Supply of control valves

Control valves 12” up to 16” and its electrical actuators The purpose of the contract is the provision of 7 flanged (ASME B16.5) carbon steel control valves for use in natural gas pipeline transportation systems. The scope includes six (6) valves of 12” and one (1) valve of 16”, designed …

CPV: 42131142 Reguleerklapid, 42132110 Ventiilide elektrilised täiturmehhanismid
Täitmise koht:
Supply of control valves
Auhindade andmise asutus:
Fluxys Belgium n.v.
Auhinna number:
CEAPN2507

1. Buyer

1.1 Buyer

Official name : Fluxys Belgium n.v.
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Supply of control valves
Description : Control valves 12” up to 16” and its electrical actuators
Procedure identifier : dfd3743b-b00d-43bb-ae68-2d3990837e53
Internal identifier : CEAPN2507
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
Main classification ( cpv ): 42131142 Control valves
Additional classification ( cpv ): 42132110 Electric valve actuators

2.1.2 Place of performance

Country : Belgium
Anywhere in the given country

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CEAPN2507 - 1
Description : The purpose of the contract is the provision of 7 flanged (ASME B16.5) carbon steel control valves for use in natural gas pipeline transportation systems. The scope includes six (6) valves of 12” and one (1) valve of 16”, designed in accordance with IEC 60534 or ASME B16.10. All valves shall be delivered with EN 10204 type 3.1 material certificates. Suppliers shall also offer, as an option, EN 10204 type 3.2 certification, with the cost indicated separately in the bid. The valve curve shall be of linear or equal% type (Admissible valve types are axial valves, plug valves, globe valves and cage ball valves. Excluded valve types: Butterfly valves, choke flow valves, angle valves). Each valve shall be equipped with an electrical actuator. Preferred actuator brands are AUMA or Schiebel. Valves shall be configured as “fail as is” and comply with applicable ATEX directives. The actuator-valve assembly shall provide sufficient resolution to enable accurate flow control. Actuator step size must ensure proportional correlation between valve position and flow rate.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 42131142 Control valves
Additional classification ( cpv ): 42132110 Electric valve actuators

5.1.2 Place of performance

Country : Belgium
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : Please consult the document ‘User Manual – process Upload Request – Qualification Phase’ for more information (Link in Article 5.1.11). A PDF of the request to participate and all requested annexes shall be uploaded on the Coupa Supplier Portal. Each candidate will have to request via procurement@fluxys.com access to the appropriate protected folder on this platform. The requests to participate shall clearly mention the candidate's full name, including the company number, VAT number, full address and legal form. Requests to participate must be structured as follows: 1. Name of Bidder 2. Legal form of company 3. Date of registration 4. Country of registration 5. Registration number 6. VAT number 7. Registered address of company 8. Person(s) authorized to sign contracts (together or alone) on behalf of the company [Surname, forename, title (e.g. Dr, Mr, Ms), function (e.g. Manager...) ] 9. Contact person: [Surname, forename, title (e.g. Dr, Mr, Ms), function (e.g. Manager...), phone number, address, e-mail] 10. Requested information about each above-mentioned selection criterium. Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 1. Tenders or requests to participate may be submitted by a group of economic operators who will not be required to adopt a particular legal form prior to the award of the contract. A letter of consent between the members of the group should be included in the request to participate and all the information required under the contract notice should be provided for each member of the group. In the case of a joint tender, all members of the group assume joint and several liability towards Fluxys for the performance of the contract as a whole, i.e. both financial and operational liability. The operators forming a group must designate one of them as a single point of contact (SPOC) towards Fluxys for the administrative, financial and operational management of the contract. Furthermore, the operators forming a group should provide information on the role of each member of the group. After the award, Fluxys will sign the contract either with all members of the group, or with the SPOC on behalf of all members of the group, authorized by the other members via powers of attorney. 2. In order to prove its economic, financial, technical or professional capacity, an economic operator may rely on the capacity of other entities, whatever the legal nature of the link between itself and those entities. The economic operator must prove to Fluxys that the necessary resources will be available to it, by delivering a written undertaking by the other entity to that effect.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The candidate must have the necessary economic and financial standing to perform the contract. Proof of the candidate's economic and financial standing may be furnished by one or more of the following references: - the presentation of financial statements or extracts from the financial statements, where publication of financial statements is required under the law of the country in which the economic operator is established; - a statement of the economic operator's overall turnover of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading. This criterion applies to the candidate as a whole, i.e. through the combined capacity of all members of the group in case of a group of economic operators.
Criterion : Average yearly turnover
Description : The candidate must have an average yearly turnover of at least EUR 1.000.000,00.
Criterion : Financial ratio
Description : In reference to financial statements to be provided, the following financial ratio’s shall be met: • Current ratio (i.e. current assets divided by current liabilities) must be above 0,9; • Solvency ratio (i.e. equity divided by total assets) must be above 20%. In the event the economic operator does not meet the aforementioned ratio’s and/or the economic operator is not able to provide a parent company guarantee of any other entity pursuant to 5.1.6, it shall provide, latest with Final Offer, an unconditional, irrevocable and first demand bank guarantee as per Belgian law in the amount of 5% of the total value of the contract for each of the conditions breached, guaranteeing the performance by the economic operator of its obligations arising out of this Contract Notice (if the contract were not to be awarded to the economic operator; such bond will be ended during Stand Still period).
Criterion : Professional risk indemnity insurance
Description : The candidate must also provide evidence of relevant professional risk indemnity insurance which must have a minimum coverage of EUR 5.000.000,00.
Criterion : References on specified deliveries
Description : The candidate must provide a list of control valves (equivalent to scope) supplies carried out over the past three years: minimum 3 references for a minimum value of EUR 250.000,00 each. (In case of a joint tender, the combined capacity of all members is taken into account).
Criterion : References on specified deliveries
Description : The candidate must provide a list of the 10 principal deliveries in Europe effected over the past three years: among these at least 1 is with a TSO (for details on TSO’s in EU, see www.entsog.eu ).
Criterion : Supply chain management
Description : The candidate must provide evidence of systems that the economic operator will be able to apply when performing the contract: ISO 9001:2008 or other ISO standard related to supply chain management certification or equivalent. This criterion applies to each member of the group in case of a group of economic operators.

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : See Invitation To Tender.

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : https://fluxys.coupahost.com/
Languages in which tenders or requests to participate may be submitted : English, French, Dutch
Electronic catalogue : Not allowed
Description of the financial guarantee : See Invitation To Tender if any.
Deadline for receipt of requests to participate : 12/12/2025 14:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : -
Financial arrangement : See Invitation To Tender.

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 : President of the Court of First Instance of Brussels
Information about review deadlines : -
Organisation providing additional information about the procurement procedure : Fluxys Belgium n.v.
Organisation providing offline access to the procurement documents : Fluxys Belgium n.v.

8. Organisations

8.1 ORG-0001

Official name : Fluxys Belgium n.v.
Registration number : 0402954628_2997
Postal address : Avenue des Arts 31
Town : Etterbeek
Postcode : 1040
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 22827211
Internet address : https://www.fluxys.com
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 : FPS Policy and Support
Registration number : BE001
Postal address : Boulevard Simon Bolivar 30 Bte1
Town : Bruxelles
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 740 80 00
Internet address : https://bosa.belgium.be
Roles of this organisation :
TED eSender

8.1 ORG-0003

Official name : President of the Court of First Instance of Brussels
Registration number : 0308357753
Town : Brussels
Postcode : 1000
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : 025087111
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : a689e9d1-bb90-4fd3-b293-3ead415f75ce - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 23/10/2025 00:00 +02:00
Notice dispatch date (eSender) : 23/10/2025 00:00 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00707125-2025
OJ S issue number : 206/2025
Publication date : 27/10/2025