Open procedure for the replacement of the battery rooms for the electric ferry E/F Ellen at Ærøfærgerne

This invitation to tender concerns a contract for the replacement of the two (2) battery rooms on Ærøfærgerne’s electric ferry E/F Ellen. The replacement is to include the replacement of an adequate fire suppression system, as well as annual test of State of Health during the Tenderers offered warranty period. …

CPV: 31422000 Patareikomplektid, 31430000 Elektriakud, 31434000 Liitiumakud, 31440000 Patareid
Tähtaeg:
okt. 7, 2025, 8 e.l.
Tähtaja tüüp:
Pakkumise esitamine
Täitmise koht:
Open procedure for the replacement of the battery rooms for the electric ferry E/F Ellen at Ærøfærgerne
Auhindade andmise asutus:
Ærø Kommune
Auhinna number:
defb9e76-1537-44bc-80e1-8501ff252542

1. Buyer

1.1 Buyer

Official name : Ærø Kommune
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Open procedure for the replacement of the battery rooms for the electric ferry E/F Ellen at Ærøfærgerne
Description : This invitation to tender concerns a contract for the replacement of the two (2) battery rooms on Ærøfærgerne’s electric ferry E/F Ellen. The replacement is to include the replacement of an adequate fire suppression system, as well as annual test of State of Health during the Tenderers offered warranty period.
Procedure identifier : d9aa3886-7333-42af-b714-72d7d2d893f5
Internal identifier : defb9e76-1537-44bc-80e1-8501ff252542
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works, Services
Main classification ( cpv ): 31422000 Battery packs
Additional classification ( cpv ): 31430000 Electric accumulators
Additional classification ( cpv ): 31434000 Lithium accumulators
Additional classification ( cpv ): 31440000 Batteries

2.1.2 Place of performance

Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark

2.1.4 General information

Additional information : Duration of the contract: The duration of the contract is minimum 10 years. The Tenderer can choose to offer 15 years of warranty instead. In this case the duration of the contract will be 15 years. NIS 2 Directive: The Contracting Authority is obliged by the NIS 2 Directive. As a supplier to an entity that is covered by the Nis 2 directive, the Supplier is obliged to complete the Delivery in such a way, that the Contracting Authority are in compliance with the rules of the NIS 2 directive to the extent that the rules prescribe. Grounds for exclusion according to § 134 a of the Public Procurement Act: Is the economic operator established in a country that is on the EU list of non cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to bidders established in the country in question. The Contracting Authority must also exclude economic operators who are subject to the EU's sanctions in accordance with EU Regulation No. 833/2014 as amended, Article 5k on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine. Lots: The Contracting Authority has decided not to divide the Agreement into lots. Based on the financial circumstances, the Contracting Authority has estimated that more favourable prices can be achieved with one overall Contract. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – the opportunity to submit tenders. Questions/answers: The Applicant/Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question-and-answer document, see Contract Appendix 25 – Questions & answers. According to the time schedule in clause 1.7, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the tender deadline, will generally not be answered. The Contracting Authority's reservations: The Contracting Authority reserves the right to cancel the tendering process. Verification of information in the ESPD: The Tenderer, other entities and associations must, at the Contracting Authority’s request, submit documentation for the information provided in ESPD in accordance with Sections 144 and 152 of the Danish Public Procurement Act. How this documentation must be submitted is described in clauses 2.3.1 and 2.3.2. The Contracting Authority is entitled, but not obliged, to request the Tenderer, the association’s participants or other entities to supplement or specify the received documentation, see Section 151(4) of the Danish Public Procurement Act. Documentation for not being covered by grounds for exclusion: If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk The service certificate must be maximum six (6) months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Information provided in the ESPD Part IV – Selection criteria are verified as follows: • Submission of further documentation is not required for references, but the Contracting Authority reserves the right to obtain confirmation of the correctness of the references from the customers stated in the references.
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Open procedure for the replacement of the battery rooms for the electric ferry E/F Ellen at Ærøfærgerne
Description : This invitation to tender concerns a contract for the replacement of the two (2) battery rooms on Ærøfærgerne’s electric ferry E/F Ellen. The replacement is to include the replacement of an adequate fire suppression system, as well as annual test of State of Health during the Tenderers offered warranty period.
Internal identifier : 36aefb64-210e-411b-bd1b-860fb1c1c06a

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Works, Services
Main classification ( cpv ): 31422000 Battery packs
Additional classification ( cpv ): 31430000 Electric accumulators
Additional classification ( cpv ): 31434000 Lithium accumulators
Additional classification ( cpv ): 31440000 Batteries
Quantity : 2 piece

5.1.2 Place of performance

Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 10 Year

5.1.4 Renewal

Maximum renewals : 0

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 : Duration of the contract: The duration of the contract is minimum 10 years. The Tenderer can choose to offer 15 years of warranty instead. In this case the duration of the contract will be 15 years. NIS 2 Directive: The Contracting Authority is obliged by the NIS 2 Directive. As a supplier to an entity that is covered by the Nis 2 directive, the Supplier is obliged to complete the Delivery in such a way, that the Contracting Authority are in compliance with the rules of the NIS 2 directive to the extent that the rules prescribe. Grounds for exclusion according to § 134 a of the Public Procurement Act: Is the economic operator established in a country that is on the EU list of non cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to bidders established in the country in question. The Contracting Authority must also exclude economic operators who are subject to the EU's sanctions in accordance with EU Regulation No. 833/2014 as amended, Article 5k on restrictive measures on the basis of Russia's actions that destabilize the situation in Ukraine. Lots: The Contracting Authority has decided not to divide the Agreement into lots. Based on the financial circumstances, the Contracting Authority has estimated that more favourable prices can be achieved with one overall Contract. Out of consideration for the quality and coherence of the collected assignment for which tenders are invited, it is found expedient to have one overall Contract, as a division into lots, based on market conditions, is not assessed to give additional enterprises – including SMEs – the opportunity to submit tenders. Questions/answers: The Applicant/Tenderer is requested to seek to clarify any ambiguities and uncertainties by asking questions about the invitation to tender. All questions must be asked in ETHICS by clicking ‘Send Questions’ under the ‘Communication’ tab. The dialogue box is then filled in with reference and question. By clicking ‘Send’, the question is forwarded to the Contracting Authority. The Contracting Authority answers questions by uploading a question-and-answer document, see Contract Appendix 25 – Questions & answers. According to the time schedule in clause 1.7, questions received before the deadline for submission of questions will be answered by the Contracting Authority, whereas questions received after the deadline will only be answered if the nature of the question does not make it disproportionately onerous for the Contracting Authority to answer the question within the response deadline. Questions received later than six (6) whole days before the tender deadline, will generally not be answered. The Contracting Authority's reservations: The Contracting Authority reserves the right to cancel the tendering process. Verification of information in the ESPD: The Tenderer, other entities and associations must, at the Contracting Authority’s request, submit documentation for the information provided in ESPD in accordance with Sections 144 and 152 of the Danish Public Procurement Act. How this documentation must be submitted is described in clauses 2.3.1 and 2.3.2. The Contracting Authority is entitled, but not obliged, to request the Tenderer, the association’s participants or other entities to supplement or specify the received documentation, see Section 151(4) of the Danish Public Procurement Act. Documentation for not being covered by grounds for exclusion: If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: • The Enforcement Court vs The Danish Court Administration • The Danish Customs and Tax Administration • The Danish Labour Market Supplementary Pension Fund (ATP) • The Police (the Danish Central Crime Register) o Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate. The service certificate is ordered from Virk.dk The service certificate must be maximum six (6) months old calculated from the date set by the Contracting Authority as the deadline for the submission of a request for documentation. The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received. If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration. If such a sworn declaration is not used in the country in question, a solemn declaration may be used instead. Information provided in the ESPD Part IV – Selection criteria are verified as follows: • Submission of further documentation is not required for references, but the Contracting Authority reserves the right to obtain confirmation of the correctness of the references from the customers stated in the references.

5.1.9 Selection criteria

Sources of selection criteria : European Single Procurement Document (ESPD)

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The sub-criterion ‘price’ will be assessed on the basis of the answers provided by the Tenderer when filling in Appendix 3 – Price List. The evaluation will be based on the Tenderer’s stated prices, exclusive of VAT, but inclusive of all other costs. The total evaluation price is automatically added up in Appendix 3 – Price List.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Performance
Description : This sub-criterion will be evaluated on the basis of the answers provided by the Tenderer in Appendix 2 – Tender Response, section 3.1. The Contracting Authority will evaluate the above demands according to what is stated as being weighted positive for the individual demands, cf. Contract Appendix 2 – Tender Response.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Battery system safety
Description : This sub-criterion will be evaluated on the basis of the answers provided by the Tenderer in Appendix 2 – Tender Response, section 3.2. The Contracting Authority will evaluate the above demands according to what is stated as being weighted positive for the individual demands, cf. Contract Appendix 2 – Tender Response.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Delivery and installation time
Description : This sub-criterion will be evaluated on the basis of the answers provided by the Tenderer in Appendix 2 – Tender Response, section 3.3. The Contracting Authority will evaluate the above demands according to what is stated as being weighted positive for the individual demands, cf. Contract Appendix 2 – Tender Response.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15

5.1.11 Procurement documents

Deadline for requesting additional information : 30/09/2025 21:55 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : The Tenderer must provide a Demand Guarantee as described in Contract Appendix 4 – Payment plan, Penalty, Demand Guarantee and Billing. The Demand Guarantee must be an irrevocable Demand Guarantee issued by an approved financial institution or guarantee insurance business. The Demand Guarantee must be provided on the basis of the Sum of all ordered battery rooms including fire suppression system cf. Contract Appendix 3 – Price List.
Deadline for receipt of tenders : 07/10/2025 08:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, all missing tenderer-related documents may be submitted later.
Additional information : The Contracting Authority is entitled, but not obliged, to request the Tenderer to supplement, specify or complete the application and/or the tender by submitting relevant information or documentation within a reasonable deadline if this can be done in accordance with the Danish Public Procurement Act.
Information about public opening :
Opening date : 07/10/2025 08:00 +00:00
Additional information : There will not be a public opening.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

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 : Complains must be filed with The Complaints Board for Public Procurement within: 1) 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. 2) 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); 3) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into 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 relevant reasons for the decision; 4) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision 5) 20 calendar days starting the day after the contracting authority has notified about its decision, cf. the Public Procurement Act, section 185, subsection 2, 2nd sentence. The Complaints Board for Public Procurement's own complaints guide can be found at www.naevneneshus.dk.
Organisation providing additional information about the procurement procedure : Ærø Kommune
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Klagenævnet for udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for udbud
Telephone : +45 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Ærø Kommune
Registration number : CVR-number: 28856075
Department : Ærøfærgerne
Postal address : Vestergade 1A
Town : Ærøskøbing
Postcode : 5970
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Contact point : Martin Buus Poulsen
Telephone : 53360036
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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 : 7f1a976d-2afc-45e8-a710-39734e37404f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/09/2025 09:21 +00:00
Notice dispatch date (eSender) : 05/09/2025 10:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00583977-2025
OJ S issue number : 171/2025
Publication date : 08/09/2025