Repair and Maintenance Service for Sootblower Equipment

The Contract is a Framework Agreement for the delivery of Repair and Maintenance Service for Sootblower Equipment as listed below: (0) Description / Type / Manufacturer (1) Water Blower / SMART Cannon / Clyde Bergemann (2) Wall Blower / SMART Cannon / Clyde Bergemann (3) Wall Blower / V58E / …

CPV: 50531100 Usluge popravaka i održavanja kotlova
mjesto izvršenja:
Repair and Maintenance Service for Sootblower Equipment
registar:
Ørsted Bioenergy & Thermal Power A/S
nagradni broj:
RFI_1144

1. Buyer

1.1 Buyer

Official name : Ørsted Bioenergy & Thermal Power A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Repair and Maintenance Service for Sootblower Equipment
Description : The Contract is a Framework Agreement for the delivery of Repair and Maintenance Service for Sootblower Equipment as listed below: (0) Description / Type / Manufacturer (1) Water Blower / SMART Cannon / Clyde Bergemann (2) Wall Blower / SMART Cannon / Clyde Bergemann (3) Wall Blower / V58E / Clyde Bergemann (4) Wall Blower / V92E / Clyde Bergemann (5) Axial Retractable Blower / F439 / Clyde Bergemann (6) Axial, Part Retractable Sootblower / PS-AR / Clyde Bergemann (7) Long Retractable Sootblower / PS-SL / Clyde Bergemann (8) Full Retractable Blower / PS-SL / Clyde Bergemann (9) Part Retractable Sootblower / PS-PB / Clyde Bergemann (10) Half Retractable Sootblower / PS-SB / Clyde Bergemann (11) Retractable Blower Type / PS-SB / Clyde Bergemann (12) Long Retracable Blower / PS-SB/PB / Clyde Bergemann (13) Half Retractable Blower / RK-SB / Clyde Bergemann (14) Half Retractable Sootblower / RKS81E / Clyde Bergemann The Contract comprises the following: (a) Periodical repair and maintenance work of sootblower equipment including final report (b) Provision of spare parts (c) Site Inspection (d) Recommissioning after the repair and maintenance work has been carried out (optional for the Contracting Entity)
Procedure identifier : e0574d5e-efa9-4511-b9be-300030f10db2
Internal identifier : RFI_1144
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531100 Repair and maintenance services of boilers

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Estimated value excluding VAT per year: 500,000 EUR Maximum value excluding VAT: 4,000,000 EUR

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Repair and Maintenance Service for Sootblower Equipment
Description : The Contract is a Framework Agreement for the delivery of Repair and Maintenance Service for Sootblower Equipment as listed below: (0) Description / Type / Manufacturer (1) Water Blower / SMART Cannon / Clyde Bergemann (2) Wall Blower / SMART Cannon / Clyde Bergemann (3) Wall Blower / V58E / Clyde Bergemann (4) Wall Blower / V92E / Clyde Bergemann (5) Axial Retractable Blower / F439 / Clyde Bergemann (6) Axial, Part Retractable Sootblower / PS-AR / Clyde Bergemann (7) Long Retractable Sootblower / PS-SL / Clyde Bergemann (8) Full Retractable Blower / PS-SL / Clyde Bergemann (9) Part Retractable Sootblower / PS-PB / Clyde Bergemann (10) Half Retractable Sootblower / PS-SB / Clyde Bergemann (11) Retractable Blower Type / PS-SB / Clyde Bergemann (12) Long Retracable Blower / PS-SB/PB / Clyde Bergemann (13) Half Retractable Blower / RK-SB / Clyde Bergemann (14) Half Retractable Sootblower / RKS81E / Clyde Bergemann The Contract comprises the following: (a) Periodical repair and maintenance work of sootblower equipment including final report (b) Provision of spare parts (c) Site Inspection (d) Recommissioning after the repair and maintenance work has been carried out (optional for the Contracting Entity)

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50531100 Repair and maintenance services of boilers
Options :
Description of the options : The buyer reserves the right for additional purchases from the contractor, as described here:

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Estimated value excluding VAT per year: 500,000 EUR Maximum value excluding VAT: 4,000,000 EUR

5.1.3 Estimated duration

Start date : 01/01/2026
Duration end date : 31/12/2033

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : Extension by 3 years up to 2 times.

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Please note the start date is only indicative and is subject to change Estimated value excluding VAT per year: 500,000 EUR Maximum value excluding VAT: 4,000,000 EUR

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : The Applicant is encouraged to provide the following information about the Applicant’s completed experience with the Repair and Maintenance Service for Sootblower Equipment in part V of the ESPD and/or Annex B (Response Form). The Applicant is encouraged to include the following information for each reference: a) Project location and country b) Customer name c) Completion date d) Description/Type/Manufacturer of sootblower equipment e) Brief description of repair and maintenance service performed A maximum of 8 references can be submitted as information under the selection criterion “Experience”. If more references are submitted, only the most recent references up to the maximum number of references will be considered. The most recent references will be determined based on completion date. If any framework agreements are submitted as part of an Applicant’s references, Applicants are encouraged to submit the requested information for the most recent or most significant call-off contract(s) concluded under such framework agreements. References only to the award of a framework agreement without reference to any call-off contract thereunder will be disregarded on the basis that no references have been referred to. No additional documentation for the selection criterion for experience will be required from the Applicant. However, the Contracting Entity reserves the right to contact the Applicant or relevant third parties for verification of the information stated in the description(s). The Applicant’s experience will be based on the information submitted and will be an overall assessment of the references taking into account similarity to the Contract scope and track record of repair and maintenance of sootblower equipment. The more sootblower equipment listed below: (0) Description / Type / Manufacturer (1) Water Blower / SMART Cannon / Clyde Bergemann (2) Wall Blower / SMART Cannon / Clyde Bergemann (3) Wall Blower / V58E / Clyde Bergemann (4) Wall Blower / V92E / Clyde Bergemann (5) Axial Retractable Blower / F439 / Clyde Bergemann (6) Axial, Part Retractable Sootblower / PS-AR / Clyde Bergemann (7) Long Retractable Sootblower / PS-SL / Clyde Bergemann (8) Full Retractable Blower / PS-SL / Clyde Bergemann (9) Part Retractable Sootblower / PS-PB / Clyde Bergemann (10) Half Retractable Sootblower / PS-SB / Clyde Bergemann (11) Retractable Blower Type / PS-SB / Clyde Bergemann (12) Long Retracable Blower / PS-SB/PB / Clyde Bergemann (13) Half Retractable Blower / RK-SB / Clyde Bergemann (14) Half Retractable Sootblower / RKS81E / Clyde Bergemann is covered by the references the better. Moreover, the more references and the more recent the references are, based on contract completion date, the more positive the references will be considered. Minimum Requirement - The Applicant must fulfil the following minimum requirement regarding experience: The Applicant must have at least five references each showing that, from 1 January 2023 to the Prequalification Deadline, the Applicant has delivered, based on the completion date, repair and maintenance service for sootblower equipment listed above. The Applicant must confirm that the Applicant fulfils the minimum requirement above by ticking “yes” in part IV of the ESPD. The Applicant’s answer in part IV of the ESPD serves as provisional documentation that the Applicant fulfils the minimum requirement, and the Applicant will later be requested to document compliance with the minimum requirement. Submission of a reference list showing compliance with the minimum requirement for “experience” will be considered documentation. If the Applicant has submitted references as part of the information under the selection criteria for “Experience”, and these references show fulfilment of the minimum requirement for experience, these references will be considered documentation for fulfilment of the minimum requirement for experience. If the references submitted as part of the information under the selection criterion for “Experience” does not show fulfilment of the minimum requirement for experience, then the Applicant will be requested to submit documentation at a later stage of the Tender Procedure that shows that the Applicant fulfils the minimum requirement for experience. The Contracting Entity reserves the right to allow supplementation of the Application as described in the procurement documents (the prequalification notice).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Weight (percentage, exact) : 100
Information about the second stage of a two-stage procedure :
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 : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Description : The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in the tender material
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70

5.1.11 Procurement documents

Address of the procurement documents : https://www.orstedprocurement.com/web/login.html

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 : 24/09/2025 16:00 +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 : If the Applicant is a Consortium: the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortium obligations under the Contract; and neither the members nor (if known) the scope and parts of the Contract to be carried out by each member nor the legal status of the Consortium shall be altered without the prior consent of the Contracting Entity. The Contracting Entity reserves the right to demand a performance security to secure the proper performance of the Contract. The performance security shall be issued by an entity with a credit rating specified in the tender material. If the Applicant is a subsidiary, the Contracting Entity also reserves the right to demand a parent company guarantee executed by the parent company stated in the Contract.
Financial arrangement : Payment term: 60 days. Supplier is not entitled to any advance payments.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification.
Organisation providing additional information about the procurement procedure : Ørsted Bioenergy & Thermal Power A/S
Organisation providing offline access to the procurement documents : Ørsted Bioenergy & Thermal Power A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Ørsted Bioenergy & Thermal Power A/S
Registration number : 27446469
Postal address : Kraftværksvej 53
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Senior Sourcing Manager / BIO Strategic Sourcing
Telephone : +48451172020
Internet address : www.orsted.com
Information exchange endpoint (URL) : www.orstedprocurement.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Nordjylland ( DK050 )
Country : Denmark
Telephone : +45 72 40 56 00
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41 71 50 00
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : a07b1609-8784-41cd-bcb7-a829afea1182 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2025 07:40 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00549092-2025
OJ S issue number : 160/2025
Publication date : 22/08/2025