Framework agreement concerning Meter Container Units

The Contracting Authority intends to install several reverseflow plants for injection of upgraded biogas/biomethane from the natural gas distribution grid into the natural gas transmission grid in Denmark. Meter container units for measurement of the gas mass flow are part of the reverse flow plant design. Therefore, the Contracting Authority …

CPV: 44610000 Cisternas, rezervuāri, tvertnes un augstspiediena tvertnes, 44613300 Standarta kravu konteineri, 51210000 Mērierīču uzstādīšanas pakalpojumi
Izpildes vieta:
Framework agreement concerning Meter Container Units
Piešķīrēja iestāde:
Energinet Gastransmission A/S
Piešķīruma numurs:
24/15046

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement concerning Meter Container Units
Description : The Contracting Authority intends to install several reverseflow plants for injection of upgraded biogas/biomethane from the natural gas distribution grid into the natural gas transmission grid in Denmark. Meter container units for measurement of the gas mass flow are part of the reverse flow plant design. Therefore, the Contracting Authority intends to purchase meter container units for measurement of the gas mass flow are part of the reverse flow plant design. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The estimated consumption during the term of the framework agreement is expected to amount to seven (10) meter container units in total. The estimated number of units is the following: - Two (2) meter container units each for ID 1, ID 2, and ID 3.b - One (1) meter container unit each for ID 3.c, ID 4, ID 6, and ID 7 The framework agreement consists of an initial call-off of two (2) meter container units, each of the following: ID 2, ID 3.b or ID 3.c. The initial call-off of two (2) meter container units will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. section 4.2. Following the abovementioned orders, four (4) meter container units are expected to be ordered, which is expected to be one of each of the following: ID 4, ID 6, ID 1, and ID 7. The value of the framework agreement is expected to amount to EUR 6.500.000. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Procedure identifier : 40471cab-9c6e-4fdb-94ab-01e171b36cf3
Internal identifier : 24/15046
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44613300 Standard freight containers
Additional classification ( cpv ): 51210000 Installation services of measuring equipment

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 6 500 000 Euro
Maximum value of the framework agreement : 9 100 000 Euro

2.1.4 General information

Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement concerning Meter Container Units
Description : The Contracting Authority intends to install several reverseflow plants for injection of upgraded biogas/biomethane from the natural gas distribution grid into the natural gas transmission grid in Denmark. Meter container units for measurement of the gas mass flow are part of the reverse flow plant design. Therefore, the Contracting Authority intends to purchase meter container units for measurement of the gas mass flow are part of the reverse flow plant design. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The estimated consumption during the term of the framework agreement is expected to amount to seven (10) meter container units in total. The estimated number of units is the following: - Two (2) meter container units each for ID 1, ID 2, and ID 3.b - One (1) meter container unit each for ID 3.c, ID 4, ID 6, and ID 7 The framework agreement consists of an initial call-off of two (2) meter container units, each of the following: ID 2, ID 3.b or ID 3.c. The initial call-off of two (2) meter container units will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. section 4.2. Following the abovementioned orders, four (4) meter container units are expected to be ordered, which is expected to be one of each of the following: ID 4, ID 6, ID 1, and ID 7. The value of the framework agreement is expected to amount to EUR 6.500.000. The consumption figures are estimates only and are consequently not binding for the Contracting Authority. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Internal identifier : 24/15046

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 44610000 Tanks, reservoirs, containers and pressure vessels
Additional classification ( cpv ): 44613300 Standard freight containers
Additional classification ( cpv ): 51210000 Installation services of measuring equipment
Options :
Description of the options : The framework agreement can be extended for (2x2 years) by a written notice to the Supplier no later than 3 months before the termination of the Agreement

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework agreement can be extended for 2x2 years

5.1.5 Value

Estimated value excluding VAT : 6 500 000 Euro
Maximum value of the framework agreement : 9 100 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) 2. Equity ratio (equity/total assets). This must be stated with two decimals. If the applicant relies on the capacities of one or more entities (e.g., an affiliated company or a subcon-tractor) or the applicant is a group of economic operators (e.g., a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. It is the sole responsibility of the applicant to secure that the minimum requirements are reached based on consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least EUR 500,000. Concerning 2: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 3,000,000.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Other
Name : Selection of applicants
Description : If more than three (3) applicants fulfill the minimum requirements, cf. section 2.2.2, the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Delivery of modified container units similar to the tendered assignment in an environment with climate and weather conditions similar to Denmark, including: o Handling of customer deliveries and modification of containers to be used in reverse flow plant design (installation, programming, and testing)
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to five (5) most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should include: o A specific description of the work performed for each reference, including: A description of the modified standard containers delivered, including the number of units delivered along with services delivered as part of the reference o Reference to directives used for authority approval o Contract value (if possible) o Contact information for the entity in question (including contact person) o Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visi-ble and it is possible to copy paste text into the box. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined. If more than 5 references are submitted, the Contracting Authority will only consider the 5 most recent references determined by date of final delivery (in this case not yet finished references will not be included). If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met.
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 3
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating 'Price’, the Contracting authority will evaluate the grand total, contract price, cf. the Appendix 3: Schedule of Prices (doc. no. 24/15046-7). The tenderer must fill in all open items (green cells) in Appendix 3: Schedule of Prices for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Solution Description
Description : When evaluating 'Solution Description', The Contracting Authority will evaluate the submitted proposal including the degree to which tenderer complies with Appendix 2: Scope of Work (doc. no. 24/15046-1), including the scope and content of any reservations in relation thereto. In this context, the elements listed below are of particular importance: a) Modification of container • It will be evaluated positively if the proposed solution for door assemblies, recommended reinforcements and ventilation systems are fit for purpose. b) Procedure for replacement • It is evaluated positively if the procedure for replacement of the meter elements includes clear step by step operations and easy access for all activities required for replacement. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality management
Description : For the sub-criterion 'Quality management’, the Contracting Authority will evaluate to which degree the Tenderer provides assurance as to the quality of production. The evaluation will therefore include the Tenderer’s ability to ensure quality in the entire production and across all interfaces and will be evaluated to the extend the requirements from the technical specification as well as the requirements from standards are met. In this context, the elements listed below are of particular importance: a) Fabrication processes: • It is evaluated positive that manufacturing interfaces are kept at a minimum to prevent unnecessary risk. b) Inspection and Test Plan (ITP): • It is evaluated positively that references to internal quality procedures and quality procedures of sub-suppliers are included to ensure that quality requirements are met. • It is evaluated positively that involvement of third-party inspection is specified in the ITP and time is allowed for the activities. c) Quality management systems: • It is evaluated positively if the tenderer and relevant sub-supplier have implemented third-party certified systems to support quality management. d) Sub-supplier management: • It is evaluated positively if relevant sub-supplier are assessed and approved. e) CE marking: • It is evaluated positively that third-party involvement is specified, and intervention points are identified for the CE marking process. f) Document control system: • It is evaluated positively if the document control system includes internal review and approval steps for master record data book (MRB) to reduce the time of follow up during review. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Time schedule
Description : For the evaluation of 'Time Schedule’, the Contracting Authority will evaluate the degree to which the tender demonstrates a well-planned, realistic and robust time schedule, which allows sufficient time for potential schedule contingencies, especially concerning: a) Time schedule for project execution • It will be evaluated positively if the description and schedule reflect a realistic, but frontloaded schedule for the critical activities. • It will be evaluated positively if the schedule reflects sufficient time for 3rd party engagement. • It will be evaluated positively if the schedule adequately allows for the delivery of supplies provided by the Contracting Authority during the course of the project execution. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Delivery time
Description : The evaluation of 'Delivery time’ will be based on the stated delivery time as offered by the tenderer: • A maximum delivery time of up to 16 weeks will result in a score of 10, whereas a maximum delivery time of 28 weeks or more will result in a score of 0. In between these two points scores will be given on the basis of linear interpolation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Project management
Description : Evaluation of the sub-criterion 'Project management’ will be based on the competences and experiences demonstrated in the included visual chart illustrating the organizational structure. In this context, the elements listed below are of particular importance: • It will be evaluated positively if the proposed organizational structure is operational, efficient and has clear lines of communication. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms. With the exception of the above-mentioned clauses and sections in sub-section 3.7.1 in this document, which are not part of the evaluation of 'Contract terms', it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion 'Contract terms' and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity and consequence. In this regard it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

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 : 28/05/2025 10:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : The tenders submitted must be valid for a period of 3 months as from the specified time limit for the submission of tenders. If the tenderer during the negotiation phase, prepares and submits revised tenders, such tenders must also be valid for the period of 3 months from the specified time limit for these revised tenders.
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 Framework agreement contract
Electronic payment will be used : yes
Financial arrangement : See the tender materiel. The tenderer's legal form is not required. If applications and tenders are submitted by a consortium, all participants in the consortium must be jointly and severally liable for the performance of the contract and a consortium member must be appointed with whom a binding agreement can be concluded on behalf of the consortium”.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisa-tion, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Contracting Authority that the time frame for receipt of this documen-tation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Organisation providing additional information about the procurement procedure : Energinet Gastransmission A/S -
Organisation providing offline access to the procurement documents : Energinet Gastransmission A/S -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation receiving requests to participate : Energinet Gastransmission A/S -

8. Organisations

8.1 ORG-0001

Official name : Energinet Gastransmission A/S
Registration number : 39 31 50 84
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - A
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : ed06db77-83c9-40a4-a1d7-a79808f95f74 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 01/05/2025 15:02 +00:00
Notice dispatch date (eSender) : 01/05/2025 15:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00286268-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025