the contract, cf. Clause 6.1.1. The evaluation of noise reduction will be based on the stated level as offered by the tenderer for each silencer. The silencer with the lowest guaranteed dB will count for 50% of the evaluation of this sub-sub-criterion and the two other silencers will each count for 25% of the evaluation. If the same dB is offered on all 3 silencers they will all count the same. • A noise reduction level of 15.00 dB (Decibel) or higher will result in a score of 10 for this sub-sub criterion, whereas a performance level of 5.00 dB will result in a score of 0. In between these two points, scores will be given on the basis of linear interpolation. An offered performance level below 5.00 dB on any of the silencers will not be accepted and will result in the tender being considered as non-compliant. Example: Guaranteed noise reduction on Silencer 1: 9dB, Silencer 2: 10dB and silencer 3: 10 dB gives a weighed noise reduction of 9,50 dB (9,00 dB * 0,5 + 10,00 dB * 0,25 + 10,00 dB * 0,25 = 9,50 dB)which equals a score of 4,50 points. The overall evaluation will be given with 2 decimals. 3) Pressure loss over silencers As part of the evaluation the tenderer must also state the guaranteed performance of the silencers in terms of pressure loss over the silencers. The performance must be stated in Annex 3. The tenderer should also include the calculations and/or documentation for the stated noise reduction in Annex 3. It should be noted the guaranteed performance stated by the tenderer will be penalized in the contract, cf. Clause 6.1.1. The evaluation of pressure loss over the silencers will be based on the average pressure loss level as offered by the tenderer. • An average pressure loss of 0.00 mbar (Millibar) will result in a score of 10, whereas a pressure loss of 5.00 mbar will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. An offered level above 5.00 mbar on any of the lines will not be accepted and will result in the tender being considered as non-compliant,. This is also the case even if the average pressure loss is below 5.00 mbar. Example: Guaranteed pressure loss on Silencer 1: 1,00 mbar, Silencer 2: 1,75 mbar and silencer 3: 2,50 mbar gives an average pressure loss of 1,75 mbar which equals a score of 6,50 points. The overall evaluation will be given with 2 decimals.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : HSE
Description : For the evaluation of the sub-criteria the following should be enclosed: The tenderer should include a detailed HSE-plan and RAMS (Risk Assessment and Method Statements) specifically for the tendered assignment, including detailed descriptions of risk management, on-site supervision, inspections and audits. The evaluation will be based on the submitted HSE-plan and RAMS (Risk Assessment and Method Statements) for the specific project. It will be evaluated positive that the tenderer submits a proactive and detailed HSE-plan and RAMS for this specific assignment which - considering the complexity and scope - covers: • Detailed description of how risk assessments for the specific scope of work (health and safety) are conducted to ensure that risks are eliminated rather than mitigated, including identification of risks identified for the scope of work (dismantling and preparation for assembly including working at height etc.) • Detailed method statements which are relevant, safe to work by and show knowledge of the scope of work, especially considering dismantling and assembly of larger prefabricated parts (flue gas ducts, supports, insulation work etc.) An overall evaluation with no decimals will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 29/09/2025 23:55 +02:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 09/10/2025
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The Supplier shall issue an Advance Payment guarantee corresponding to 20% (20 percent) of the contract price (excluding VAT) covering any advance payments made as described in clause 3.2. The guarantee shall expire one (1) month after the main equipment etc., for which Fjernvarme Fyn has made advance payment, has been delivered and accepted by Fjernvarme Fyn. The guarantee cannot be reduced proportionately on partial deliveries. The Supplier shall issue a Performance Bond equivalent to 10% (ten percent) of the contract price (excluding VAT), as security for the proper performance of all obligations under the Contract. The Performance Bond shall remain valid until 70 days after the expiry of the contractual guarantee period. The Performance Bond must be submitted to Fjernvarme Fyn as soon as possible, and no later than one (1) month from the contract date. No payments will be made until the Performance Bond has been received and approved by Fjernvarme Fyn. In the event of any variation/change orders, Fjernvarme Fyn may require the Performance Bond to be adjusted to ten percent (10%) of the revised Contract Price (exclusive of VAT).
Deadline for receipt of requests to participate : 06/10/2025 12:00 +02:00
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 : The Contracting Authority is obligated to reject tenders with reservations towards mandatory parts of the Tender Material and as a result cannot award the contract to a tender including such reservations. The Contracting Authority does, however, reserve the right to commence negotiations with tenderers who have included reservations to the Tender Material (including mandatory parts) in their initial tender or a revised tender.
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 dates for installation are as follows: Line 11: 7th– 24th of April 2026, both days included. Line 12: 20th of April to 8th of May 2026, both days included. Line 13: 8th– 26th of June 2026, both days included. The Supplier must fulfill Fjernvarme Fyn’s Code of Conduct in force at any time, which can be found on Fjernvarme Fyn’s website www.fjernvarmefyn.dk The contracting Authority has a Labour Clause for the services delivered in relation to the installation. The supplier and the use of any subcontractors must, in accordance with Fjernvarme Fyn's Labour Clause, be registered in Fjernvarme Fyn's system, Comdia.
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : The following terms of payment apply to the Supply. 1. 20% Total amount paid* TBA Signing of contract and receipt and acceptance of Performance Bond and Advance Payment Bond. 2. 50% TBA After the main equipment etc. for the 3 silencers is delivered from the supplier and/or sub suppliers, at the contracting authority’s address. 3. 20% TBA Handover of all 3 silencers completed and ready for commercial operation. 4. 10% TBA After the full documentation, drawings etc. have been delivered and approved by the contracting authority. Payment does not release the Supplier from its obligation to remedy defects. Payment is 30 days net upon receipt and acceptance of invoice. The first installment will be paid upon receipt and acceptance of Performance Bond and Advance Payment Bond for installment no. 1.

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 : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk ), the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision. 3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the stand-still period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure : FJERNVARME FYN AFFALDSENERGI A/S
Organisation providing offline access to the procurement documents : FJERNVARME FYN AFFALDSENERGI A/S
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority
Organisation receiving requests to participate : FJERNVARME FYN AFFALDSENERGI A/S
Organisation processing tenders : FJERNVARME FYN AFFALDSENERGI A/S

8. Organisations

8.1 ORG-0001

Official name : FJERNVARME FYN AFFALDSENERGI A/S
Registration number : 25495969
Postal address : Havnegade 120
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Contact point : Asbjørn Kjærgaard
Telephone : +45 23230909
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 : fac7ba51-f2db-417f-9c0a-ad7030ab4576 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2025 14:04 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00607433-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025