Framework agreement concerning THT Gas Chromatograph

Through the establishment of the tendered framework agreement, the Contracting Authority wants to purchase systems for measuring THT (Tetrahydrothiophene) in natural gas. The Supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. For further details regarding the purchase, reference is made to the tender documents. The value of …

CPV: 38432100 Gas-analysis apparatus, 38432210 Gas chromatographs, 38545000 Gas-testing kits, 39340000 Gas network equipment, 39341000 Gas pressure equipment, 51210000 Installation services of measuring equipment
áit fhorghníomhaithe:
Framework agreement concerning THT Gas Chromatograph
clárlann:
Energinet Gastransmission A/S
uimhir dámhachtana:
24/06105

1. Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement concerning THT Gas Chromatograph
Description : Through the establishment of the tendered framework agreement, the Contracting Authority wants to purchase systems for measuring THT (Tetrahydrothiophene) in natural gas. The Supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. For further details regarding the purchase, reference is made to the tender documents. The value of the framework agreement is expected to amount to EUR 5.000.000. The estimated consumption during the term of the framework is expected to amount to 12 (twelve) Instrument packages for THT Gas Chromatograph in total. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The framework agreement consists of an initial call-off of 2 (two) instrument packages. The initial call-off will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. 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 agreement section 1.3.
Procedure identifier : b01b84e0-f9b3-493f-8f7d-9437d0071218
Internal identifier : 24/06105
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38432100 Gas-analysis apparatus
Additional classification ( cpv ): 38545000 Gas-testing kits
Additional classification ( cpv ): 39340000 Gas network equipment
Additional classification ( cpv ): 39341000 Gas pressure equipment
Additional classification ( cpv ): 51210000 Installation services of measuring equipment

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Danmark – 6040 Egtved, 5250 Bellinge, 7400 Herning og 4600 Køge

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 7 000 000 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 concern-ing Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered. Regarding Access to Appendix 2.4 – Cyber Security Requirements for components is restricted due to the document's confidential nature. It is available only upon signing of the Non-Disclosure Agreement (doc. no. 24/06105-26) attached to the Tender Documents. Access to this document will be granted after the prequalification of the applicants. The link to the remaining Tender Documents is available here: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=432411&B=
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction ren-dered 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 “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 Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises for-eign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and availa-ble already in connection with the prequalification. The EU Com-mission 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
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 organized crime (OJ L 300, 11.11.2008, p. 42). 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 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 certifi-cates 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 “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 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
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 “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 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 availa-ble already in connection with the prequalification. The EU Com-mission 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 ob-tained from: https://ec.europa.eu/tools/ecertis/#/search
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1). 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 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 certifi-cates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : § 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 Agreement or other trade agreements obliging Denmark to open the public procurement market to tenderers established in that country.
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? 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 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
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 appli-cants/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 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
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 ter-rorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also in-cludes 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 “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 Con-tracting Authority that the time frame for receipt of this documen-tation 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 certifi-cates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement concerning THT Gas Chromatograph
Description : Through the establishment of the tendered framework agreement, the Contracting Authority wants to purchase systems for measuring THT (Tetrahydrothiophene) in natural gas. The Supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. For further details regarding the purchase, reference is made to the tender documents. The value of the framework agreement is expected to amount to EUR 5.000.000. The estimated consumption during the term of the framework is expected to amount to 12 (twelve) Instrument packages for THT Gas Chromatograph in total. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The framework agreement consists of an initial call-off of 2 (two) instrument packages. The initial call-off will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. 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 agreement section 1.3.
Internal identifier : 24/06105

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 38432210 Gas chromatographs
Additional classification ( cpv ): 38432100 Gas-analysis apparatus
Additional classification ( cpv ): 38545000 Gas-testing kits
Additional classification ( cpv ): 39340000 Gas network equipment
Additional classification ( cpv ): 39341000 Gas pressure equipment
Additional classification ( cpv ): 51210000 Installation services of measuring equipment
Options :
Description of the options : The framework agreement can be extended for (2x2 years) by a written notice to the Supplier no later than 3 months before the termination of the Agreement.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Danmark – 6040 Egtved, 5250 Bellinge, 7400 Herning og 4600 Køge

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2x2

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Euro
Maximum value of the framework agreement : 7 000 000 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 concern-ing Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered. Regarding Access to Appendix 2.4 – Cyber Security Requirements for components is restricted due to the document's confidential nature. It is available only upon signing of the Non-Disclosure Agreement (doc. no. 24/06105-26) attached to the Tender Documents. Access to this document will be granted after the prequalification of the applicants. The link to the remaining Tender Documents is available here: https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=432411&B=

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : 2.2.2 Economic and financial standing
Description : The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) 2. Equity ratio (equity/total assets). This must be stated with two decimals. If the applicant relies on the capacities of one or more entities (e.g., an affiliated company or a subcon-tractor) 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 to economic and financial standing: Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 375.000. Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : 2.2.3 Technical and professional ability
Description : The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to five (5) most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) years back-wards 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 de-livered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should include: o A specific description of the work performed for each reference, including: o Type of gas analyzed o The handling and storage of data o Type of instruments and components used for the instrument package o Contract value (if possible) o Contact information for the entity in question (including contact person) o Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined. If more than 5 references are submitted, the Contracting Authority will only consider the 5 most recent references determined by date of final delivery (in this case not yet finished references will not be included). If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and pro-fessional ability is met. Minimum requirement to technical and professional ability: There are no minimum requirements to technical and professional ability. 2.3 Selection of applicants If more three [3] applicants fulfill the minimum requirements, cf. section 2.2.3, the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Delivery of Gas Chromatograph for analyzing THT or gas similar to THT in connection with natural gas
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices must be stated in appendix 3: Schedule of Prices (doc. no. 24/06105-15) 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. When evaluating 'Price', the Contracting Authority will evaluate the grand total price for evaluation, cf. the Schedule of Prices. The tenderer must fill out all yellow cells in appendix 3: Schedule of Prices (doc. no. 24/06105-15) in order to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Technical Solution
Description : The tenderer must include a completed appendix 2.5: Solution description (doc. no. 24/06105-14) which demonstrates the level of fulfillment of the specifications requested by the Contracting Authority, including any deviations in the proposed solution. Furthermore, the tenderer must include a detailed description of the tendered solution regarding the main elements and especially the tenderer should document: a) Instrument packages • Drift/accuracy/repeatability evaluation • Certificates of international standards and third parties • Performance evaluation rapports from third party testing laboratories for offered instruments • Description of Calibration b) Programming and configuration • Images showing the programming/configuration software screens with an explanation of the basic functions of each icon/menu • A printable report of the parameterizations/configurations to the instrument • Programming documentation with comments/explanations c) Gas Sampling and Conditioning System • A sample system sketch and lag-time calculation adapted to these measures, showing volumes of all filters, t-branched and tubes d) Data connection and data storage • A description of data connection and data storage The tenderer must use the Clarification List (doc. no. 24/06105-20). The proposed deviations to the technical solution must be stated in the spreadsheet marked “Technical clarification” and should be explicit and with explanation as to why they are made. In the evaluation of “Technical solution”, the Contracting Authority will evaluate the extent to which the tenderer complies with appendix 2: Scope of Work (doc. no. 24/06105-9), including the scope and content of any deviations in relation thereto. Any deviations may lead to a reduction to the score depending on the content, clarity, and consequence. In this context, the elements listed below are of particular importance: a) Instrument packages • It will be evaluated positively if the THT Gas Chromatograph is tested by an independent testing organization and that the accredited calibration certificate is traceable to international standards. • It will be evaluated positively if the THT Gas Chromatograph can both be automatically calibrated and perform manually selected calibration. b) Programming and configuration • It will be evaluated positively if the configuration of the THT Gas Chromatograph is clear and logically structured e.g., a software interface with grouped settings and clearly labeled menus for easy navigation. c) Gas Sampling and Conditioning System • It will be evaluated positively if the location of the pressure reduction points is close to the sampling point, to minimize gas transport time. • It will be evaluated positively if the offered solution designs the sampling system without T-branches, dead ends, or oversized filters, to minimize gas transport time. d) Data connection • It will be evaluated positively if the data connection and communication of the THT Gas Chromatograph can be adapted to the systems of the Contracting Authority, e.g., the data connection uses standard Modbus over TCP/IP, and the data and alarms are accessible to the Contracting Authority’s network and SCADA-system. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Cyber Security
Description : The tenderer must include a completed Appendix 2.4: Cyber Security Requirements for components (doc. no. 24/06105-13) which documents the tenderer’s fulfillment of the Contracting authority’s Cyber Security requirements, including any deviations in the proposed solution. Any deviations from the Cyber Security Requirements must be specified in Appendix 2.4 and explained in detail. In the evaluation of “Cyber Security”, the Contracting Authority will evaluate the extent to which the tenderer complies with Appendix 2.4: Cyber Security Requirements for components (doc. no. 24/06105-13). All deviations will be included in the evaluation, and any deviations may lead to a reduction to the score depending on its clarity, content, and consequence. In this regard it is explicitly noted that deviations to access control and logging requirements are of particular significance in the evaluation. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Emissions
Description : As part of the evaluation the tenderer must state the total sample gas usage of the THT Gas Chromatograph and sample system in cc/min. The tenderer must include the calculation of the total sample gas usage. The calculation must be based on a case comprising a single sampling point with a cabinet that has a 15-meter sample line between the THT Gas Chromatograph and the sampling location. The evaluation of the sub-criterion “Emissions” will be based on the stated total sample gas usage as offered by the tenderer. A total sample gas usage of the THT Gas Chromatograph and sample system of 500 cc/min or under will result in a score of 10, whereas a total sample gas usage of 1000 cc/min or over will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Delivery time
Description : As part of the evaluation the tenderer must state the maximum guaranteed delivery time from Signing of specific Agreement under Framework Agreement till Acceptance of all documentation (milestone 1 to 6). The delivery time must be stated in appendix 4 Time and Payment Schedule (doc. no. 24/06105-16). It should be noted the guaranteed delivery time stated by the tenderer will be penalized in the contract, cf. General Terms and Conditions (doc. no. 24/06105-6), section 15. The evaluation of the sub-criterion “Delivery time” will be based on the stated delivery time as offered by the tenderer. A delivery time of 40 weeks or under will result in a score of 10, whereas a delivery time of 52 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation. An offered delivery time above 80 weeks will not be accepted and will result in the tender being considered as non-compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Contract terms
Description : Tenderer can include a list of proposed deviations to the attached contract terms. The contract terms are defined as below: • Framework Agreement (doc no. 24/06105-7), • Agreement under the Framework Agreement (doc. no. 24/06105-8), • General Terms & Conditions for Woks (doc. no. 24/06105-6), The tenderer must use the Clarification List (doc. no. 24/06105-20). The proposed deviations to the contract 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. With the exception of the above-mentioned clauses and sections in sub-section 3.7.1 in this document, which are not part of the evaluation of 'Contract terms', it is possible for the tenderer to make explicit and well-explained deviations. 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-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=432411&B=

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 requests to participate : 12/06/2025 10:00 +00:00
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 : See template for framework agreement
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender material The tenderer's legal form is not required. If applications and tenders are submitted by a consortium, all participants in the consortium must be jointly and severally liable for the performance of the contract and a consortium member must be appointed with whom a binding agreement can be concluded on behalf of the consortium”

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 prequalified 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 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 Gastransmission A/S -
Organisation providing offline access to the procurement documents : Energinet Gastransmission A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Energinet Gastransmission A/S -
Organisation processing tenders : Energinet Gastransmission A/S -

8. Organisations

8.1 ORG-0001

Official name : Energinet Gastransmission A/S
Registration number : 39315084
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - B
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation 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) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : b77db810-8037-47b1-b80c-ee70a9fe9f92 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/05/2025 13:42 +00:00
Notice dispatch date (eSender) : 21/05/2025 14:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00333337-2025
OJ S issue number : 99/2025
Publication date : 23/05/2025