Framework agreement for deodorization units

In Denmark, the amount of biogas in the distribution grids increases. When bio natural gas (biomethane) from distribution grids is fed into the transmission grid, the concentration of odorant present in the gas needs to be reduced to accepted trace amounts max (1.0 mg THT/Nm3) before the gas enters the …

CPV: 42514000 Machines en toestellen voor het filtreren of zuiveren van gassen, 42514320 Gasfilters, 44615000 Drukvaten, 44615100 Stalen drukvaten
Plaats van uitvoering:
Framework agreement for deodorization units
Toekennende instantie:
Energinet
Gunningsnummer:
24/06394

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreement for deodorization units
Description : In Denmark, the amount of biogas in the distribution grids increases. When bio natural gas (biomethane) from distribution grids is fed into the transmission grid, the concentration of odorant present in the gas needs to be reduced to accepted trace amounts max (1.0 mg THT/Nm3) before the gas enters the transmission grid. The removal of the odorant, tetrahydrothiophene (THT), will be executed by a deodorization unit, at the place of injection into the transmission system. Through the establishment of the present framework agreement, the Contracting Authority wants to purchase a number of deodorizing units for injection of upgraded biogas from the distribution grid into the natural gas transmission grid in Denmark. Deodorization units for reduction of odorant (THT) in the source gas has to the requirements of the export grids will be included in the reverse flow plant’s facilities. The capacity is within 3.500 Nm3/hr., to 9.500 Nm3/hr., and maximum inlet pressure 19-40 barg. The exception is 3.C which is 17.300 Nm3/hr. and 19 barg. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension 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 (7) deodorizing units in total. The estimated number of deodorizing units is one of each of the following (ID 1, ID 2, ID 3.b, ID 3.c, ID 4, ID 6, and ID 7). The framework agreement consists of an estimated consumption for the FTB project of six (6) deodorizing units. This framework agreement consists of an initial call-off for four (4) deodorizing units (ID 2, ID 3.b or ID 3.c, ID 6 and ID 4), which 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. Further, two (2) deodorizing units are expected to be ordered after the first order, which it expected to be (ID 1 and ID 7). The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently. For further details concerning the purchase, reference is made to the appendices to the tender documents.
Procedure identifier : 496c7cc0-af8a-44e9-908b-deb4fc8b294f
Previous notice : 701e94a3-6863-4310-8f86-fdff609894bb-01
Internal identifier : 24/06394
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 ): 42514000 Machinery and apparatus for filtering or purifying gases
Additional classification ( cpv ): 42514320 Gas filters
Additional classification ( cpv ): 44615000 Pressure vessels
Additional classification ( cpv ): 44615100 Steel pressure vessels

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark – 7000 Fredericia, 5250 Bellinge, 7400 Herning og 4600 Køge

2.1.3 Value

Estimated value excluding VAT : 17 000 000 Euro
Maximum value of the framework agreement : 23 800 000 Euro

2.1.4 General information

Call for competition is terminated
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. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. Mandatory text (must be included): Tenders submitted must be valid for at least 3 months. 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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement for deodorization units
Description : In Denmark, the amount of biogas in the distribution grids increases. When bio natural gas (biomethane) from distribution grids is fed into the transmission grid, the concentration of odorant present in the gas needs to be reduced to accepted trace amounts max (1.0 mg THT/Nm3) before the gas enters the transmission grid. The removal of the odorant, tetrahydrothiophene (THT), will be executed by a deodorization unit, at the place of injection into the transmission system. Through the establishment of the present framework agreement, the Contracting Authority wants to purchase a number of deodorizing units for injection of upgraded biogas from the distribution grid into the natural gas transmission grid in Denmark. Deodorization units for reduction of odorant (THT) in the source gas has to the requirements of the export grids will be included in the reverse flow plant’s facilities. The capacity is within 3.500 Nm3/hr., to 9.500 Nm3/hr., and maximum inlet pressure 19-40 barg. The exception is 3.C which is 17.300 Nm3/hr. and 19 barg. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension 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 (7) deodorizing units in total. The estimated number of deodorizing units is one of each of the following (ID 1, ID 2, ID 3.b, ID 3.c, ID 4, ID 6, and ID 7). The framework agreement consists of an estimated consumption for the FTB project of six (6) deodorizing units. This framework agreement consists of an initial call-off for four (4) deodorizing units (ID 2, ID 3.b or ID 3.c, ID 6 and ID 4), which 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. Further, two (2) deodorizing units are expected to be ordered after the first order, which it expected to be (ID 1 and ID 7). The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently. For further details concerning the purchase, reference is made to the appendices to the tender documents.
Internal identifier : 24/06394

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 42514000 Machinery and apparatus for filtering or purifying gases
Additional classification ( cpv ): 42514320 Gas filters
Additional classification ( cpv ): 44615000 Pressure vessels
Additional classification ( cpv ): 44615100 Steel pressure vessels
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. Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark – 7000 Fredericia, 5250 Bellinge, 7400 Herning og 4600 Køge

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2x2 years

5.1.5 Value

Estimated value excluding VAT : 17 000 000 Euro
Maximum value of the framework agreement : 23 800 000 Euro

5.1.6 General information

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. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. Mandatory text (must be included): Tenders submitted must be valid for at least 3 months. 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.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating “Price”, the Contracting authority will evaluate the grand total, contract price, cf. the Schedule of Prices.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Technical Solution
Description : In the evaluation of “Technical solution”, the Contracting Authority will evaluate the extent to which the tenderer complies with Contracting Authority specifications: Appendix 2.1: Deodorization Unit Technical Specification (doc. no. 24/06394-6) and appendix 2: Scope of Work; Costumer’s Requirements (doc. no. 24/06394-16) including the scope and content of any deviations in relation thereto. In this context, the elements listed below are of particular importance (in prioritized order): a) It is evaluated positive if the deodorization units electrical and mechanical equipment offer technology for efficiently removing odorant from bio natural gas. Further, a functional and simple design with manual operation is preferred of each plant. b) Adsorber process: • It is evaluated positive if the adsorber process includes long intervals between replacements of the adsorber material. • It is evaluated positive if procedures for replacement of adsorber material in the THT filter pressure vessels includes clear step by step procedures and easy access for all operations required for replacement of the adsorber material. c) Maintenance, hereunder: • It is evaluated positive, that the planned maintenance includes few and simple maintenance operations. • Further, long exchange intervals and easy access to perform the work with few special tools/components and minimum personnel needed are evaluated positive. d) Emissions: • It is evaluated positive, that actions are taken to reduce emissions from fabrication and under transportation. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Quality management
Description : For the sub-criteria “Quality management”, the Contracting Authority will evaluate to which degree the tender provides assurance as to the quality of production. The evaluation will therefore include the tenderer’s ability to ensure quality in the entire production line 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: e) Fabrication processes: • It is evaluated positive that project steps from design to mechanical completion are included, such as attention to sub-contracted and purchased parts. • It is evaluated positive that risks are identified, and mitigations described. • It is evaluated positive that manufacturing interfaces are kept at a minimum to prevent unnecessary risk. f) Inspection and Test Plan (ITP): • It is evaluated positive that the ITP includes steps for pre-fabrication, fabrication, surface treatment, assembly and testing. • Further, it is evaluated positive that topics identified include references to internal procedures as well as procedures of sub-contractors and third-party interventions to ensure that quality requirements are met. g) Quality management systems: • It is evaluated positive if tenderer and relevant sub-contractors have implemented third-party certified systems to support quality management. h) Sub-contractor management: • It is evaluated positive if relevant sub-contractors are approved or assessed. i) CE marking: • It is evaluated positive that third-party involvement is specified, and intervention points are identified for the CE marking process. j) Document control system: • It is evaluated positive 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, but still provides evidence of a high level of security for delivery within the timeframe set out in the Tender Documents. In this context it will be evaluated positive that: • The schedule reflects a realistic, but frontloaded schedule for the critical activities. • The schedule reflects sufficient time for 3rd party engagement. 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 : 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 40 weeks will result in a score of 10, whereas a maximum delivery time of 52 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 : 5
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 CV’s and their relevance to the specified roles of the key persons. It will also be evaluated to which degree the individual key per-sonnel will be involved in fulfillment of the assignment and how they complement each other. Further, the evaluation will be based on whether the proposed organizational structure is operational, efficient and have 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 : Social sustainability
Description : Evaluation of case 1 will focus on the tenderer’s description of the supply chain management, within the specified key materials (steel, metal manufacturing including iron ore, coal). Of particular importance is: • Process description of the supply chain management for the key components (steel, metal manufacturing including iron ore, coal) of the objective of the purchase. • The degree of traceability for the raw material used in the production (tier 1, tier 2 etc.), the closer to the initial stage the company can trace the components, the higher score/will be evaluated positively. • Documentation that supports the process description, such as internal processes, strategies and measures and/or plan to request a certificate of origin, the use of blockchain technology etc. Evaluation of case 2 will focus on the tenderer’s description of management of Energinet’s Code of Conduct throughout the supply chain. Of particular importance is: • Process description of the management of CoC throughout the supply chain of the objective of the purchase. • The implementation of a Supplier Code of Conduct and contractual obligations, ensuring that suppliers are aware of and committed to up-holding human rights standards. • The degree of accountability/grievance mechanism en-suring access to a reporting channel for suppliers and sub-suppliers to report CoC violations, including clear procedure how to handle misconduct. • Supplier and sub-supplier visits/audits to ensure robust process when it comes to ensuring compliance with CoC throughout the supply chain, not only description but that actions are made. An overall evaluation will be conducted.
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. The tenderer may, however, suggest explicit and well-explained deviations to the contractual terms which the Contracting Authority has identified as competitive criteria’s below: Framework Agreement (doc. 24/06394-14): o Sub-Clauses 10.4, 10.5 & 10.6 (Validity and Termination) Appendix 1: General Terms and Conditions for Works (doc. 24/06394-15): o Clause 2 (Requirements), except for sub-clause 2.3 o Sub-clause 5.6 (Advance payment guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 3.7.1 above) o Clause 10 (Time for Completion) o Clause 14 (Intellectual property rights) o Clause 15 (Late-delivery or non-delivery) o Clause 16 (Defects and remedies) o Clause 17 (Limitation of liability) o Clause 18 (Product liability) o Clause 19 (Insurance) o Clause 20 (Indemnification) o Clause 21 (Performance guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 2.7.1 above) o Clause 28 (Termination) o Appendix 1G: Insurance Exhibit (doc. 24/06394-20) Agreement under Framework Agreement (doc. 24/06394-18): o Section 7, sub-clause 10.1 (Time for Completion) o Section 7, sub-clause 15.1 (Late-delivery or non-delivery) o Section 7, sub-clause 16.1 and 16.6 (Defects and remedies) o Section 7, sub-clause 17.2 (Limitation of liability) o Section 7, sub-clause 19.1 (Insurance) o Section 7, sub-clause 20.1 + 20.3 (Performance Guarantee) o Section 7, sub-clause 23.3 (Code of conduct and HSE requirements) o Section 7, sub-clause 28.3 (Termination) 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-criteria. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
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 :

5.1.12 Terms of procurement

Information about review deadlines : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

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 : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Organisation providing additional information about the procurement procedure : Energinet -
Organisation providing offline access to the procurement documents : Energinet -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation executing the payment : Energinet
Organisation signing the contract : Energinet

6. Results

Value of all contracts awarded in this notice : 17 000 000 Euro
Maximum value of the framework agreements in this notice : 23 800 000 Euro
Approximate value of the framework agreements : 17 000 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 23 800 000 Euro
Re-estimated value of the framework agreement : 17 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : SulfaTrap LLC
Tender :
Tender identifier : Framework agreement for deodorization units - SulfaTrap LLC
Identifier of lot or group of lots : LOT-0000
Value of the tender : 20 071 464 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Framework agreement for deodorization units - SulfaTrap LLC
Date of the conclusion of the contract : 01/05/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 701e94a3-6863-4310-8f86-fdff609894bb-01
Organisation signing the contract : Energinet

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Range of tenders :
Value of the lowest admissible tender : 20 071 464 Euro
Value of the highest admissible tender : 23 390 950 Euro

8. Organisations

8.1 ORG-0001

Official name : Energinet
Registration number : 28980671
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 signing the contract
Organisation executing the payment

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 : SulfaTrap LLC
Registration number : 45-4320485
Postal address : 5610 Ward Road #300
Town : Arvada
Postcode : 80002
Country : United States
Telephone : +1 7203527919
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : df5d04ad-20e4-4cae-8c2f-ccfc29838fef - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 12/05/2025 13:03 +00:00
Notice dispatch date (eSender) : 12/05/2025 13:04 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00309335-2025
OJ S issue number : 92/2025
Publication date : 14/05/2025