Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone

The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and …

CPV: 71000000 Arhitekturne, gradbeniške, inženirske in inšpekcijske storitve, 71631000 Storitve tehničnih pregledov, 79132000 Storitve overovljanja
Kraj izvršitve:
Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Organ za podeljevanje:
Energinet Brint A/S
Številka dodelitve:
25/06071

1. Buyer

1.1 Buyer

Official name : Energinet Brint A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Production, transport or distribution of gas or heat

1.1 Buyer

Official name : Energinet
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Eltransmission A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Systemansvar A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

Official name : Energinet Datahub A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

1.1 Buyer

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

1.1 Buyer

Official name : Gas Storage Denmark A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Description : The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and testing of the installed components; including sufficient documentation and due diligence to meet all necessary internal guidelines, and external governance such as directives, executive orders, standards, codes and established industry guidelines. These directives and the like form the basis of the ‘Project Compliance Plan. The Contracting Authority wants to purchase verification and certification services from an independent, third-party agency in order to satisfy those verification and certification requirements laid down under the compliance plan. The full scope of services of the design & installation contractors, including a full description of all known project constraints against which the Project shall be Verified or Certified, is included in this document package. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of five (5) years. The framework agreement can be extended with two (2) years + one (1) years. Subsequent contracts under the framework agreement will be awarded directly to the supplier who submitted the most economically advantageous tender, see section 4.1. 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 : f71d1ffc-8905-451d-ad9d-a6a444b7acee
Previous notice : 4c546d89-185e-4fc5-83b5-080ab1543429-01
Internal identifier : 25/06071
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The tenders submitted must be valid for a period of six (6) 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 six (6) months from the specified time limit for these revised tenders.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 79132000 Certification services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : 7000 Fredericia

2.1.3 Value

Estimated value excluding VAT : 13 000 000 Euro

2.1.4 General information

Call for competition is terminated
Additional information : Energinet would like to inform you that Energinet has decided to cancel the tender for Third-Party Verification and Certification for the Danish Hydrogen Backbone. After careful consideration, we have determined that it is necessary to revise the Scope of Services for this tender. Please be assured that Energinet intends to reissue the tender at a later date once the scope has been thoroughly reviewed and updated. We appreciate your understanding and thank you for your interest in this project.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework agreement regarding Third-Party Verification and Certification of the Danish Hydrogen Backbone
Description : The scope of services for the framework agreement includes all phases of the DHB-1 project from detailed design to testing and commissioning for the purpose of taking the hydrogen transmission asset into operation. Major project phases include, for example, detailed design; fabrication and manufacture of system components; installation, construction and testing of the installed components; including sufficient documentation and due diligence to meet all necessary internal guidelines, and external governance such as directives, executive orders, standards, codes and established industry guidelines. These directives and the like form the basis of the ‘Project Compliance Plan. The Contracting Authority wants to purchase verification and certification services from an independent, third-party agency in order to satisfy those verification and certification requirements laid down under the compliance plan. The full scope of services of the design & installation contractors, including a full description of all known project constraints against which the Project shall be Verified or Certified, is included in this document package. For further details regarding the purchase, reference is made to the tender documents. The tendered framework agreement has a duration of five (5) years. The framework agreement can be extended with two (2) years + one (1) years. Subsequent contracts under the framework agreement will be awarded directly to the supplier who submitted the most economically advantageous tender, see section 4.1. 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 : 25/06071

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71000000 Architectural, construction, engineering and inspection services
Additional classification ( cpv ): 71631000 Technical inspection services
Additional classification ( cpv ): 79132000 Certification services
Options :
Description of the options : The framework agreement can be extended with two (2) years + one (1) years.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : 7000 Fredericia

5.1.3 Estimated duration

Duration : 5 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 13 000 000 Euro
Maximum value of the framework agreement : 26 000 000 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 : Energinet would like to inform you that Energinet has decided to cancel the tender for Third-Party Verification and Certification for the Danish Hydrogen Backbone. After careful consideration, we have determined that it is necessary to revise the Scope of Services for this tender. Please be assured that Energinet intends to reissue the tender at a later date once the scope has been thoroughly reviewed and updated. We appreciate your understanding and thank you for your interest in this project.

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Solution description
Description : Documentation: The tenderer must enclose a detailed ‘Solution Description’ for the contract tendered in relation to all elements as requested in Enclosure D – Guideline on content of the “Solution Description”. Responses in relation to the ‘Solution Description’ should be a general description of the interpretation of the Tenderer to the requested Scope of Services and contain as a minimum all information requested in Enclosure D. Reponses shall be dis-cussed as a part of the negotiation and clarification meet-ing(s). The response can be otherwise unconstrained but must be a maximum of twenty (20) A4 pages, including 2,400 characters spaced per A4 page or a total number of characters of 48,000 distributed over the twenty (20) pages. If the scope of the response exceeds the maximum number of pages, only the first twenty (20) pages will be considered in the assessment, or if the number of characters exceeds 48,000 characters, then only the material within this impact limit will be evaluated. Front page and table of contents do not count. Evaluation: The evaluation of the “Solution description” will depend upon the content and level of detail of the proposed solution description in relation to fulfilment of the Scope of Services. It will be evaluated highly positively if: • The description demonstrates a high level of ability to identify relevant activities and challenges in relation to the topics raised in Enclosure D • The description proposes appropriate and specific methods, tools and processes for managing verification and certification services An overall evaluation of this sub criterion will be made. For the sub‐criteria “Solution description” it is a minimum re-quirement that the tenderers reach a minimum score of four (4), cf. section 3.7.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : CV and Organization
Description : For the evaluation of this sub-criteria the following should be enclosed: • One (1) CV for the Project Manager • One (1) CV for the discipline lead for the WP “Detailed design” • One (1) CV for the discipline lead for the WP “Fabrication and manufacture” • One (1) CV for the discipline lead for the WP “Installation and construction” • One (1) CV for the discipline lead for the WP “Testing and pre-commissioning” It is of high importance that the categories 1, 2 and 3 shall be represented within the requested amount of five (5) CVs. A CV is not to be reused, and the Client therefore requests five (5) independent CVs. All submitted CVs shall be numbered from 1-5 and this number must be transferred as a reference in Enclosure C – Price List (doc. 25/06071-9). No CVs shall be submitted in categories 4 and 5. The submitted CVs demonstrated will be recognized as the key personnel offered to the Client for the period of the framework agreement and Agreement under the Framework Agreement. The CVs should include a detailed description of experience and competences of relevance to the tendered assignment considering the position for which the key person is proposed (e.g. experience within that position, experience with similar assignments etc.). Max. number of pages per CV is limited to three (3) pages, if the CV contains more than three (3) pages only the first three (3) pages will be evaluated. The tenderer should enclose a detailed description of the project specific organizational structure which will be allocated to major phases of the assignment (detailed design, fabrication & manufacture, construction, installation and testing), including: o Level of involvement of the key personnel and how the competences of the key personnel will be used for the specific assignment o How the key personnel complement each other within the organization structure o How external interfaces are administrated, including how subcontractors (if any) will be involved and administrated. o The availability and structure of additional expert or ‘second line’ support o How lines of communication internally and externally will be handled appropriately and efficiently The description “Organization” must not exceed six (6) A4 pages. If the scope of the response goes beyond the maximum number, only the first six (6) pages will be considered in the assessment of each sub-agreement. The front page and table of contents do not count. Further to the detailed description of “Organization”, the tenderer should include a visual chart illustrating the organizational structure. This is not a part of the six (6) pages. Evaluation: The evaluation of “CVs” will be based on the demonstrated com-petences and experiences in the included CVs with respect to the tendered assignment and the specific role of the key person, including to which degree the individual key personnel will be involved in the fulfillment of the assignment and how they complement each other. It will be evaluated highly positively if the CV demonstrates: • Experience with hydrogen projects or equivalent using emerging technologies • Experience, competencies and expertise regarding re-view of project documentation within all elements of pipeline, plant and process equipment • The ability to work under DNV-SE-0474, DNV-SE-0471, DNV-SE-0479 and DNV-SE-0656 (alternatives must demonstrate equivalence) • Experience and familiarity with working within Danish legislation and working practices • Experience with Codes, Standards, Guidelines and In-dustry Practices of relevancy with respect to gas transport, storage and processing, including (for exam-ple) ATEX, LVD, PED, fire-safety. The evaluation of “Organization” will be based on whether the proposed organizational structure is operationally efficient and has clear lines of communication taking into consideration the scope of the assignment. It will be evaluated highly positively if the description of organization demonstrates: • An organizational structure, which demonstrates the ability to provide the requested verification and certifi-cation services throughout the period of contract • An active, accredited, integrated risk, safety and quality management system • Accreditation to as many of the relevant directives, ex-ecutive orders, codes, standards and guidelines, as pos-sible e.g. Accreditation to: PED module G (EU), Danish Executive Order 99 (DK) and/or Danish Executive Order 498 (DK) • Demonstrated ‘Organizational Readiness’ through ac-tive participation with research or joint-industry pro-jects related to this assignment. An overall evaluation will be made of this sub-criterion. For all other sub‐criteria than “Price” it is a minimum require-ment that the tenderers reach a minimum score of four (4) to be com-pliant, cf. section 3.7.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Price
Name : Price
Description : Documentation: Prices must be stated in the attached Enclosure E - Price List (Doc. 25/06071-9) and the defined price elements must be completed herein. Prices must be stated exclusive of VAT but inclusive of all other expenses associated with the purchase. Prices must be stated in EUR. Evaluation: When evaluating 'Price', the Contracting Authority will evaluate the total weighted hourly rates (for evaluation purposes), cf. the Price List item 500.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contract
Description : Documentation: The tenderer must as part of the sub-criterion “Contract Terms” include the following (if applicable): • A list of proposed deviations to the attached contractual terms, cf. legal documents: the Framework Agreement (doc.no. 25/06071-7), the Agreement under the Framework Agreement (doc.no. 25/06071-13) and the General terms and Conditions for Verification and Certification Services (doc.no. 25/06071-13), which shall be stated in the “Clarification List” under the sheet “Legal”. The proposed deviations should be explicit and with explanation as to why they are made. Evaluation: The tendered assignment must be performed on the basis of the attached Contract Terms. With the exception of the following sections in: • The legal conditions stated in the Framework Agreement (doc.no. 25/06071-7) o Clause 2 (Documents forming the Agreement) o Clause 14 (Disputes and Applicable Law) • The legal conditions stated in the Agreement under the Framework Agreement (doc.no. 25/06071-13) o Clause 2 (Documents forming the Agreement) • The legal conditions stated in the General terms and Conditions for Verification and Certification Services (doc.no. 25/06071-13) o Sub-clause 6.13 (Invoicing) o Sub-clause 6.14 and 6.15 (Final date for payment and late payment) o Clause 25 (Disputes and applicable law) which is not part of the evaluation of “Contract terms”, as these terms are mandatory, and it is therefore not possible for the tenderer to have deviations to these sections. It is contrary possible for the tenderer to make explicit and well explained deviations to the other sections. Any deviation 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 intend 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 a maximum score of ten (10). For all other sub‐criteria than “Price” it is a minimum requirement that the tenderers reach a minimum score of four (4) to be compliant, cf. section 3.7.1 An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

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 in-formed 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 Brint A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Energinet Brint A/S
Registration number : 45435326
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer
Group leader
Organisation providing additional information about the procurement procedure

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) : Vestjylland ( DK041 )
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) : Byen København ( DK011 )
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 : Energinet
Registration number : 28 98 06 71
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : 70102244
Roles of this organisation :
Buyer

8.1 ORG-0005

Official name : Energinet Eltransmission A/S
Registration number : 39 31 48 78
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0006

Official name : Energinet Systemansvar A/S
Registration number : 39 31 49 59
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0007

Official name : Energinet Datahub A/S
Registration number : 39 31 50 41
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0008

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 - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0009

Official name : Gas Storage Denmark A/S
Registration number : 29 85 12 47
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
Telephone : +45 70 10 22 44
Roles of this organisation :
Buyer

8.1 ORG-0010

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 : f377f811-c228-4fc8-90fc-0d52d38a6c12 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 25/09/2025 10:10 +00:00
Notice dispatch date (eSender) : 25/09/2025 10:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00631531-2025
OJ S issue number : 185/2025
Publication date : 26/09/2025