Nordværk L4 Steam Turbine Major Overhaul

Nordværk operates a waste incineration plant in Aalborg, Denmark, consisting of two lines: L3 and L4. This tender procedure concerns the award of a contract for the execution of a major overhaul of the L4 steam turbine.. The gearbox and generator are not included in the scope. The work is …

CPV: 42110000 Turbine i motori, 42112000 Turbinska postrojenja, 42112100 Parne turbine, 42112400 Oprema za turbine, 42113100 Dijelovi parnih turbina, 45315200 Radovi na turbinama, 50000000 Usluge popravaka i održavanja, 51130000 Usluge instaliranja generatora pare, turbina, kompresora i plamenika, 51133000 Usluge instaliranja turbina
mjesto izvršenja:
Nordværk L4 Steam Turbine Major Overhaul
registar:
Nordværk Affaldsenergi A/S
nagradni broj:
498664

1. Buyer

1.1 Buyer

Official name : Nordværk Affaldsenergi A/S
Legal type of the buyer : Regional authority
Activity of the contracting authority : General public services
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Nordværk L4 Steam Turbine Major Overhaul
Description : Nordværk operates a waste incineration plant in Aalborg, Denmark, consisting of two lines: L3 and L4. This tender procedure concerns the award of a contract for the execution of a major overhaul of the L4 steam turbine.. The gearbox and generator are not included in the scope. The work is primarily based on the service instructions from the original equipment manufacturer (OEM). Nordværk reserves the right to award the contract based on the initial offer.
Procedure identifier : 859d3fdf-2f93-4b39-9703-ef2e2a919ce5
Internal identifier : 498664
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : Nordværk operates a waste incineration plant in Aalborg, Denmark, consisting of two lines: L3 and L4. This tender procedure concerns the award of a contract for the execution of a major overhaul of the L4 steam turbine. The gearbox and generator are not included in the scope. The work is primarily based on the service instructions from the original equipment manufacturer (OEM). Nordværk reserves the right to award the contract based on the initial offer.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42113100 Parts of steam turbines
Additional classification ( cpv ): 51130000 Installation services of steam generators, turbines, compressors and burners
Additional classification ( cpv ): 51133000 Installation services of turbines
Additional classification ( cpv ): 42112000 Turbine installations
Additional classification ( cpv ): 45315200 Turbine works
Additional classification ( cpv ): 42110000 Turbines and motors
Additional classification ( cpv ): 42112400 Turbine equipment
Additional classification ( cpv ): 42112100 Steam turbines

2.1.2 Place of performance

Postal address : Troensevej 2
Town : Aalborg Øst
Postcode : 9210
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 9 000 000 Danish krone

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching of obligations in the fields of environmental law : A candidate or tenderer will be excluded from participation in the procurement procedure if the contracting entity can demonstrate that the candidate or tenderer has failed to fulfil applicable environmental, social or labour law obligations under Union law, national law, collective agreements or environmental, social or labour law obligations derived from the conventions listed 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 (Official Journal 2014, No L 94, page 65) or are the subject of acts adopted by the European Commission pursuant to Article 57(4) of the Directive in accordance with Article 88. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Breaching of obligations in the fields of social law : A candidate or tenderer will be excluded from participation in the procurement procedure if the contracting entity can demonstrate that the candidate or tenderer has failed to fulfil applicable environmental, social or labour law obligations under Union law, national law, collective agreements or environmental, social or labour law obligations derived from the conventions listed 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 (Official Journal 2014, No L 94, page 65) or are the subject of acts adopted by the European Commission pursuant to Article 57(4) of the Directive in accordance with Article 88. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Breaching of obligations in the fields of labour law : A candidate or tenderer will be excluded from participation in the procurement procedure if the contracting entity can demonstrate that the candidate or tenderer has failed to fulfil applicable environmental, social or labour law obligations under Union law, national law, collective agreements or environmental, social or labour law obligations derived from the conventions listed 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 (Official Journal 2014, No L 94, page 65) or are the subject of acts adopted by the European Commission pursuant to Article 57(4) of the Directive in accordance with Article 88. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Bankruptcy : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Insolvency : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Arrangement with creditors : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Assets being administered by liquidator : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Business activities are suspended : A candidate or tenderer will be excluded from participation in the tendering procedure if the candidate or tenderer has been declared bankrupt or is undergoing insolvency or winding-up proceedings, if its assets are managed by a liquidator or by the court if the latter is in composition, if his business activities have been suspended or if he is in a similar situation under a similar procedure; provided for in national law where the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Grave professional misconduct : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that the candidate or tenderer has been guilty of grave professional misconduct casting doubt on the integrity of the candidate or tenderer. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Conflict of interest due to its participation in the procurement procedure : A contracting entity must exclude a candidate or a tenderer from participation in a procurement procedure when the contracting entity can demonstrate that a conflict of interest, cf. section 24(18) of the Danish Public Procurement Act, cannot be effectively remedied by less restrictive measures in relation to the procurement procedure in question. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Direct or indirect involvement in the preparation of this procurement procedure : A contracting entity must exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that a distortion of competition within the meaning of Section 39 of the Public Procurement Act resulting from the prior involvement of economic operators in the preparation of the procurement procedure in relation to the procurement procedure in question cannot be remedied by less restrictive measures. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the contracting entity can demonstrate that the candidate or tenderer has supplied grossly incorrect information, has withheld information or is unable to submit additional documents concerning the grounds for exclusion referred to in Section 135(1) or (3) of the Public Procurement Act and, where applicable, In section 137(1), no. 2 or 6 of the Public Procurement Act, the minimum requirements for suitability laid down in sections 140-144 of the Public Procurement Act or the selection in section 145. Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Purely national exclusion grounds : Section 134a of the Danish Public Procurement Act applies, which is why a contracting entity must 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 tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements obliging Denmark to open the market for public contracts to tenderers established in that country. Section 134a (2) of the Public Procurement Act: Section 135(6) applies mutatis mutandis to situations covered by subsection (1). Documentation: The contracting entity shall be entitled to obtain appropriate evidence as to whether the candidate or tenderer is in a situation which may give rise to exclusion pursuant to this ground for exclusion.
Terrorist offences or offences linked to terrorist activities : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine by final judgment for terrorist offences or offences related to terrorist activities as defined respectively in Articles 1, 3 and 4 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (Official Journal 2002, No L 164, page 3) as amended by Council Framework Decision 2008/919/JHA of 28 November 2008 amending Framework Decision 2002/475/JHA on combating terrorism (Official Journal 2008, No L 330, page 21). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act
Breaching obligation relating to payment of social security contributions : The contracting entity shall exclude a candidate or tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities relating to taxes, duties or social security contributions under Danish law or the law of the country in which the applicant or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Breaching obligation relating to payment of taxes : The contracting entity shall exclude a candidate or tenderer who has unpaid overdue debts of DKK 100,000 or more to public authorities relating to taxes, duties or social security contributions under Danish law or the law of the country in which the applicant or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Participation in a criminal organisation : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine by final judgment for acts committed within the framework of a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 (Official Journal 2008, No L 300, page 42). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Money laundering or terrorist financing : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or fined by final judgment for money laundering or terrorist financing 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 (Official Journal 2005, No L 309, page 15). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Fraud : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine for fraud within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests by final judgment. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Child labour and including other forms of trafficking in human beings : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure if the candidate or tenderer has been convicted or has adopted a fine by final judgment for an infringement of Section 262a of the Criminal Code or, in the case of a conviction from another country concerning child labour and other forms of trafficking in human beings 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 victims thereof, and replacing Council Framework Decision 2002/629/JHA (Official Journal 2011, No L 101, page 1). Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.
Corruption : A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer has been convicted or has adopted a fine for corruption as defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union and Article 2(1) of the European Union Council Framework Decision 2003/568/JHA of 22 July 2003 on the fight against corruption in the private sector (Official Journal 2003, No L 192, page 54) and corruption as defined by the national law of the Member State or home Member State of the candidate or tenderer or of the country in which the candidate or tenderer is established. Documentation: in accordance with sections 152-153 of the Danish Public Procurement Act.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Nordværk L4 Steam Turbine Major Overhaul
Description : Nordværk operates a waste incineration plant in Aalborg, Denmark, consisting of two lines: L3 and L4. This tender procedure concerns the award of a contract for the execution of a major overhaul of the L4 steam turbine. The gearbox and generator are not included in the scope. The work is primarily based on the service instructions from the original equipment manufacturer (OEM). Nordværk reserves the right to award the contract based on the initial offer.
Internal identifier : 498664

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 42113100 Parts of steam turbines
Additional classification ( cpv ): 51130000 Installation services of steam generators, turbines, compressors and burners
Additional classification ( cpv ): 51133000 Installation services of turbines
Additional classification ( cpv ): 42112000 Turbine installations
Additional classification ( cpv ): 45315200 Turbine works
Additional classification ( cpv ): 42110000 Turbines and motors
Additional classification ( cpv ): 42112400 Turbine equipment
Additional classification ( cpv ): 42112100 Steam turbines
Options :
Description of the options : Nordværk has the opportunity to exercise a number of options, which are further specified in Appendix B.1 Prices and payment conditions.

5.1.2 Place of performance

Postal address : Troensevej 2
Town : Aalborg Øst
Postcode : 9210
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Start date : 18/11/2025
Duration : 8 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 9 000 000 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

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : Nordværk wishes to ensure that the Candidates selected to submit tenders possess the necessary economic and financial capacity to perform the contract in a fully responsible and satisfactory manner in all respects. It is therefore a minimum requirement that: • The Candidate must have reported positive equity in the most recent 2 available financial years. • The Candidate must have maintained a solvency ratio ("solidity") of at least 10% in at least 2 of the 3 most recent available financial years.
Criterion : References on specified services
Description : Nordværk wishes to ensure that the Candidates selected to submit tenders possess the necessary technical and professional capacity to perform the contract in a fully responsible and satisfactory manner in all respects. It is therefore a minimum requirement that: • The Candidate must submit a minimum of three (3) relevant and comparable references of a nature and scope similar to those described in this tender. The assignments to which the references relate must have been carried out within the past three (3) years calculated from the application deadline. By relevant and comparable references is meant assignments relating to: Major Overhaul of steam turbines at waste-to-energy facilities or industrial plants/power plants. The assignment must be ongoing or completed within the last three (3) years counted from the application deadline. Nordværk intends to prequalify 3 Candidates to participate in the tender phase, selected from those Candidates who are not subject to any exclusion grounds and who fulfil the established minimum requirements for economic and financial capacity as well as technical and professional capacity. The selection of Candidates will be based on an evaluation of which Candidates that have documented the most relevant references in comparison with the contract being tendered. This evaluation will be made on the basis of the information provided under technical and professional capacity (references). Nordværk will, in assessing which Candidates to prequalify, place equal weight to the following criteria: • The extent to which the references are comparable to the contract being tendered • The size, scope, and complexity of the referenced projects • The extent to which documented experience is demonstrated by relevant types of work within the scope of the tendered contract
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 : 3
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
Description : Price. See Tender Conditions section 3.6.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Quality. See Tender Conditions section 3.6.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : Time Schedule. See Tender Conditions section 3.6.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 40

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English
Deadline for requesting additional information : 05/08/2025 12:00 +02:00

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 20/08/2025
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
Description of the financial guarantee : See appendix B.1.
Deadline for receipt of requests to participate : 15/08/2025 12:00 +02:00
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 appendix 2.9
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Financial arrangement : _DEFAULT_VALUE_CHANGE_ME_

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 : Danish Complaints Board for Public Procurement
Information about review deadlines : According to the Danish Complaints Board for Public Procurement Act etc. (the Act can be downloaded at www.retsinformation.dk ), the following deadlines for filing a complaint apply: Complaints about not having been selected must be submitted to the Danish Complaints Board for Public Procurement within 20 calendar days, cf. Section 7(1) of the Act, from the day after sending a notification to the candidates concerned about who has been selected, when the notification is accompanied by a statement of reasons for the decision in accordance with Section 2(1)(1) of the Act and Section 171(2) of the Public Procurement Act. In other situations, complaints about tenders, cf. Section 7(2) of the Act, must be submitted to the Complaints Board for Public Procurement within: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that it has entered into a contract. The deadline is calculated from the day after the date on which the announcement has been published. 2) 20 calendar days from the day after the contracting entity has announced its decision, cf. Section 185(2) of the Public Procurement Act. No later than the same time that a complaint is submitted to the Complaints Board for Public Procurement, the complainant must inform the contracting entity in writing that a complaint is submitted to the Complaints Board for Public Procurement and whether the complaint has been submitted during the standstill period, cf. Section 6(4) of the Act. In cases where the complaint has not been submitted during the standstill period, the complainant must also state whether the complaint is to be given suspensive effect, cf. Section 12(1) of the Act. The Complaints Board for Public Procurement's e-mail address is stated in Section VI.4.1). The Complaints Board for Public Procurement's complaint guide can be found at: www.erhvervsstyrelsen.dk .
Organisation providing additional information about the procurement procedure : Nordværk Affaldsenergi A/S
Organisation providing offline access to the procurement documents : Nordværk Affaldsenergi A/S
Organisation providing more information on the review procedures : Danish Competition and Consumer Authority
Organisation receiving requests to participate : Nordværk Affaldsenergi A/S
Organisation processing tenders : Nordværk Affaldsenergi A/S

8. Organisations

8.1 ORG-0001

Official name : Nordværk Affaldsenergi A/S
Registration number : 45288897
Postal address : Troensevej 2
Town : Aalborg Øst
Postcode : 9220
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Contact point : Lone Nørgaard Andersen
Telephone : 25 82 11 11
Internet address : https://www.nordvaerk.dk/
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-1000

Official name : Comdia ApS
Registration number : 33501404
Postal address : Lindvedvej 73
Town : Odense S
Postcode : 5260
Country subdivision (NUTS) : Fyn ( DK031 )
Country : Denmark
Telephone : +45 7199 3672
Internet address : https://www.comdia.com/
Roles of this organisation :
TED eSender

8.1 ORG-1001

Official name : Danish Complaints Board for Public Procurement
Registration number : 37795526
Postal address : Danish Appeals Boards Authority, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 7240 5600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review organisation

8.1 ORG-1002

Official name : Danish Competition and Consumer Authority
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 4171 5000
Internet address : https://www.kfst.dk/
Roles of this organisation :
Organisation providing more information on the review procedures

Notice information

Notice identifier/version : 7bbf01ae-a341-4572-87c6-c99359f72818 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/07/2025 12:47 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00461690-2025
OJ S issue number : 133/2025
Publication date : 15/07/2025