Procurement of high-pressure pump unit for brine injection for the water injection project in Stenlille, Gas Storage Denmark

The Contracting Authority wants to purchase high pressure pump unit for brine injection to the Water Injection Project. The high-pressure injection pump unit and auxiliary equipment is for the injection of Brine into the underground storage facilities in Stenlille. The auxiliary systems connected are essential especially due to injecting into …

CPV: 42122100 Pumps for liquids, 42122130 Water pumps, 42122200 Reciprocating positive-displacement pumps for liquids, 42122300 Pressure boosters for liquids, 45232100 Ancillary works for water pipelines, 45332000 Plumbing and drain-laying work
Place of execution:
Procurement of high-pressure pump unit for brine injection for the water injection project in Stenlille, Gas Storage Denmark
Awarding body:
Gas Storage Denmark A/S
Award number:
25/07216

1. Buyer

1.1 Buyer

Official name : Gas Storage Denmark A/S
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Procurement of high-pressure pump unit for brine injection for the water injection project in Stenlille, Gas Storage Denmark
Description : The Contracting Authority wants to purchase high pressure pump unit for brine injection to the Water Injection Project. The high-pressure injection pump unit and auxiliary equipment is for the injection of Brine into the underground storage facilities in Stenlille. The auxiliary systems connected are essential especially due to injecting into an existing natural gas well, hence relevant legislation is to be followed. The pump system must be fully assembled as a unit be it in a box/container allowing for relevant measures for surveillance, as part of the overall delivery. The contract consists of installation, commissioning, final documentation and hand over including further inspections after the first year of operation. The contracting authority furthermore expects the tenderer to submit a prize for the additional connection high pressure pipe work on site Borevej B1, 4295 Stenlille. For further details regarding the purchase, reference is made to the tender documents
Procedure identifier : 57d8d96f-154e-4a43-924d-ef2a87066137
Internal identifier : 25/07216
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The tenders submitted must be valid for a period of 6 months from the specified time limit for the submission of tenders. If the tenderer during the negotiation phase prepares and submits revised tenders, such tenders must also be valid for the period of 6 months from the specified time limit for these revised tenders.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42122200 Reciprocating positive-displacement pumps for liquids
Additional classification ( cpv ): 42122100 Pumps for liquids
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42122300 Pressure boosters for liquids
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work

2.1.2 Place of performance

Postal address : Merløsevej 1C
Town : Nyrup
Postcode : 4296
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Danish krone

2.1.4 General information

Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of high-pressure pump unit for brine injection for the water injection project in Stenlille, Gas Storage Denmark
Description : The Contracting Authority wants to purchase high pressure pump unit for brine injection to the Water Injection Project. The high-pressure injection pump unit and auxiliary equipment is for the injection of Brine into the underground storage facilities in Stenlille. The auxiliary systems connected are essential especially due to injecting into an existing natural gas well, hence relevant legislation is to be followed. The pump system must be fully assembled as a unit be it in a box/container allowing for relevant measures for surveillance, as part of the overall delivery. The contract consists of installation, commissioning, final documentation and hand over including further inspections after the first year of operation. The contracting authority furthermore expects the tenderer to submit a prize for the additional connection high pressure pipe work on site Borevej B1, 4295 Stenlille. For further details regarding the purchase, reference is made to the tender documents
Internal identifier : 25/07216

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42122200 Reciprocating positive-displacement pumps for liquids
Additional classification ( cpv ): 42122100 Pumps for liquids
Additional classification ( cpv ): 42122130 Water pumps
Additional classification ( cpv ): 42122300 Pressure boosters for liquids
Additional classification ( cpv ): 45232100 Ancillary works for water pipelines
Additional classification ( cpv ): 45332000 Plumbing and drain-laying work

5.1.2 Place of performance

Postal address : Merløsevej 1C
Town : Nyrup
Postcode : 4296
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 24 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.

5.1.7 Strategic procurement

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) 2. Equity ratio (equity/total assets). This must be stated with two decimals. If the applicant relies on the capacities of other entities or the applicant is a group of economic operators the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. It is the sole responsibility of the applicant to secure that the minimum requirements are reached based on consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 200.000. Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 600,000.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Other
Name : Selection of applicants
Description : If more than three (3) applicants fulfill the requirements, cf. section 2.2.2, the Contracting Authority will prequalify the three (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. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Pump system with similar capacity of approximately 20 Nm3/h and pressure range of 200 bar. • Material selection according to flow media with a salt content of 5-10%. • Produced under similar standards and norms, as experience with delivery under oil and gas industry.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The applicant must document fulfilment of requirements concerning technical and professional ability in ESPD part IV.C: • Up to 5 most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) 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, cf. section 2.3. The references should include: o A specific description of the work performed for each reference, including: o Configuration regarding pump size, media and overall pump system capability. o Description of pump type and system. o Reference to directives used for authority approval. o Contract value (if possible) o Contact information for the entity in question (including contact person) o Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. 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 the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met.
Use of this criterion : Used
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 :
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 : Prices must be stated in the attached Price List and the defined price elements must be completed herein. Prices must be stated exclusive of VAT but inclusive of all other expenses associated with the purchase. Prices must be stated DKK. Prices must be stated in the attached Price List and the defined price elements must be completed herein. Prices must be stated exclusive of VAT but inclusive of all other expenses associated with the purchase. Prices must be stated in DKK
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Technical solution
Description : The tenderer must as part of the sub-criterion “Technical solution” include the following: • A detailed and specific technical description with dimensions, maximum working pressures, etc. of all parts, • drawings and associated part lists as well as assembly drawings (draft), • list of recommended spare parts, and service conditions regarding installation on site in Denmark. When evaluating “Technical solution”, the Contracting Authority will evaluate whether the tenderer documents a technically high-quality solution, i.e. to which extent the proposed design and materials are suitable taking into consideration the intended purpose. Further, the following be evaluated positive: • The overall energy consumption is as low as possible. • The robustness of pump system operational capability i.e. capability to perform load changes and there are long maintenance intervals between overhauls. • That the calculation and simulation method for overall system design focuses on mitigating operational risks and system failures i.e. pump trips. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Delivery time
Description : As part of the evaluation the tenderer must state the maxi-mum guaranteed delivery time from contract commencement date until final delivery as of-build documentation and project close-out The evaluation of “Delivery time” will be based on the stated delivery time as offered by the tenderer: • A maximum delivery time of up to 14 months will result in a score of 10, whereas a maximum delivery time of 24 months or more will result in a score of 0. In between these two points scores will be given based on linear interpolation. • Any tender that states a delivery time longer than 24 months will be considered non-compliant and excluded cf. section 3.7.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Project- and quality plan and Time schedule
Description : As the project is of importance to Gas Storage Denmark as it is a critical component, the tenderer must provide assurance to production of high quality taking into consideration the criticality of the project. The tenderer may as part of the description(s) include how obtained standards are used to ensure quality at all stages. The tender should include: • Project plan • Quality plan • Time Schedule The tenderer should include a project plan and a detailed time and activity schedule with dates, and outline how the work will be structured from the contract commencement date until final delivery as of-build documentation and project close-out. The overall project plan and time schedule with dates shall include: A. Manufacturing process and delivery on site B. Installation process C. Commissioning procedures D. Final documentation handed over The tender must also fill out the template for a generic time in the column regarding delivery, installation, commissioning and final documentation handed over cf. Appendix 4: Time Schedule (doc. no. 25/07216-20) The tender version of the Quality plan shall include description concerning: A. The quality control system B. How the tenderer fulfills the quality requirements outlined by Energinet C. Inspection plan D. Fabrication plan When evaluating “Project- and quality plan and time Schedule”, the Contracting Authority will evaluate to which degree the tender provides assurance as to the quality of production and which the tender demonstrates a well-planned, realistic and robust time schedule, that secure delivery within the timeline. Further, the following will be evaluated positive: • The project plan will be evaluated on its robustness and activities for the achieving the optimal design is within the time schedule. • The quality plan will be evaluated on how the tenderer fulfill the quality requirements outlined by Energinet including total project quality, design, fabrication, inspection, and test as well as pre-commissioning and commissioning. • The time schedule will be evaluated on its robustness and that schedule reflects a realistic, but frontloaded schedule for the critical activities, which allows sufficient time for potential schedule contingencies, but still provides evidence of a high level of security for delivery. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Contract Terms
Description : For the evaluation of the sub-criteria the below should be enclosed: If the tenderer includes a list of proposed deviations to the attached contractual terms: • Contract Agreement for Purchase (doc. no. 25/07216-11), • Appendix 1: General Terms and Conditions for Purchase (doc. no. 25/07216-12), the tenderer must use the Clarification List (doc. no. 25/07216-6). The proposed deviations to the contractual terms must be stated in the spreadsheet marked “Legal clarification” and should be explicit and with explanation as to why they are made. The tendered assignment must be performed on the basis of the attached contract terms. The tenderer may, however, suggest explicit and well-explained deviations to the contractual terms which the Contracting Authority has identified as competitive criteria’s below: • Contract Agreement for Purchase (doc. no. 25/07216-11): o Section 5, sub-clause 12.1 (Late-delivery or non-delivery) o Section 5, sub-clause 13.1 and 13.4 (Defects and remedies) o Section 5, sub-clause 14.2 (Limitation of liability) o Section 5, sub-clause 16.1 (Insurance) o Section 5, sub-clause 18.1 + 18.3 (Performance guarantee) • Appendix 1: General Terms and Conditions for Purchase (doc. no. 25/07216-12): o Clause 2 (Requirements), except for sub-clause 2.3 o Sub-clause 4.6 (Advance payment guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 3.7.1 above) o Clause 9 (Time of Delivery) o Clause 11 (Intellectual property rights) o Clause 12 (Late-delivery or non-delivery) o Clause 13 (Defects and remedies) o Clause 14 (Limitation of liability) o Clause 15 (Product liability) o Clause 16 (Insurance) o Clause 17 (Indemnification) o Clause 18 (Performance guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 3.7.1 above) o Sub-Clause 20.3 (HSE requirements) o Clause 25 (Termination) These will be included in the evaluation of the sub-criterion "Contract terms" and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity, and consequence. In this regard it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criteria. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See tender material
Deadline for receipt of requests to participate : 11/08/2025 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 : -
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 : See contract template
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender materiel. The tenderer's legal form is not required. If applications and tenders are submitted by a consortium, all participants in the consortium must be jointly and severally liable for the performance of the contract and a consortium member must be appointed with whom a binding agreement can be concluded on behalf of the consortium

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 : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting author-ity has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the rele-vant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contract-ing authority has entered into the framework agreement, provided that the notification included a short account of the relevant rea-sons for the decision.
Organisation providing additional information about the procurement procedure : Gas Storage Denmark A/S
Organisation providing offline access to the procurement documents : Gas Storage Denmark A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation processing tenders : Gas Storage Denmark A/S

8. Organisations

8.1 ORG-0001

Official name : Gas Storage Denmark A/S
Registration number : 29 85 12 47
Department : Energinet Eltransmission A/S
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - A
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : 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 : aff32535-4a15-432e-accf-b0bd8bd010ca - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/06/2025 12:31 +00:00
Notice dispatch date (eSender) : 25/06/2025 12:33 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00414383-2025
OJ S issue number : 120/2025
Publication date : 26/06/2025