Tender for heat pump to Sønderborg Varme A/S

Sønderborg Varme operates in Sønderborg and surrounding towns such as Gråsten, located to the west of Sønderborg. During the coming years, Sønderborg Varme’s entire district heating system is under reconstruction, partly due to the connection of new customers and partly due to new roles for the existing district heating capacities, …

CPV: 45251200 Građevinski radovi na toplani, 39715210 Oprema za centralno grijanje, 42511110 Dizalice topline, 42533000 Dijelovi dizalica topline, 45213000 Građevinski radovi na poslovnim zgradama, skladištima i industrijskim građevinama, građevinama vezanim za prijevoz, 45213250 Građevinski radovi na industrijskim građevinama, 45223000 Građevinski radovi na konstrukcijama, 45232142 Građevinski radovi na postaji za prijenos topline, 45251000 Građevinski radovi na elektranama i toplanama, 45251250 Građevinski radovi na pogonu za gradsko grijanje, 45300000 Instalaterski radovi na građevinama, 45450000 Ostali završni građevinski radovi
mjesto izvršenja:
Tender for heat pump to Sønderborg Varme A/S
registar:
Sønderborg Varme A/S
nagradni broj:
CSL-6

1. Køber

1.1 Køber

Officielt navn : Sønderborg Varme A/S
Den ordregivende enheds aktiviteter : Produktion, transport eller distribution af gas eller varme

2. Procedure

2.1 Procedure

Titel : Tender for heat pump to Sønderborg Varme A/S
Beskrivelse : Sønderborg Varme operates in Sønderborg and surrounding towns such as Gråsten, located to the west of Sønderborg. During the coming years, Sønderborg Varme’s entire district heating system is under reconstruction, partly due to the connection of new customers and partly due to new roles for the existing district heating capacities, where also decommissioning of existing technologies may become relevant. In the ongoing restructuring of the district heating network, heat pumps will play a vital role. The first heat pump shall be installed in Gråsten. The Contract is for the delivery of a heat pump, heat pump building, the heat collector, and all tie-in related work up to the battery limits of the work to the Contracting Entity for the Project. The expected start date for construction is 23.03.2026 and with a completions date of 22.11.2027.  Please note that the anticipated and overall time schedule indicated above is dependent on obtaining different permits related to the project. The Contract is based on ABT 18 Design and build contract designed by the Contractor with supporting special conditions by the Contracting Entity. The Contract includes the following options which may be called upon by the Contracting Entity in accordance with the terms of the Contract.Option 1: Service and maintenance during the first five (5) years of operation The Contracting Entity requests an option for a service and maintenance during contract for 5 years of operation. The requirements for Option 1: Service and maintenance during the first five years of operation are described in more detail in the Contract document ‘Technical Requirements’ section 6.5.  Option 2: Additional 5 years’ service and maintenance (i.e. a total of 10 years after handover) The Contracting Entity requests an option for an additional 5 years’ service and maintenance contract. The requirements for Option 2: Additional 5 years’ service and maintenance are described in more detail in the Contract document ‘Technical Requirements’ section 6.6.
Identifikator for proceduren : d2d47bcf-021b-437f-9335-6996333e286d
Intern ID : CSL-6
Udbudsprocedure : Udbud med forhandling/indkaldelse af tilbud med forudgående offentliggørelse
Proceduren er en hasteprocedure : nej
Hovedpunkterne i proceduren : The invitation to tender is implemented as a negotiated procedure in accordance with the procedure laid down in Art. 47 in The Utilities Directive, Directive 2014/25/EU of 26. February 2014. With reference to the Danish Procurement Act, article 49(2), the Contract is not divided into subcontractors as the Contracting Entity has assessed that the scope of the Contract is performed most appropriately by a single contractor.

2.1.1 Formål

Kontraktens hovedformål : Bygge og anlæg
Primær klassifikation ( cpv ): 45251200 Bygge-anlægsarbejde: varmeværker
Supplerende klassifikation ( cpv ): 39715210 Udstyr til centralvarme
Supplerende klassifikation ( cpv ): 42511110 Varmepumper
Supplerende klassifikation ( cpv ): 42533000 Dele til varmepumper
Supplerende klassifikation ( cpv ): 45213000 Bygge- og anlægsarbejde i forbindelse med erhvervsbygninger, lager- og industribygninger, bygninger i tilknytning til transport
Supplerende klassifikation ( cpv ): 45213250 Arbejder i forbindelse med industribygninger
Supplerende klassifikation ( cpv ): 45223000 Bygge-anlægsarbejder: forskellige bygværker
Supplerende klassifikation ( cpv ): 45232142 Opførelse af varmepumpestation
Supplerende klassifikation ( cpv ): 45251000 Bygge- og anlægsarbejde i forbindelse med kraftværker og varmeværker
Supplerende klassifikation ( cpv ): 45251250 Bygge-anlægsarbejde: fjernvarmeværker
Supplerende klassifikation ( cpv ): 45300000 Udførelse af bygningsinstallationer
Supplerende klassifikation ( cpv ): 45450000 Øvrige arbejder i forbindelse med færdiggørelse af bygninger

2.1.2 Udførelsessted

Landsdel (NUTS) : Sydjylland ( DK032 )
Land : Danmark

2.1.4 Generelle oplysninger

Yderligere oplysninger : The application must consist of the European Single Procurement Document (ESPD), in which the requested information must be provided. The ESPD is a self-declaration form which serves as initial documentation that the Applicant, Supporting Entities or the Consortium meets the criteria for exclusion, suitability and selection. This information must subsequently be verified. If you intend to participate in the Tender Procedure as a member of a Consortium, a separate eESPD must be submitted for each member of the Consortium. If you intend to participate in the Tender Procedure with any Supporting Entity, a separate eESPD must be submitted for each Supporting Entity. Any eESPD from any Supporting Entity must be signed. The Contracting Entity reserves the right to obtain missing signatures after the Prequalification Deadline but prior to Prequalification. The Applicant may rely on one or more Supporting Entities for the purpose of being prequalified and for executing the Contract.If the Applicant relies on any Supporting Entity, the Contracting Entity encourages the Applicant to submit a Declaration of Support from each such Supporting Entity together with the Application and to use the template made available in Annex C - Declaration of Support. Any Declaration of Support must be submitted at the latest when submitting the final ESPD documentation.If the Applicant relies on a Supporting Entity’s economic and financial capacity, the Supporting Entity will be requested a Declaration of Support to undertake that it will act as a guarantor for the Applicant to the benefit of the Contracting Entity if the Applicant is awarded the Contract. The Applicant must confirm that the Applicant is not covered by the mandatory exclu-sion grounds laid down in Section 134 a. (1-2), Section 135(1)-(6) and Section 136 of the Danish Public Procurement Act. Otherwise, Sønderborg Varme A/S is obliged to exclude the Applicant. The Applicant must further confirm that the Applicant is not covered by optional exclusion grounds laid down in Section 137 (1)-(5) of the Danish Public Procurement Act. If the Application is submitted by a group of undertakings (e.g., a Consortium), the Applicant is encouraged to sign the Consortium Declaration in the form of Annex B - Consortium Declaration and to submit it together with the Application. If the Applicant is a consortium; a) the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortiums’ obligations under of the Contract; and b) 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. Sønderborg Varme A/S reserves the right to request an applicant/tenderer to provide documentation for the information at any stage of the tender process if this is necessary to ensure that the procedure is carried out correctly. For Danish tenderers, documentation may, for example, consist of a serial certificate issued by the Danish Business Authority. Due to Council Regulation (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia’s actions destabiliz-ing the situation in Ukraine, the Contracting Entity can and will not award the Contract to a tenderer with certain relations to Russia. The prohibited relations to Russia are further outlined in Annex D - Declaration regarding relations to Russia. Therefore, the Applicant is encouraged to sign the Declaration regarding relations to Russia in the form of Annex D - Declaration regarding relations to Russia and to submit it together with the Application. Before the Contract is awarded, the Contracting Entity will require that the tenderer who has submitted the most economically advantageous tender based on the criteria set out in the Tender Procedure declares that the tenderer does not have relations to Russia that are prohibited according to Council Regulation (EU) 2022/576. I henhold til lov om Klagenævnet for Udbud gælder følgende frister for indgivelse af klage: Klage over ikke at være blevet prækvalificeret skal være indgivet til Klagenævnet for Udbud inden 20 kalenderdage fra dagen efter afsendelse af en underretning til de berørte ansøgere om, hvem der er blevet udvalgt, jf. udbudslovens § 171, stk. 2, eller klagenævnslovens § 2, stk. 1, nr. 1, når underretningen er ledsaget af en begrundelse for beslutningen. I andre situationer skal klage over udbud være indgivet til Klagenævnet for Udbud inden: 1. 45 kalenderdage efter, at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort. 2. 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen. 3. seks måneder efter, at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. klagenævnslovens § 2, stk. 2, eller udbudslovens § 171, stk. 4. 4. 20 kalenderdage regnet fra dagen efter, ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2. Senest samtidig med, at en klage indgives til Klagenævnet for Udbud, skal klageren skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. klagenævnslovens § 6, stk. 4. I tilfælde, hvor klagen ikke er indgivet i standstill-perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen, jf. klagenævnslovens § 12, stk. The contracting authority is entitled, but not obliged, to request the tenderer, the association’s participants or other entities to supplement or specify the received documentation, see the Utilities Directive art. 76 (4). If the tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: — the probate court under the Danish District courts, — the Danish Customs and Tax Administration, — the Danish Labour Market Supplementary Pension Fund (ATP), — the Police (the Danish Central Crime Register) Please note that a ‘declaration of consent’ must be filled in,signed and uploaded when ordering the service certificate. The service certificate must be maximum six (6) months old calculated from the deadline for submission of the service certificate as stated by the contracting authority in the letter of request. The processing time with the Danish business authority is approximately 2 weeks from when the order of the service certificate has been received. If the tenderer, one or more of the participants in the association or other entities are not from Denmark, they must, as a general rule, submit the types of documentation stipulated in eCertis. eCertis is an online information system which must be used to find the right documentation to be used by EU member states in connection with invitations to tender. The applicant/tenderer is requested to seek to clarify any unclear points and uncertainties by asking questions to the tender procedure.
Retsgrundlag :
Direktiv 2014/25/EU

2.1.6 Udelukkelsesgrunde

Kilder til grundlag for udelukkelse : Bekendtgørelse
Korruption : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for bestikkelse ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 3 i konventionen om bekæmpelse af bestikkelse, som involverer tjenestemænd ved De Europæiske Fællesskaber eller i Den Europæiske Unions medlemsstater (EFT C 195 af 25.6.1997, s. 1), og i artikel 2, stk. 1, i Rådets rammeafgørelse 2003/568/RIA af 22. juli 2003 om bekæmpelse af bestikkelse i den private sektor (EUT L 192 af 31.7.2003, s. 54). Denne udelukkelsesgrund omfatter også bestikkelse som defineret i den nationale ret gældende for den ordregivende myndighed (den ordregivende enhed) eller den økonomiske aktør.
Svig : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for svig ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som omhandlet i artikel 1 i konventionen om beskyttelse af De Europæiske Fællesskabers finansielle interesser (EFT C 316 af 27.11.1995, s. 48).
Hvidvaskning af penge eller finansiering af terrorisme : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for hvidvaskning af penge eller finansiering af terrorisme ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 1 i Europa-Parlamentets og Rådets direktiv 2005/60/EF af 26. oktober 2005 om forebyggende foranstaltninger mod anvendelse af det finansielle system til hvidvaskning af penge og finansiering af terrorisme (EUT L 309 af 25.11.2005, s. 15).
Deltagelse i en kriminel organisation : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for deltagelse i en kriminel organisation ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Rådets rammeafgørelse 2008/841/RIA af 24. oktober 2008 om bekæmpelse af organiseret kriminalitet (EUT L 300 af 11.11.2008, s. 42).
Terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitet : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitet ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i henholdsvis artikel 1 og 3 i Rådets rammeafgørelse 2002/475/RIA af 13. juni 2002 om bekæmpelse af terrorisme (EFT L 164 af 22.6.2002, s. 3). Denne udelukkelsesgrund omfatter også anstiftelse, medvirken og forsøg på at begå sådanne handlinger som omhandlet i nævnte rammeafgørelses artikel 4.
Børnearbejde og andre former for menneskehandel : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for børnearbejde og andre former for menneskehandel ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Europa-Parlamentets og Rådets direktiv 2011/36/EU af 5. april 2011 om forebyggelse og bekæmpelse af menneskehandel og beskyttelse af ofrene herfor, og om erstatning af Rådets rammeafgørelse 2002/629/RIA (EUT L 101 af 15.4.2011, s. 1).
Tilsidesættelse af forpligtelser på miljølovgivningsområdet : Er den økonomiske aktør bekendt med at have tilsidesat sine forpligtelser på miljølovgivningsområdet? Således som de i forbindelse med dette udbud fremgår af national ret, den relevante meddelelse eller udbudsdokumenterne eller artikel 18, stk. 2, i direktiv 2014/24/EU.
Tilsidesættelse af forpligtelser på det arbejdsretlige område : Er den økonomiske aktør bekendt med at have tilsidesat sine forpligtelser på det arbejdsretlige område? Således som de i forbindelse med dette udbud fremgår af national ret, den relevante meddelelse eller udbudsdokumenterne eller artikel 18, stk. 2, i direktiv 2014/24/EU.
Tilsidesættelse af forpligtelser på sociallovgivningsområdet : Er den økonomiske aktør bekendt med at have tilsidesat sine forpligtelser på sociallovgivningsområdet? Således som de i forbindelse med dette udbud fremgår af national ret, den relevante meddelelse eller udbudsdokumenterne eller artikel 18, stk. 2, i direktiv 2014/24/EU.
Aftaler med andre økonomiske aktører med henblik på konkurrencefordrejning : Har den økonomiske aktør indgået aftaler med andre økonomiske aktører med henblik på konkurrencefordrejning?
Alvorlige forsømmelser i forbindelse med udøvelsen af erhvervet : Har den økonomiske aktør i forbindelse med udøvelsen af erhvervet gjort sig skyldig i alvorlige forsømmelser? Hvis det er relevant, se definitioner i national ret, den relevante meddelelse eller udbudsdokumenterne.
Har afgivet urigtige oplysninger eller tilbageholdt oplysninger, som ikke var i stand til at fremlægge de krævede dokumenter og indhentet fortrolige oplysninger i forbindelse med denne procedure : Har den økonomiske aktør befundet sig i en af følgende situationer:a) Denne har afgivet groft urigtige oplysninger ved meddelelsen af de oplysninger, der kræves til verifikation af, at der ikke er grundlag for udelukkelse, eller af at udvælgelseskriterierne er opfyldt,b) Denne har tilbageholdt sådanne oplysninger,c) Denne har været ude af stand til straks at fremsende den supplerende dokumentation, som en ordregivende myndighed eller en ordregivende enhed anmoder om, ogd) Denne har uretmæssigt påvirket den ordregivende myndigheds eller den ordregivende enheds beslutningsproces, indhentet fortrolige oplysninger, der kan give denne uretmæssige fordele i forbindelse med udbudsproceduren, eller uagtsomt givet vildledende oplysninger, der kan have væsentlig indflydelse på beslutninger vedrørende udelukkelse, udvælgelse eller tildeling?
Interessekonflikt som følge af deltagelse i udbudsproceduren : Er den økonomiske aktør opmærksom på en interessekonflikt, jf. national ret, den relevante meddelelse eller udbudsdokumenterne, som følge af sin deltagelse i udbudsproceduren?
Direkte eller indirekte involvering i forberedelsen af denne udbudsprocedure : Har den økonomiske aktør eller en virksomhed, der er knyttet til den økonomiske aktør, rådgivet den ordregivende myndighed eller den ordregivende enhed eller på anden måde været involveret i forberedelsen af udbudsproceduren?
Ophævelse eller en lignende sanktion : Har den økonomiske aktør væsentligt misligholdt en tidligere offentlig kontrakt, en tidligere kontrakt med en ordregivende enhed eller en tidligere koncessionskontrakt, hvor misligholdelsen har medført den pågældende kontrakts ophævelse eller en lignende sanktion?
Tilsidesættelse af forpligtelser i henhold til rent nationale udelukkelsesgrunde : Andre udelukkelsesgrunde, der måtte være fastsat i den ordregivende myndigheds eller den ordregivende enheds medlemsstats lovgivning. Finder de rent nationale udelukkelsesgrunde, der er anført i den relevante meddelelse eller i udbudsdokumenterne, anvendelse?
Tilsidesættelse af forpligtelser vedrørende betaling af bidrag til sociale sikringsordninger : Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af bidrag til sociale sikringsordninger både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet?
Tilsidesættelse af forpligtelser vedrørende betaling af skatter og afgifter : Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af skatter og afgifter både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet?
Erhvervsvirksomheden er indstillet : Er den økonomiske aktørs erhvervsvirksomhed blevet indstillet?
Konkurs : Er den økonomiske aktør gået konkurs?
Tvangsakkord uden for konkurs : Er den økonomiske aktør under tvangsakkord uden for konkurs?
Insolvens : Er den økonomiske aktør under insolvens- eller likvidationsbehandling?
Aktiver, der administreres af en kurator : Administreres den økonomiske aktørs aktiver af en kurator eller af retten?
En situation, der svarer til konkurs i henhold til national ret : Er den økonomiske aktør i en situation, som svarer til konkurs i henhold til en tilsvarende procedure, der er fastsat i national ret?

5. Delkontrakt

5.1 Teknisk ID for delkontrakten : LOT-0000

Titel : Tender for heat pump to Sønderborg Varme A/S
Beskrivelse : Sønderborg Varme operates in Sønderborg and surrounding towns such as Gråsten, located to the west of Sønderborg. During the coming years, Sønderborg Varme’s entire district heating system is under reconstruction, partly due to the connection of new customers and partly due to new roles for the existing district heating capacities, where also decommissioning of existing technologies may become relevant. In the ongoing restructuring of the district heating network, heat pumps will play a vital role. The first heat pump shall be installed in Gråsten. The Contract is for the delivery of a heat pump, heat pump building, the heat collector, and all tie-in related work up to the battery limits of the work to the Contracting Entity for the Project. The expected start date for construction is 23.03.2026 and with a completions date of 22.11.2027.  Please note that the anticipated and overall time schedule indicated above is dependent on obtaining different permits related to the project. The Contract is based on ABT 18 Design and build contract designed by the Contractor with supporting special conditions by the Contracting Entity. The Contract includes the following options which may be called upon by the Contracting Entity in accordance with the terms of the Contract.Option 1: Service and maintenance during the first five (5) years of operation The Contracting Entity requests an option for a service and maintenance during contract for 5 years of operation. The requirements for Option 1: Service and maintenance during the first five years of operation are described in more detail in the Contract document ‘Technical Requirements’ section 6.5.  Option 2: Additional 5 years’ service and maintenance (i.e. a total of 10 years after handover) The Contracting Entity requests an option for an additional 5 years’ service and maintenance contract. The requirements for Option 2: Additional 5 years’ service and maintenance are described in more detail in the Contract document ‘Technical Requirements’ section 6.6.
Intern ID : CSL-6

5.1.1 Formål

Kontraktens hovedformål : Bygge og anlæg
Primær klassifikation ( cpv ): 45251200 Bygge-anlægsarbejde: varmeværker
Supplerende klassifikation ( cpv ): 39715210 Udstyr til centralvarme
Supplerende klassifikation ( cpv ): 42511110 Varmepumper
Supplerende klassifikation ( cpv ): 42533000 Dele til varmepumper
Supplerende klassifikation ( cpv ): 45213000 Bygge- og anlægsarbejde i forbindelse med erhvervsbygninger, lager- og industribygninger, bygninger i tilknytning til transport
Supplerende klassifikation ( cpv ): 45213250 Arbejder i forbindelse med industribygninger
Supplerende klassifikation ( cpv ): 45223000 Bygge-anlægsarbejder: forskellige bygværker
Supplerende klassifikation ( cpv ): 45232142 Opførelse af varmepumpestation
Supplerende klassifikation ( cpv ): 45251000 Bygge- og anlægsarbejde i forbindelse med kraftværker og varmeværker
Supplerende klassifikation ( cpv ): 45251250 Bygge-anlægsarbejde: fjernvarmeværker
Supplerende klassifikation ( cpv ): 45300000 Udførelse af bygningsinstallationer
Supplerende klassifikation ( cpv ): 45450000 Øvrige arbejder i forbindelse med færdiggørelse af bygninger
Valgmuligheder :
Beskrivelse af optioner : The Contract includes the following options which may be called upon by the Contracting Entity in accordance with the terms of the Contract: Option 1: Service and maintenance during the first five (5) years of operation The Contracting Entity requests an option for a service and maintenance during contract for 5 years of operation. The requirements for Option 1: Service and maintenance during the first five years of operation are described in more detail in the Contract document ‘Technical Requirements’ section 6.5. Option 2: Additional 5 years’ service and maintenance (i.e. a total of 10 years after handover) The Contracting Entity requests an option for an additional 5 years’ service and maintenance contract. The requirements for Option 2: Additional 5 years’ service and maintenance are described in more detail in the Contract document ‘Technical Re-quirements’ section 6.6.

5.1.2 Udførelsessted

Landsdel (NUTS) : Sydjylland ( DK032 )
Land : Danmark
Yderligere oplysninger :

5.1.3 Anslået varighed

Startdato : 22/03/2026
Varigheds slutdato : 22/11/2027

5.1.4 Fornyelse

Højeste antal fornyelser : 0

5.1.6 Generelle oplysninger

Dette er et tilbagevendende udbud
Beskrivelse : The Contracting Entity might use the procedure described in the Utilities Directive Article 50, (f) which prescribes that new works that are repetition of works similar to the scope of this Tender which awarded to the Tenderer winning this Contract can be awarded without a call for competition. Such procedures might be used for up to three repetitive contracts should the Contracting Entity decide to purchase similar works in the EU within 3 years from award of the Contract comprised by this Tender. The condi-tions for awarding possible additional works are the following: • The performance of the works will be subject to the same commercial terms as for the provision of the scope specified in this Tender Procedure with necessary amendments following from the different timing and geographic location of the project; • The contractor must comply with mandatory statutory law in the country where the project(s) for which the Contracting Entity chooses to apply this right to repeat similar works are placed; • Minor necessary adjustments of technical specifications due to site specific matters; Amendment of time schedule to reflect the project for which the repetition of similar works is applied.
Reserveret deltagelse : Deltagelse uden forbehold.
Indkøbsprojekt, der ikke finansieres med EU-midler
Udbuddet er omfattet af aftalen om offentlige udbud (GPA) : ja
Yderligere oplysninger : The application must consist of the European Single Procurement Document (ESPD), in which the requested information must be provided. The ESPD is a self-declaration form which serves as initial documentation that the Applicant, Supporting Entities or the Consortium meets the criteria for exclusion, suitability and selection. This information must subsequently be verified. If you intend to participate in the Tender Procedure as a member of a Consortium, a separate eESPD must be submitted for each member of the Consortium. If you intend to participate in the Tender Procedure with any Supporting Entity, a separate eESPD must be submitted for each Supporting Entity. Any eESPD from any Supporting Entity must be signed. The Contracting Entity reserves the right to obtain missing signatures after the Prequalification Deadline but prior to Prequalification. The Applicant may rely on one or more Supporting Entities for the purpose of being prequalified and for executing the Contract.If the Applicant relies on any Supporting Entity, the Contracting Entity encourages the Applicant to submit a Declaration of Support from each such Supporting Entity together with the Application and to use the template made available in Annex C - Declaration of Support. Any Declaration of Support must be submitted at the latest when submitting the final ESPD documentation.If the Applicant relies on a Supporting Entity’s economic and financial capacity, the Supporting Entity will be requested a Declaration of Support to undertake that it will act as a guarantor for the Applicant to the benefit of the Contracting Entity if the Applicant is awarded the Contract. The Applicant must confirm that the Applicant is not covered by the mandatory exclu-sion grounds laid down in Section 134 a. (1-2), Section 135(1)-(6) and Section 136 of the Danish Public Procurement Act. Otherwise, Sønderborg Varme A/S is obliged to exclude the Applicant. The Applicant must further confirm that the Applicant is not covered by optional exclusion grounds laid down in Section 137 (1)-(5) of the Danish Public Procurement Act. If the Application is submitted by a group of undertakings (e.g., a Consortium), the Applicant is encouraged to sign the Consortium Declaration in the form of Annex B - Consortium Declaration and to submit it together with the Application. If the Applicant is a consortium; a) the members of the Consortium shall be jointly and severally liable to the Contracting Entity for the performance of the Consortiums’ obligations under of the Contract; and b) 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. Sønderborg Varme A/S reserves the right to request an applicant/tenderer to provide documentation for the information at any stage of the tender process if this is necessary to ensure that the procedure is carried out correctly. For Danish tenderers, documentation may, for example, consist of a serial certificate issued by the Danish Business Authority. Due to Council Regulation (EU) 2022/576 of 8 April 2022 amending Regulation (EU) No 833/2014 concerning restrictive measures in view of Russia’s actions destabiliz-ing the situation in Ukraine, the Contracting Entity can and will not award the Contract to a tenderer with certain relations to Russia. The prohibited relations to Russia are further outlined in Annex D - Declaration regarding relations to Russia. Therefore, the Applicant is encouraged to sign the Declaration regarding relations to Russia in the form of Annex D - Declaration regarding relations to Russia and to submit it together with the Application. Before the Contract is awarded, the Contracting Entity will require that the tenderer who has submitted the most economically advantageous tender based on the criteria set out in the Tender Procedure declares that the tenderer does not have relations to Russia that are prohibited according to Council Regulation (EU) 2022/576. I henhold til lov om Klagenævnet for Udbud gælder følgende frister for indgivelse af klage: Klage over ikke at være blevet prækvalificeret skal være indgivet til Klagenævnet for Udbud inden 20 kalenderdage fra dagen efter afsendelse af en underretning til de berørte ansøgere om, hvem der er blevet udvalgt, jf. udbudslovens § 171, stk. 2, eller klagenævnslovens § 2, stk. 1, nr. 1, når underretningen er ledsaget af en begrundelse for beslutningen. I andre situationer skal klage over udbud være indgivet til Klagenævnet for Udbud inden: 1. 45 kalenderdage efter, at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort. 2. 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen. 3. seks måneder efter, at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. klagenævnslovens § 2, stk. 2, eller udbudslovens § 171, stk. 4. 4. 20 kalenderdage regnet fra dagen efter, ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2. Senest samtidig med, at en klage indgives til Klagenævnet for Udbud, skal klageren skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. klagenævnslovens § 6, stk. 4. I tilfælde, hvor klagen ikke er indgivet i standstill-perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen, jf. klagenævnslovens § 12, stk. The contracting authority is entitled, but not obliged, to request the tenderer, the association’s participants or other entities to supplement or specify the received documentation, see the Utilities Directive art. 76 (4). If the tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from: — the probate court under the Danish District courts, — the Danish Customs and Tax Administration, — the Danish Labour Market Supplementary Pension Fund (ATP), — the Police (the Danish Central Crime Register) Please note that a ‘declaration of consent’ must be filled in,signed and uploaded when ordering the service certificate. The service certificate must be maximum six (6) months old calculated from the deadline for submission of the service certificate as stated by the contracting authority in the letter of request. The processing time with the Danish business authority is approximately 2 weeks from when the order of the service certificate has been received. If the tenderer, one or more of the participants in the association or other entities are not from Denmark, they must, as a general rule, submit the types of documentation stipulated in eCertis. eCertis is an online information system which must be used to find the right documentation to be used by EU member states in connection with invitations to tender. The applicant/tenderer is requested to seek to clarify any unclear points and uncertainties by asking questions to the tender procedure.

5.1.9 Udvælgelseskriterier

Kilder til udvælgelseskriterier : Bekendtgørelse
Kriterium : Generel årlig omsætning
Beskrivelse : Den økonomiske aktørs samlede årsomsætning for det antal regnskabsår, der anmodes om i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, er som følger: - The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities The Applicant must have a revenue of at least 25,000,000 DKK to ensure that the Applicant has sufficient capacity to manage a project of this size;
Kriterium : Finansielt forhold
Beskrivelse : For så vidt angår de finansielle nøgletal (såsom forholdet mellem aktiver og passiver), der er anført i den relevante meddelelse, i udbudsdokumenterne eller i ESPD, erklærer den økonomiske aktør, at de faktiske værdier for de nøgletal, der anmodes om, er som følger: - The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities The Applicant must have a solvency ratio of at least 20 % to avoid any potential liquidity issues during the construction period. The solvency ratio is calculated as the Applicant’s equity multiplied with 100 and divided by the total assets
Kriterium : Referencer på specificerede arbejder
Beskrivelse : Kun for så vidt angår offentlige bygge- og anlægskontrakter: I referenceperioden har den økonomiske aktør udført følgende arbejder af den anførte type. Ordregivende myndigheder kan kræve op til fem års erfaring og tillade, at der tages hensyn til erfaring, som ikke er indhøstet inden for de seneste fem år. - The Applicant is encouraged to provide the following information about the Applicant’s completed experience with heat pumps and industrial buildings in part V of the eESPD. The experience will be based on already completed parts of the ongoing experience. A maximum of five (5) 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 start date. 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). Please submit information about the Applicant's experience from the last five (5) years to the Prequalification Deadline, and which the Applicant has completed within such period (i.e. the execution end date of the reference must be within this period). The Applicant is encouraged to describe the following for each reference in part V of the eESPD or with clear references e.g. by using Annex A: a) Name of project and country b) Name of employer incl. contact person and telephone number c) Period of execution start date (Month/Year) and end date (Month/Year) d) Contract amount e) Type of contract f) Description of the project g) Description of the environmental measures and standards implemented by the Applicant as part of the project The Applicant’s experience will be based on the information submitted will be an overall assessment of the references (the Applicant’s experience). Taking into account both the relevance of each reference as well as the number of relevant references. A reference will be evaluated positively the more relevant the reference is considered to be. The more of the following elements that are contained in the reference the more relevant: (a) Similarity to the Contract, including the following elements; Design, installation, commissioning and testing of large heat pump system The size of the reference heat pump is comparable The heat pump has an air-based heat collector/evaporator The heat pump is operated on natural refrigerant(s) Industrial buildings for district heating or energy production Construction pits (including sheet piling, bracing and groundwater management) and pile foundations. Construction of site development, soil, drainage, paving and fencing works. The Applicant must fulfil the following minimum requirement regarding experience: The Applicant must have: Minimum one relevant reference that is based on one or more natural refrigerant(s) Minimum one reference that includes design, installation, commissioning and testing of a minimum 5 MW air-to-water heat pump system with minimum 70°C DH supply temperature at maximum 5°C ambient air temperature Minimum one reference that includes civil and structural works, including ventilation and safety systems for the machine room.
Kriteriet vil blive anvendt til at udvælge de ansøgere, som skal opfordres til at deltage i anden fase af proceduren
Kriterium : Certifikater fra uafhængige organer om kvalitetssikringsstandarder
Beskrivelse : Kan den økonomiske aktør fremlægge certifikater udstedt af uafhængige organer til bekræftelse af, at den økonomiske aktør opfylder de krævede kvalitetssikringsstandarder, herunder adgang for handicappede? - The Applicant must confirm that the Applicant fulfils the following minimum require-ment(s): a) The Applicant has a quality management system for the scope of the Contract which complies with the requirements of ISO 9001:2015 or equivalent b) The Applicant has a health and safety management system for the scope of the Contract which complies with the requirements of ISO 45001:2018 or equivalent c) The Applicant has an environmental management system for the scope of the Contract which complies with the requirements of ISO 14001:2015 or equivalent Please note that when the Applicant later is requested to document compliance with the minimum requirements above, the Applicant must submit an ISO certificate or a copy of the system complying with the ISO 9001.2015; ISO 45001:2018; and ISO 14001:2015 requirements or equivalent.
Kriterium : Certifikater fra uafhængige organer om miljøledelsessystemer eller standarder
Beskrivelse : Er den økonomiske aktør i stand til at fremlægge certifikater udstedt af uafhængige organer til bekræftelse af, at den økonomiske aktør opfylder de krævede miljøledelsessystemer eller -standarder? - The Applicant must confirm that the Applicant fulfils the following minimum require-ment(s): a) The Applicant has a quality management system for the scope of the Contract which complies with the requirements of ISO 9001:2015 or equivalent b) The Applicant has a health and safety management system for the scope of the Contract which complies with the requirements of ISO 45001:2018 or equivalent c) The Applicant has an environmental management system for the scope of the Contract which complies with the requirements of ISO 14001:2015 or equivalent Please note that when the Applicant later is requested to document compliance with the minimum requirements above, the Applicant must submit an ISO certificate or a copy of the system complying with the ISO 9001.2015; ISO 45001:2018; and ISO 14001:2015 requirements or equivalent.
Oplysninger om den anden fase i en procedure, der afvikles i to faser :
Mindsteantallet af ansøgere, som skal opfordres til at deltage i anden fase af proceduren : 0
Det højeste antal ansøgere, som skal opfordres til at deltage i anden fase af proceduren : 4
Proceduren afvikles i successive faser. I hver fase kan nogle ansøgere blive

5.1.10 Tildelingskriterier

Kriterium :
Type : Pris
Navn : Evalueret pris
Beskrivelse : The Contracting Entity will apply an evaluation model where the Evaluated Price is converted into points which are multiplied with the percentage related to award criteria 'Evaluated Price’ and added to the weighted points obtained on all other criteria. The Evaluated Price consists of the following amounts: (a) the Total Contract Price which includes the following; a. Price of the works, b. Price of the listed options, c. Price of evaluated guaranteed performance/consumption parameters, d. Schedule of rates & materials, e. all taxes required to be paid by the Tenderer, and (b) the converted monetary value of reservations to the Schedule of Payment and payments terms. Note: When calculating the total evaluation price, the price of the works is corrected with additions or deductions for the performance of the solution in question. This means that the total evaluation price is only used for the evaluation and is therefore not an expression of the actual contract sum. See further about the evaluation model in tender conditions section 5.
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 30
Kriterium :
Type : Kvalitet
Beskrivelse : Apart from Evaluated Price, the evaluation consists of the sub-criterion Quality. The sub-criterion Quality consists of the sub-sub-criteria set out in section 5 in the tender conditions. The points awarded for each sub-sub-criteria will be multiplied with the percentages specified in Table 1 – Sub-Criteria in Section 5.1.1 in the tender conditions. Evaluation model of the qualitative criteria is described in section 7. Quality is divided into: Technical solution: 40 % Project solution; Process- and Time schedule, Organization, culture and competences: 25 % Contractual terms: 5 % Technical solution: In the assessment of the sub-criterion, the Contracting Entity will regard the following as positive; a) That provided information demonstrate the heat pump’s conceptual design is sound and robust for low winter ambient air temperature and/or high DH return temperature operation; it has short startup/shutdown time, cold plug flow through battery limit A is avoided, that system availability and component redundancy are properly considered, and it delivers high load-following capability including compressor start/stop without compromising longterm compo-nent reliability (i.e., low failure risk and minimal maintenance); the overall processsystem architecture remains simple, facilitating easy access, easy maintenance and flexible component placement. The more detailed infor-mation provided, the better. b) That explanations are provided to the heat collector conceptual design and its interface with the heat pump(s), including the rationale for choosing refrigerant or brine in the collector circuit; thorough descriptions of how the circulation cir-cuit is designed to avoid unintended flow regimes, such as slug flow, that could violate piping safety etc. as well as proper dynamic performance, circulation rates for refrigerant-based systems, piping diagrams. The more detailed, the better. c) That it, based on analyses and thorough explanations, is demonstrated that the energy collector system is robust to complex and varying in-/outflow of air, air short-circuiting, icing of surroundings is reduced, etc. d) That the Tenderer provides a thorough management strategy to condensate, frost-prevention and de-icing, with appropriate icing/de-icing duration curves, with details to robustness of FCUs to icing and vibration. The more detailed informaton, the better. e) That safety and environmental compliance measures are explained, including preliminary strategies to refrigerant leakage and detection, safety classification (such as e.g., ATEX) of the Contracting Entity’s site, emergency-venting provisions, and noise issues including from safety valves. The more detailed, the better. f) That the Tenderer’s quality and inspection plan demonstrates a thorough understanding of the Contract’s quality and inspection requirements and is designed to ensure the facility immediately meets the agreed specifications and is fully functional upon delivery and commissioning. It will be evaluated posi-tive, if the plan include provisions for Factory Acceptance Testing (FAT), and the more detailed and comprehensive FAT procedures will be evaluated positively. The more detailed, the better. The Contracting Entity will make an overall evaluation under this sub-criterion. Project solution; Process- and Time schedule, Organiza-tion, culture and competences: In the assessment of the sub-criterion, the Contracting Entity will regard the following as positive; a. A process- and time schedule showing a detailed program and test, which appears responsible and well described. Furthermore, a plan that supports the fastest possible delivery and supports a high degree of quality man-agement during the delivery and test phases, b. The more detailed, project specific (and relevant), coherent, and designed for continuous implementation the management and lessons learned procedures are, the better. It is also considered positive if the proposal includes examples from previous projects and how this is applied to this project, and c. If each CV has a competent profile with experience, qualifications, training and competences in relation to the project and in relation to the assigned role in the team, and. The Contracting Entity will pay particular attention to the key persons performing the following roles and tasks: i. The Tenderer's project managers (primary contact persons for the Contracting Entity). ii. Overall responsibility for process design carried out by the Tenderer or its subcontractors/suppliers. iii. Overall responsibility for civil works carried out by the Tenderer or its subcontractors/suppliers. iv. The Tenderer's construction management. The Contracting Entity will make an overall evaluation under this sub-criterion. Evaluation of Contractual Terms: Only the draft contract documents listed below (the “Draft Contract Documents”) will be included in the evaluation of “Contractual Terms”: 1.0 Design and build contract, 1.1 Appendix 1: ABT 18 with the Client’s special conditions, 1.3 Appendix 3: Performance bond, 1.4 Appendix 4: Advance payment bond, 1.5 Appendix 5: Parent company guarantee, 1.9 Appendix 9: Code of Conduct. The provisions within any of the Draft Contract Documents listed as requirements or minimum requirements under Section 7.4.4 are not included in the evaluation of Contractual Terms. If the BAFO includes proposed changes: (a) to any other contract documents than listed above as a Draft Contract Document; (b) to the payment term under Clause 10 in the Design and build contract; or (c) to any clauses listed in section 7.4.4 (Requirements) such proposed changes will not be subject to evaluation under Contractual Terms but will be considered as a reservation and will be handled as set out under Section 8.9 (Reservations).
Kategori for tildelingskriteriet tærskel : Vægtning (procentdel, præcis)
Tildelingskriterium talværdi : 70

5.1.11 Udbudsdokumenter

Sprog, som udbudsdokumenterne er officielt tilgængelige på : engelsk
Adresse på udbudsdokumenterne : https://permalink.mercell.com/259082491.aspx

5.1.12 Udbudsvilkår

Vilkår for indgivelse :
Elektronisk indgivelse : Påkrævet
Sprog, som tilbud og ansøgninger om deltagelse kan indgives på : dansk, engelsk
Elektronisk katalog : Tilladt
Alternative tilbud : Ikke tilladt
Tilbudsgivere kan indgive mere end ét tilbud : Ikke tilladt
Beskrivelse af den finansielle garanti : The Contractor shall provide a performance security in accordance with the design and build contract. The performance security shall have a value of 15% of the contract sum until handover of the works after which the value will decrease, please see Sub-Clause 5.1 of the design and build contract and Clause 9 of ABT 18. In addition, the Contractor shall provide an advance payment security in respect of any advance payments to be paid by the Client, please see Sub-Clause 5.2 of the design and build contract.
Frist for modtagelse af anmodninger om deltagelse : 06/10/2025 10:00 +00:00
Betingelser for kontraktens udførelse :
Udførelsen af kontrakten skal ske inden for rammerne af programmer for beskyttet beskæftigelse : Nej
Vilkår relateret til kontraktens udførelse : The contract is based on ABT 18, with the Client's special conditions to it. The contract also contains labor clauses and a code of conduct which the Contractor shall abide to. Further, there are specific performance guarantees which the works shall comply to.
Der vil blive anvendt elektronisk bestilling : ja
Der vil blive anvendt elektronisk betaling : ja
Oplysninger om finansiering og betaling : Financial terms, including payment terms, payment plan etc. are stated in the design and build contract and ABT 18.

5.1.15 Teknikker

Rammeaftale :
Ingen rammeaftale
Oplysninger om det dynamiske indkøbssystem :
Intet dynamisk indkøbssystem

5.1.16 Yderligere oplysninger, mægling og gennemgang

Organisation med ansvar for klager : Klagenævnet for Udbud - Nævnenes Hus
Oplysninger om klagefrister : I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
Organisation, der leverer supplerende oplysninger om udbudsproceduren : Sønderborg Varme A/S
Organisation, der leverer yderligere oplysninger om klageprocedurerne : Konkurrence- og Forbrugerstyrelsen

8. Organisationer

8.1 ORG-0001

Officielt navn : Sønderborg Varme A/S
Registreringsnummer : 32648541
Postadresse : Nørrekobbel 54
By : Sønderborg
Postnummer : 6400
Landsdel (NUTS) : Sydjylland ( DK032 )
Land : Danmark
Enhed : Line Sørensen
Telefon : +45 73435000
Denne organisations roller :
Køber
Organisation, der leverer supplerende oplysninger om udbudsproceduren

8.1 ORG-0002

Officielt navn : Klagenævnet for Udbud - Nævnenes Hus
Registreringsnummer : 37795526
Postadresse : Toldboden 2
By : Viborg
Postnummer : 8800
Landsdel (NUTS) : Vestjylland ( DK041 )
Land : Danmark
Telefon : +45 72405600
Fax : +45 33307799
Denne organisations roller :
Organisation med ansvar for klager

8.1 ORG-0003

Officielt navn : Konkurrence- og Forbrugerstyrelsen
Registreringsnummer : 10294819
Postadresse : Carl Jacobsens Vej 35
By : Valby
Postnummer : 2500
Landsdel (NUTS) : Byen København ( DK011 )
Land : Danmark
Telefon : +45 41715000
Fax : +45 41715100
Internetadresse : https://kfst.dk
Denne organisations roller :
Organisation, der leverer yderligere oplysninger om klageprocedurerne

8.1 ORG-0004

Officielt navn : Mercell Holding ASA
Registreringsnummer : 980921565
Postadresse : Askekroken 11
By : Oslo
Postnummer : 0277
Landsdel (NUTS) : Oslo ( NO081 )
Land : Norge
Enhed : eSender
Telefon : +47 21018800
Fax : +47 21018801
Internetadresse : http://mercell.com/
Denne organisations roller :
TED eSender

Oplysninger om bekendtgørelsen

Bekendtgørelsens ID : 15ccb4e0-7c54-4a2d-a886-0db58949055f - 02
Formulartype : Konkurrencevilkår
Bekendtgørelsestype : Udbuds- eller koncessionsbekendtgørelse – standardordningen
Afsendelsesdato for bekendtgørelsen : 05/09/2025 06:49 +00:00
Dato for afsendelse af bekendtgørelsen (eSender) : 05/09/2025 11:40 +00:00
Bekendtgørelsens officielle sprog : dansk engelsk
Bekendtgørelsesnummer : 00585196-2025
EUT-S-nummer : 171/2025
Offentliggørelsesdato : 08/09/2025