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
Previous notice : aff32535-4a15-432e-accf-b0bd8bd010ca-01
Internal identifier : 25/07216 - Cancelled
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

Call for competition is terminated
Additional information : Please be advised that the contracting authority has decided to cancel the present tender procedure. This decision has been made because budget approval for the high-pressure pump unit for brine injection has not been obtained.
Legal basis :
Directive 2014/25/EU

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 - Cancelled

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

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Please be advised that the contracting authority has decided to cancel the present tender procedure. This decision has been made because budget approval for the high-pressure pump unit for brine injection has not been obtained.

5.1.7 Strategic procurement

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

5.1.12 Terms of procurement

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.

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

6. Results

6.1 Result lot ldentifier : LOT-0000

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

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0

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

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

11. Notice information

11.1 Notice information

Notice identifier/version : ab7eba10-84cb-4f1d-9687-b840650c283d - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 26/06/2025 15:25 +00:00
Notice dispatch date (eSender) : 26/06/2025 15:26 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00419585-2025
OJ S issue number : 122/2025
Publication date : 30/06/2025