CO2 Liquefaction, Storage and Truck Loading Station

Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as the "Employer") hereby invites potential suppliers to participate in the Employer's tender of a contract for the construction of a CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations. To support Aarhus City …

CPV: 45000000 Građevinski radovi, 42100000 Strojevi za proizvodnju i korištenje mehaničke energije, 42120000 Crpke i kompresori, 45250000 Građevinski radovi na energetskim objektima, rudarskim i proizvodnim objektima i građevinama vezanim za naftnu i plinsku industriju, 45252000 Građevinski radovi na uređaju za obradu otpadnih voda, uređaja za pročišćivanje i spalionica otpada , 45255300 Građevinski radovi na plinskom terminalu, 45350000 Strojne instalacije
mjesto izvršenja:
CO2 Liquefaction, Storage and Truck Loading Station
registar:
Kredsløb Holding A/S
nagradni broj:
1077367

1. Buyer

1.1 Buyer

Official name : Kredsløb Holding A/S
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : CO2 Liquefaction, Storage and Truck Loading Station
Description : Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as the "Employer") hereby invites potential suppliers to participate in the Employer's tender of a contract for the construction of a CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations. To support Aarhus City Council's goal to lead the way in the green transition and create a CO2 neutral society by 2030, the Employer is planning to establish a carbon capture plant to capture the flue gas from the entire Lisbjerg plant, consisting of four separate plants, three which are used for the processing of collected waste from (mainly) Aarhus, and one which is used for the processing of biomass (mostly straw). The carbon capture project will form a natural and necessary part of the Employer's ordinary activities, which includes production and distribution of electricity and district heating primarily to citizens in Aarhus Municipality. The carbon capture plant will be designed and built to ensure high CO2 absorption efficiency, low energy consumption, and low environmental impact, and is expected to be based on amine technology. The captured CO2 (and potentially CO2 from other sources of in the future) will need to be cooled to a temperature where it becomes liquid for more efficient transportation from the carbon capture plant to its final storage site. This tender covers the tender procedure for a contract for the construction of a CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations (the "CLP Agreement") in connection with the carbon capture plant in Lisbjerg. Ongoing procurement processes, authority approval processes for other scopes of the carbon capture project, the near-future conclusion of a procurement contract concerning the carbon capture plant, future developments or changes in the Danish Energy Agency's CCS tender, and potential changes to the regulatory framework for carbon capture, transport, and storage, may each affect the tender material, e.g., elements of the scope or the planned time schedule, including the Commencement Date. If necessary due to any such circumstances, the Employer will adjust the tender material and inform the tenderers thereof as soon as practically possible.
Procedure identifier : e0c63105-4a20-4a4a-8492-3fdd44b1e547
Internal identifier : 1077367
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 : The tender will be carried out as a negotiated procedure, in accordance with article 47 of the Utilities Directive. The tender procedure will consist of different phases, namely: 1) Prequalification Phase: Economic operators are invited to submit an application for the purpose of prequalification. 2) Tender and Negotiation Phase: All applicants that are prequalified based on the prequalification criteria will be invited to tender, including submission of relevant materials, first tenders, revised tenders, and a BAFO ("Best And Final Offer") and thus participation in dialogues and/or negotiations. This process is further described in the Tender Conditions, section 9. 3) Evaluation and award: The Employer will evaluate BAFO and award the CLP Agreement. The CLP Agreement is not divided into lots as Kredsløb deems it beneficial for the CLP Agreement to have one service provider covering the liquefaction, storage and truck loading stations to reduce the number of interfaces and to reduce risks in general.

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42120000 Pumps and compressors
Additional classification ( cpv ): 45250000 Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45255300 Gas terminal construction work
Additional classification ( cpv ): 45350000 Mechanical installations

2.1.2 Place of performance

Town : Aarhus
Postcode : 8200
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 150 000 000 Danish krone

2.1.4 General information

Additional information : For economic operators based in Denmark, Kredsløb will require an official certificate issued by the Danish Business Authority (“Serviceattest”) as documentation for not being subject to exclusion grounds. For economic operators not based in Denmark but within the EU, Kredsløb expects to require the relevant documentation as listed in eCertis. If the economic operator is based outside the EU, Kredsløb expects to require (i) extracts from relevant registers or similar documents issued by a competent judicial or administrative authority stating that the economic operator is not subject to any of the exclusion grounds in the Danish Public Procurement Act, section 135(1) and (ii) (a certificate issued by the competent authority in the given country referred to as documentation that the economic operator is not subject to the grounds for exclusion stipulated in the cases stated in section 135 (3) and section 137(1)(2). If the country in question does not issue the relevant documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135 (1) or (3) and section 137(1)(2), those documents or certificates can be replaced by a statement provided under oath. If statements made under oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the economic operator is registered, will be accepted. The documentation provided should not be older than three months counting from the deadline for submission of applications and the deadline for submission of the final tender (BAFO) respectively. However, if longer validity is determined by the authority issuing the documentation or by the economic operator's national law and regulation, longer validity will be accepted. If an economic operator is subject to an exclusion ground, Kredsløb will ask the economic operator to document its reliability, cf. section 138 of the Danish Public Procurement Act, before Kredsløb determines whether the economic operator in question is non-eligible and must be rejected or replaced. Certain parts of the tender material are considered confidential by Kredsløb. Applicants or tenderers must sign the confidentiality agreement included in the tender material to get access to these parts of the tender material. Kredsløb will send the confidential parts of the tender material immediately after receiving and validating a confidentiality agreement signed by a potential applicant or prequalified tenderer.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Bankruptcy : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Corruption : Pursuant to Section 135(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for corruption as defined in Article 3 of convention on combating of corruption involving officials of the European Union and of the EU member states and Article 2(1) of Council Framework Decision 2003 /568/JHA of 22 July 2003 on combating of corruption in the private sector (Official Journal of the European Union 2003, No. L 192, page 54) and corruption as defined by national law in the member state or home country of the applicant or tenderer or in the country in which the applicant or tenderer is established. The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Arrangement with creditors : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Participation in a criminal organisation : Pursuant to Section 135(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for actions committed as part of a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (Official Journal of the European Union 2008, No. L 300, page 42). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Agreements with other economic operators aimed at distorting competition : Pursuant to Section 137(1)(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the contracting authority has sufficient plausible indications to conclude that the applicant or tenderer has concluded agreements with other economic operators for the purpose of distorting competition.
Breaching of obligations in the fields of environmental law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Money laundering or terrorist financing : Pursuant to Section 135(1)(5) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for money laundering or financing of terrorism as defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on prevention of the use of the financial system for the purpose of money laundering or financing of terrorism (Official Journal of the European Union 2005, No. L 309, page 15). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Fraud : Pursuant to Section 135(1)(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities. The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Child labour and other forms of trafficking in human beings : Pursuant to Section 135(1)(6) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for breach of section 262 a of the Danish Penal Code or as regards a judgement issued in another country concerning child labour or other types of human trafficking 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/HJA (Official Journal of the European Union 2011, No. L 101, page 1). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.
Insolvency : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Breaching of obligations in the fields of labour law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Assets being administered by liquidator : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Pursuant to Section 136(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer of the procurement procedure referred to has provided incorrect information, retained information or is unable to submit additional documents in relation to the grounds for exclusion stated in section 135(1 or 3), and, if relevant, in section 137(1)(2 or 7) the fixed minimum requirements for suitability stipulated in sections 140-144 or selection in section 145. In addition, pursuant to Section 137(1)(5), an applicant or tenderer will be excluded if the applicant or tenderer has attempted to interfere with the decision-making process of the contracting authority, where the candidate or tenderer has obtained confidential information which may have resulted in wrongful advantages in relation to the procurement procedure, or where the candidate or tenderer by gross negligence has provided misleading information which may have material influence on decisions on exclusion, assessment of the minimum requirements for suitability, selection or award of contract.
Purely national exclusion grounds : Pursuant to Section 134a of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer is established in a country that is included on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that require Denmark to open the market for public contracts for bids.
Conflict of interest due to its participation in the procurement procedure : Pursuant to Section 136(1) of the Danish Public procurement Act, an applicant or tenderer will be excluded if the contracting authority can prove that in relation to the procurement procedure referred to, a conflict of interest, cf. Section 24(18), cannot be removed effectively by less radical means. Direct or indirect involvement in the preparation of this procurement procedure: Pursuant to Section 136(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the inclusion will entail a distortion of competition as discussed in section 39 as a result of the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure referred to which cannot be removed by less radical means.
Direct or indirect involvement in the preparation of this procurement procedure : Pursuant to Section 136(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the inclusion will entail a distortion of competition as discussed in section 39 as a result of the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure referred to which cannot be removed by less radical means.
Guilty of grave professional misconduct : Pursuant to Section 136(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has in the exercise of its business committed serious neglect which gives rise to doubt as to the integrity of the candidate or tenderer.
Early termination, damages or other comparable sanctions : Pursuant to Section 137(1)(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has committed previous material breach of a public contract, a utility contract or a public works concession, and such breach has resulted in cancellation of the contract referred to or a similar sanction.
Breaching of obligations in the fields of social law : Pursuant to Section 137(1)(1) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has ignored obligations in force in the fields of environmental, social or labour law under EU law, national law, collective agreements or the obligations under environmental, social or labour law deriving from the conventions stated in Annex X to Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC (the Official Journal of the European Union 2014, No. L 94, page 65) or subject to acts adopted by the European Commission under Article 57(4), cf. Article 88, of the Directive. Please refer to "Additional information" below for the required documentation.
Payment of social security contributions : Pursuant to Section 135(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if it has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to social security contributions under Danish law or under the law of the country in which the applicant or tenderer is established, unless the exceptions in Sections 135(4) and (5) apply. Please refer to "Additional information" below for the required documentation.
Business activities are suspended : Pursuant to Section 137(1)(2) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, where the assets of the applicant or tenderer is being administered by a receiver or by court if the applicant or tenderer has entered an arrangement with creditors, where the commercial activities of the candidate or tenderer has been discontinued, or where the applicant or tenderer is in a similar situation under a similar procedure under national law in the jurisdiction in which the candidate or tenderer is registered. Please refer to "Additional information" below for the required documentation.
Payment of taxes : Pursuant to Section 135(3) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if it has unpaid overdue debt of DKK 100,000 or more to public authorities in relation to tax or duties under Danish law or under the law of the country in which the applicant or tenderer is established, unless the exceptions in Sections 135(4) and (5) apply. Please refer to "Additional information" below for the required documentation.
Terrorist offences or offences linked to terrorist activities : Pursuant to Section 135(1)(4) of the Danish Public Procurement Act, an applicant or tenderer will be excluded if the applicant or tenderer has been convicted or fined by final judgement for acts of terror or criminal acts related to terrorist activities within the meaning of Article 1, 3 and 4, respectively, of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (Official Journal of the European Union 2002, No. L 164, page 3) and amending Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (Official Journal of the European Union 2008, No. L 330, page 21). The same applies where a person who has been convicted by final judgement or who has been fined for such an action is a member of the board, management or supervisory committee of the applicant or tenderer. Further, the applicant or tenderer must be excluded if the convicted person is authorised to represent, monitor or make decisions in the board, management or supervisory committee of the applicant or tenderer. Please refer to "Additional information" below for the required documentation.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations
Description : Kredsløb Holding A/S (on behalf of the Kredsløb Group and hereinafter referred to as the "Employer") hereby invites potential suppliers to participate in the Employer's tender of a contract for the construction of a CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations. To support Aarhus City Council's goal to lead the way in the green transition and create a CO2 neutral society by 2030, the Employer is planning to establish a carbon capture plant to capture the flue gas from the entire Lisbjerg plant, consisting of four separate plants, three which are used for the processing of collected waste from (mainly) Aarhus, and one which is used for the processing of biomass (mostly straw). The carbon capture project will form a natural and necessary part of the Employer's ordinary activities, which includes production and distribution of electricity and district heating primarily to citizens in Aarhus Municipality. The carbon capture plant will be designed and built to ensure high CO2 absorption efficiency, low energy consumption, and low environmental impact, and is expected to be based on amine technology. The captured CO2 (and potentially CO2 from other sources of in the future) will need to be cooled to a temperature where it becomes liquid for more efficient transportation from the carbon capture plant to its final storage site. This tender covers the tender procedure for a contract for the construction of a CO2 liquefaction plant and ancillary carbon storage facilities and truck loading stations (the "CLP Agreement") in connection with the carbon capture plant in Lisbjerg. Ongoing procurement processes, authority approval processes for other scopes of the carbon capture project, the near-future conclusion of a procurement contract concerning the carbon capture plant, future developments or changes in the Danish Energy Agency's CCS tender, and potential changes to the regulatory framework for carbon capture, transport, and storage, may each affect the tender material, e.g., elements of the scope or the planned time schedule, including the Commencement Date. If necessary due to any such circumstances, the Employer will adjust the tender material and inform the tenderers thereof as soon as practically possible.
Internal identifier : 1077367

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45000000 Construction work
Additional classification ( cpv ): 42100000 Machinery for the production and use of mechanical power
Additional classification ( cpv ): 42120000 Pumps and compressors
Additional classification ( cpv ): 45250000 Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
Additional classification ( cpv ): 45252000 Construction works for sewage treatment plants, purification plants and refuse incineration plants
Additional classification ( cpv ): 45255300 Gas terminal construction work
Additional classification ( cpv ): 45350000 Mechanical installations
Options :
Description of the options : The contract contains the following options: 1) Acquiring a DNP Manager to be located at Site for more than six (6) months. The rate is an all-inclusive rate per month. 2) Additional Performance Guarantee Test conducted by a certified third party as specified in D.08 (Tests) at any given time during commissioning and the Defects Notification Period. 3) Extension of the Defects Notification Period for heat pump(s) to four (4) years from Taking Over. 4) Extra 1,000 m3 CO2 storage capacity including all necessary auxiliaries. 5) Extra CO2 filling station including all necessary auxiliaries. 6) Extra CO2 quality measurement station including all necessary auxiliaries.

5.1.2 Place of performance

Town : Aarhus
Postcode : 8200
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 150 000 000 Danish krone

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 : For economic operators based in Denmark, Kredsløb will require an official certificate issued by the Danish Business Authority (“Serviceattest”) as documentation for not being subject to exclusion grounds. For economic operators not based in Denmark but within the EU, Kredsløb expects to require the relevant documentation as listed in eCertis. If the economic operator is based outside the EU, Kredsløb expects to require (i) extracts from relevant registers or similar documents issued by a competent judicial or administrative authority stating that the economic operator is not subject to any of the exclusion grounds in the Danish Public Procurement Act, section 135(1) and (ii) (a certificate issued by the competent authority in the given country referred to as documentation that the economic operator is not subject to the grounds for exclusion stipulated in the cases stated in section 135 (3) and section 137(1)(2). If the country in question does not issue the relevant documents or certificates, or if such documents or certificates do not cover all the cases mentioned in section 135 (1) or (3) and section 137(1)(2), those documents or certificates can be replaced by a statement provided under oath. If statements made under oath are not provided for in the relevant country, a solemn declaration made before a competent judicial or administrative authority, a notary, or a competent professional organisation in the country in which the economic operator is registered, will be accepted. The documentation provided should not be older than three months counting from the deadline for submission of applications and the deadline for submission of the final tender (BAFO) respectively. However, if longer validity is determined by the authority issuing the documentation or by the economic operator's national law and regulation, longer validity will be accepted. If an economic operator is subject to an exclusion ground, Kredsløb will ask the economic operator to document its reliability, cf. section 138 of the Danish Public Procurement Act, before Kredsløb determines whether the economic operator in question is non-eligible and must be rejected or replaced. Certain parts of the tender material are considered confidential by Kredsløb. Applicants or tenderers must sign the confidentiality agreement included in the tender material to get access to these parts of the tender material. Kredsløb will send the confidential parts of the tender material immediately after receiving and validating a confidentiality agreement signed by a potential applicant or prequalified tenderer.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Turnover
Description : It is a minimum requirement that the applicant has had a turnover of at least DKK 250 mio. in each of the two most recently completed financial years. The most recent audited and approved financial year is determined at the deadline for applying for prequalification. The applicant should include the turnover for each of the two most recently completed financial years in the ESPD Part IV.B or otherwise as part of the application. If the applicant's most recently completed and audited financial year ended earlier than 12 months before the deadline for applying for prequalification, the applicant must submit a declaration signed by a legally authorized signatory for the company, confirming that the applicant's turnover for its ongoing or current financial year is not expected to be less than DKK 250 mio. If the applicant applies as a consortium, the aggregate turnover of the consortium members will be taken into account. If the applicant relies on the economic and financial capacity of other entities in relation to the fulfilment of this criterion, such entities must sign a declaration of support, cf. section 5.2 in the Tender Conditions. The aggregate turnover of the applicant and the supporting entities it relies on for their economic and financial capacity will be taken into account. Turnover stated in other currencies than DKK will be converted using the exchange rate from the Central Bank of Denmark on the date for prequalification.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Relevant experience
Description : It is a minimum requirement that the applicant submits at least one reference from delivery of a CO2 liquefaction plant with a capacity of at least 10 tph. The reference plant must not be older than ten (10) years from deadline for applying for prequalification and calculated from the final time of delivery to and takeover by the customer. Plants that were put into operation prior to ten (10) years before the deadline for applying for prequalification will not be taken into consideration for fulfilment of the minimum requirement. Furthermore, the applicants are encouraged to submit up to five (5) relevant references from “plant projects (e.g. CO2 liquefaction plants, other liquefaction plants or other EPC plants) and liquefied gas storage facilities in addition to the reference submitted to fulfil the minimum requirement (i.e., a maximum of six (6) references will be assessed). References must not be older than five (5) years from deadline for applying for prequalification. References from plants and storage facilities that were put into operation prior to five (5) years before the deadline for applying for prequalification will not be taken into consideration (except for the reference submitted to fulfil the minimum requirement, which can be up to 10 years). If the applicant submits ongoing references (i.e., plants and/or storage facilities not yet in operation), the current state of the works must be described and only works finished prior to the deadline for application for prequalification will be considered. If more than five (5) references are submitted, only the five (5) most recent references based on the time of commissioning will be considered. Delivered references will take precedence to ongoing references. If the five (5) references have to be selected between ongoing references, Kredsløb will select the oldest based to the start of the project. Kredsløb will identify the best qualified applicants based on the most comparable references. The evaluation of the most comparable references will be based on the up to five (5) references submitted plus the reference submitted to fulfil the minimum requirement. When evaluating comparability, Kredsløb will put emphasis on whether the experience demonstrated in the references is comparable to the project. The assessment will be based on the six references and from an overall, combined perspective. However, it will generally be evaluated positively the more experience with large scale CO2 liquefaction and liquid gas storage facilities the applicant demonstrates. As regards other plant references, large scale EPC projects will be considered more relevant than smaller projects, and as regards liquefaction plants, CO2 liquefaction plants will be assessed more positively than other liquefaction plants, which again will be assessed more positively than other types of plants. The more comparable to Kredsløb’s project, the better evaluation. Furthermore, it will be evaluated positively if the references demonstrate experience with plants that in capacity are similar to or larger than Kredsløb’s project. In the evaluation, references from plants/projects put into operation will carry more weight than ongoing references and references from plants will carry more weight than references from storage facilities.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 4
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
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 : Price
Name : Project Economy
Description : Under the sub-criterion Project Economy, Kredsløb will evaluate the expected economy of the solution offered by the tenderer. Please refer to the Tender Conditions for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Contractual Terms
Description : Under the sub-criterion Contractual Terms, Kredsløb will evaluate the tenderer's deviations from the CLP Agreement. Please refer to the Tender Conditions for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Technical Solution
Description : The sub-criterion Technical Solution will be evaluated based on the following sub-sub-criteria and weights: Plant Flexibility: 40 % Process Design: 25 % Layout: 25 % Quality of Equipment: 10 % Please refer to the Tender Conditions for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Project Execution
Description : The sub-criterion Project Execution will be evaluated based on the following sub-sub-criteria and weights: Project Programme: 50 % Organisation and Execution Plan: 50 % Please refer to the Tender Conditions for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : QHS and Sustainability
Description : The sub-criterion QHS and Sustainability will be evaluated based on the following sub-sub-criteria and weights: Quality, Health and Safety: 50 % Sustainability: 50 % Please refer to the Tender Conditions for further information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
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

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 : 15/05/2025 11:00 +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 : The contract is based on FIDIC Yellow Book with Kredsløb's adjustments.
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : The supplier shall provide a (i) parent company guarantee, (ii) a performance bond replaced by a warranty bond at Taking Over and (iii) an Advance Payment Guarantee.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Organisation providing additional information about the procurement procedure : Kredsløb Holding A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Kredsløb Holding A/S -
Organisation processing tenders : Kredsløb Holding A/S -

8. Organisations

8.1 ORG-0001

Official name : Kredsløb Holding A/S
Registration number : 40831851
Department : Kredsløb Holding A/S
Postal address : Karen Blixens Boulevard 7
Town : Aarhus
Postcode : 8220
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Contact point : Jonas Aamøe Laursen
Telephone : +4541857297
Internet address : https://www.kredslob.dk/
Roles of this organisation :
Buyer
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 35291000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
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 : 8dedf13b-5497-4500-96c7-c346d6ae5c53 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/04/2025 15:46 +00:00
Notice dispatch date (eSender) : 14/04/2025 16:01 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00247457-2025
OJ S issue number : 75/2025
Publication date : 16/04/2025