Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone

The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and …

CPV: 71000000 Services d'architecture, services de construction, services d'ingénierie et services d'inspection, 71631000 Services d'inspection technique, 79132000 Services de certification
Lieu d'exécution:
Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Service d'adjudication:
Energinet Brint A/S
Numéro d'adjudication:
25/06071

1. Buyer

1.1 Buyer

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

1.1 Buyer

Official name : Energinet
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Eltransmission A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Systemansvar A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Datahub A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

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

1.1 Buyer

Official name : Gas Storage Denmark 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 : Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Description : The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and testing of the installed components; including sufficient documentation and due diligence to meet all necessary internal guidelines, and external governance such as directives, executive orders, standards, codes and established industry guidelines. These directives and the like form the basis of the ‘Project Compliance Plan. The Contracting Authority wants to purchase verification and certification services from an independent, third-party agency in order to satisfy those verification and certification requirements laid down under the compliance plan. The full scope of services of the design & installation contractors, including a full description of all known project constraints against which the Project shall be Verified or Certified, is included in this document package. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of five (5) years. The framework agreement can be extended with two (2) years + one (1) years. Subsequent contracts under the framework agreement will be awarded directly to the supplier who submitted the most economically advantageous tender, see section 4.1. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Procedure identifier : f71d1ffc-8905-451d-ad9d-a6a444b7acee
Internal identifier : 25/06071
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 six (6) months as 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 six (6) months from the specified time limit for these revised tenders.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 79132000 Certification services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : 7000 Fredericia

2.1.3 Value

Estimated value excluding VAT : 13 000 000 Euro

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 appli-cants". 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

Sources of grounds for exclusion : Notice
Corruption : Has the economic operator itself or any person who is a member of its adminis-trative, 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 involv-ing 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. " For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individ-ual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connec-tion with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
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). For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individ-ual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connec-tion with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authori-ties to deal with different forms of documentary evidence required when ten-dering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
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). For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of infor-mation to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
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). For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connec-tion with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of infor-mation to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
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. For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Child labour and including 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). For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where appli-cable, see definitions in national law, the relevant notice or the procurement documents.
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, and d) 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?
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 contract-ing authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Breaching of obligations set under purely national exclusion grounds : § 134 a. A contracting entity shall 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 non-cooperative jurisdictions for tax purposes and has not acceded to the WTO's Government Procurement Agree-ment or other trade agreements obliging Denmark to open the public procure-ment market to tenderers established in that country.
Breaching obligation relating to 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? For Danish applicants/tenderers the documentation is entailed in the “Service-attest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Breaching obligation relating to 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? For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authori-ty that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Description : The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and testing of the installed components; including sufficient documentation and due diligence to meet all necessary internal guidelines, and external governance such as directives, executive orders, standards, codes and established industry guidelines. These directives and the like form the basis of the ‘Project Compliance Plan. The Contracting Authority wants to purchase verification and certification services from an independent, third-party agency in order to satisfy those verification and certification requirements laid down under the compliance plan. The full scope of services of the design & installation contractors, including a full description of all known project constraints against which the Project shall be Verified or Certified, is included in this document package. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of five (5) years. The framework agreement can be extended with two (2) years + one (1) years. Subsequent contracts under the framework agreement will be awarded directly to the supplier who submitted the most economically advantageous tender, see section 4.1. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Internal identifier : 25/06071

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 79132000 Certification services
Options :
Description of the options : The framework agreement can be extended with two (2) years + one (1) years.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : 7000 Fredericia

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 13 000 000 Euro
Maximum value of the framework agreement : 26 000 000 Euro

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 appli-cants". 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.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
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 (e.g., an affiliated company or a subcontractor) or the applicant is a group of economic operators (e.g., a consortium) 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 opera-tors. Minimum requirement: Equity from the latest annual report must, at the time of prequalification, be at least 20.000.000 EUR Equity ratio from the latest annual report must, at the time of prequalification, be at least 15 pct.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified works
Description : The suitability of applicants fulfilling the minimum requirements to economic and financial standing will be assessed based on technical and professional ability. The ability will be assessed based on refer-ences which can be filled in ESPD part IV.C. The applicant is allowed to submit 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, cf. section 2.3. The references should include assignments with relevancy to the scope of services and with focus on verification of pipeline, plant and process equipment, testing and commissioning, see for further in section 2.3. By filling in the recommended Enclosure C - FIXED FORMAT for ESPD or the ESPD part IV.C, the follow-ing is to be included: o The reference title o Name of the Client o Activity type o Scope of the activity type o Contract value (if possible) o Date of activity start o Date of activity end or the final delivery (day, month, year) if the activity is still on-going o Contact information for the entity in question (including contact person) Any ambiguities and/or incomprehensibility 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 possi-ble to copy paste text into the box. If the applicant is relying on the capacity of other entities or the applicant is a group of economic opera-tors the maximum number of references to be submitted must still be respected and cannot exceed five (5) when combined. If more are submitted, the Contracting Authority will only consider the 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 infor-mation concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity.
Criterion : Other economic or financial requirements
Description : If more than three (3) applicants fulfill the minimum requirements, cf. section 2.2.3, the Contracting Authority will prequalify the three (3) – four (4) 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 c.f. section 2.2.3. The assessment of the references will be based on to which extent the references demonstrate exten-sive experience with deliveries comparable to the tendered assignment cf. section 1.4 regarding solu-tion, complexity, scope and purpose, especially concerning: • Number of relevant projects • Experience with hydrogen pipeline projects and/or related hydrogen experience • Experience with projects with novel or emerging technologies • Experience with crack growth assessment including experience with crack growth assessment software(s) • Experience with plants e.g. Pig launcher and receiving stations, pressure regulating station and metering stations and L/V-stations • Experience with onshore pipeline projects, including experience with no-dig technology e.g. HDD crossings
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 : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Solution description
Description : Documentation: The tenderer must enclose a detailed ‘Solution Description’ for the contract tendered in relation to all elements as requested in Enclosure D – Guideline on content of the “Solution Description”. Responses in relation to the ‘Solution Description’ should be a general description of the interpretation of the Tenderer to the requested Scope of Services and contain as a minimum all information requested in Enclosure D. Reponses shall be dis-cussed as a part of the negotiation and clarification meet-ing(s). The response can be otherwise unconstrained but must be a maximum of twenty (20) A4 pages, including 2,400 characters spaced per A4 page or a total number of characters of 48,000 distributed over the twenty (20) pages. If the scope of the response exceeds the maximum number of pages, only the first twenty (20) pages will be considered in the assessment, or if the number of characters exceeds 48,000 characters, then only the material within this impact limit will be evaluated. Front page and table of contents do not count. Evaluation: The evaluation of the “Solution description” will depend upon the content and level of detail of the proposed solution description in relation to fulfilment of the Scope of Services. It will be evaluated highly positively if: • The description demonstrates a high level of ability to identify relevant activities and challenges in relation to the topics raised in Enclosure D • The description proposes appropriate and specific methods, tools and processes for managing verification and certification services An overall evaluation of this sub criterion will be made. For the sub‐criteria “Solution description” it is a minimum re-quirement that the tenderers reach a minimum score of four (4), cf. section 3.7.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : CV and Organization
Description : For the evaluation of this sub-criteria the following should be enclosed: • One (1) CV for the Project Manager • One (1) CV for the discipline lead for the WP “Detailed design” • One (1) CV for the discipline lead for the WP “Fabrication and manufacture” • One (1) CV for the discipline lead for the WP “Installation and construction” • One (1) CV for the discipline lead for the WP “Testing and pre-commissioning” It is of high importance that the categories 1, 2 and 3 shall be represented within the requested amount of five (5) CVs. A CV is not to be reused, and the Client therefore requests five (5) independent CVs. All submitted CVs shall be numbered from 1-5 and this number must be transferred as a reference in Enclosure C – Price List (doc. 25/06071-9). No CVs shall be submitted in categories 4 and 5. The submitted CVs demonstrated will be recognized as the key personnel offered to the Client for the period of the framework agreement and Agreement under the Framework Agreement. The CVs should include a detailed description of experience and competences of relevance to the tendered assignment considering the position for which the key person is proposed (e.g. experience within that position, experience with similar assignments etc.). Max. number of pages per CV is limited to three (3) pages, if the CV contains more than three (3) pages only the first three (3) pages will be evaluated. The tenderer should enclose a detailed description of the project specific organizational structure which will be allocated to major phases of the assignment (detailed design, fabrication & manufacture, construction, installation and testing), including: o Level of involvement of the key personnel and how the competences of the key personnel will be used for the specific assignment o How the key personnel complement each other within the organization structure o How external interfaces are administrated, including how subcontractors (if any) will be involved and administrated. o The availability and structure of additional expert or ‘second line’ support o How lines of communication internally and externally will be handled appropriately and efficiently The description “Organization” must not exceed six (6) A4 pages. If the scope of the response goes beyond the maximum number, only the first six (6) pages will be considered in the assessment of each sub-agreement. The front page and table of contents do not count. Further to the detailed description of “Organization”, the tenderer should include a visual chart illustrating the organizational structure. This is not a part of the six (6) pages. Evaluation: The evaluation of “CVs” will be based on the demonstrated com-petences and experiences in the included CVs with respect to the tendered assignment and the specific role of the key person, including to which degree the individual key personnel will be involved in the fulfillment of the assignment and how they complement each other. It will be evaluated highly positively if the CV demonstrates: • Experience with hydrogen projects or equivalent using emerging technologies • Experience, competencies and expertise regarding re-view of project documentation within all elements of pipeline, plant and process equipment • The ability to work under DNV-SE-0474, DNV-SE-0471, DNV-SE-0479 and DNV-SE-0656 (alternatives must demonstrate equivalence) • Experience and familiarity with working within Danish legislation and working practices • Experience with Codes, Standards, Guidelines and In-dustry Practices of relevancy with respect to gas transport, storage and processing, including (for exam-ple) ATEX, LVD, PED, fire-safety. The evaluation of “Organization” will be based on whether the proposed organizational structure is operationally efficient and has clear lines of communication taking into consideration the scope of the assignment. It will be evaluated highly positively if the description of organization demonstrates: • An organizational structure, which demonstrates the ability to provide the requested verification and certifi-cation services throughout the period of contract • An active, accredited, integrated risk, safety and quality management system • Accreditation to as many of the relevant directives, ex-ecutive orders, codes, standards and guidelines, as pos-sible e.g. Accreditation to: PED module G (EU), Danish Executive Order 99 (DK) and/or Danish Executive Order 498 (DK) • Demonstrated ‘Organizational Readiness’ through ac-tive participation with research or joint-industry pro-jects related to this assignment. An overall evaluation will be made of this sub-criterion. For all other sub‐criteria than “Price” it is a minimum require-ment that the tenderers reach a minimum score of four (4) to be com-pliant, cf. section 3.7.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Price
Description : Documentation: Prices must be stated in the attached Enclosure E - Price List (Doc. 25/06071-9) 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 EUR. Evaluation: When evaluating 'Price', the Contracting Authority will evaluate the total weighted hourly rates (for evaluation purposes), cf. the Price List item 500.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contract
Description : Documentation: The tenderer must as part of the sub-criterion “Contract Terms” include the following (if applicable): • A list of proposed deviations to the attached contractual terms, cf. legal documents: the Framework Agreement (doc.no. 25/06071-7), the Agreement under the Framework Agreement (doc.no. 25/06071-13) and the General terms and Conditions for Verification and Certification Services (doc.no. 25/06071-13), which shall be stated in the “Clarification List” under the sheet “Legal”. The proposed deviations should be explicit and with explanation as to why they are made. Evaluation: The tendered assignment must be performed on the basis of the attached Contract Terms. With the exception of the following sections in: • The legal conditions stated in the Framework Agreement (doc.no. 25/06071-7) o Clause 2 (Documents forming the Agreement) o Clause 14 (Disputes and Applicable Law) • The legal conditions stated in the Agreement under the Framework Agreement (doc.no. 25/06071-13) o Clause 2 (Documents forming the Agreement) • The legal conditions stated in the General terms and Conditions for Verification and Certification Services (doc.no. 25/06071-13) o Sub-clause 6.13 (Invoicing) o Sub-clause 6.14 and 6.15 (Final date for payment and late payment) o Clause 25 (Disputes and applicable law) which is not part of the evaluation of “Contract terms”, as these terms are mandatory, and it is therefore not possible for the tenderer to have deviations to these sections. It is contrary possible for the tenderer to make explicit and well explained deviations to the other sections. Any deviation 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 intend 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 a maximum score of ten (10). For all other sub‐criteria than “Price” it is a minimum requirement that the tenderers reach a minimum score of four (4) to be compliant, cf. section 3.7.1 An overall evaluation will be made of this sub-criterion.
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 : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of expressions of interest : 01/10/2025 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 Draft Framework Agreement
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 in-formed the tenderers in question, that the contracting authority 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 relevant reasons for the decision; 3. 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.
Organisation providing additional information about the procurement procedure : Energinet Brint A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Energinet Brint A/S
Organisation processing tenders : Energinet Brint A/S

8. Organisations

8.1 ORG-0001

Official name : Energinet Brint A/S
Registration number : 45435326
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
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) : Vestjylland ( DK041 )
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) : Byen København ( DK011 )
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 : Energinet
Registration number : 28 98 06 71
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : 70102244
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Energinet Eltransmission A/S
Registration number : 39 31 48 78
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Energinet Systemansvar A/S
Registration number : 39 31 49 59
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Energinet Datahub A/S
Registration number : 39 31 50 41
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0008

Official name : Energinet Gastransmission A/S
Registration number : 39 31 50 84
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Gas Storage Denmark A/S
Registration number : 29 85 12 47
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0010

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 : 4c546d89-185e-4fc5-83b5-080ab1543429 - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 08/09/2025 08:12 +00:00
Notice dispatch date (eSender) : 08/09/2025 11:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00588276-2025
OJ S issue number : 172/2025
Publication date : 09/09/2025