1.
Buyer
1.1.
Buyer
Official name
:
Evida Service A/S
Activity of the contracting entity
:
Production, transport or distribution of gas or heat
2.
Procedure
2.1.
Procedure
Title
:
Tender of Compressor Service and Gas cooler cleaning
Description
:
The Customer wishes to procure maintenance services related to Preventive Maintenance Work and Repair Work, and gas cooler cleaning, of the Customer’s existing 99 Fornovo Gas, 5 Neuman & Esser, and 5 KwangShin gas biomethane injection compressors.The compressors are used for controlling the pressure when channeling biomethane gas between the low-pressure network of 4 or 7 bar(g) to the high-pressure gas network of 19 to 80 bar(g). The compressors are placed at different biogas plant sites around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.At most sites, two or more compressors are installed to make failover possible and to mitigate the immediate impact in case of unplanned stops and/or breakdowns.
Procedure identifier
:
e016ba62-05c6-423b-90bf-9c9aaef748ae
Previous notice
:
02dc49f8-e8ca-4168-97f8-26701c883ee7-01
Internal identifier
:
240191582
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
Main features of the procedure
:
Maintenance services and repair - Subcontract 1-4.Maintenance services entail the Supplier’s performance of Preventive Maintenance Work according to the compressor manufacturer’s service schedule (planned/preventive maintenance) and execution of Repair Work on request by the Customer (unplanned stops and/or breakdowns).As part of the Agreement the Supplier must also offer an emergency helpdesk available outside Normal Business Hours in relation to Repair Work, cf. Appendix 1 Scope of works.The Customer will enter into an agreement (Spare Parts Agreement) with a third party (Spare Parts Supplier) on delivery of spare parts, consumables and liquids for the maintenance and repair to be performed by the Supplier under this Contract.The Spare Parts Agreement will include a right for the Supplier of maintenance and repair to order spare parts from the Spare Parts Supplier. The Supplier is obligated to order spare parts, consumables and liquids under the Spare Parts Agreement for the maintenance and repair of the compressors. The Supplier may only use spare parts, consumables and liquids ordered from the Spare Parts Agreement for maintenance and repair for the Customer and only under this Contract, thus the Spare Parts Agreement and the products ordered under the Spare Parts Agreement must not be used for any other purposes or contracts.Gas cooler cleaning - Subcontract 5.The Contracting Authority wishes to procure gas cooler cleaning services related to preventive maintenance work and repair work of the Customer’s existing regarding the 109 compressors, cf. the description of the Customer’s compressors above, meaning mechanical cleaning of dust of the cooler tubes on the gas side of the injection compressor when the compressor is stopped and depressurised, cf. Appendix 1 Scope of work.
2.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
Additional classification
(
cpv
):
42124340
Parts of gas compressors
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
2.1.3.
Value
Estimated value excluding VAT
:
31 500 000,00
DKK
2.1.4.
General information
Legal basis
:
Directive 2014/25/EU
5.
Lot
5.1.
Lot
:
LOT-0001
Title
:
Fornovo Gas West - Subcontract 1
Description
:
Reference is made to the Contract Notice and the Tender Specification and in particular toAppendix 1 of 2 Scope of work - Description and requirements and the Suppliers solution descriptionAppendix 3 Ways of working - Personnel and cooperation organisationAppendix 4 PricesAppendix 5 Code of ethicsAppendix 6 Compressor and service overviewAppendix 7 Draft Spare Parts AgreementAppendix 8 Material Black ListAppendix 9 [signed Appendix B letter of commitment]
Internal identifier
:
242592414
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
Additional classification
(
cpv
):
42124340
Parts of gas compressors
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.5.
Value
Estimated value excluding VAT
:
22 500 000,00
DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
no
Additional information
:
Due to a technical system error, the expected values for each lot are incorrectly stated in the "expected value" field. The expected value for Lot 1 is DKK (twelve million) 12,000,000.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as: • Avg. hourly rate for predictive service (70%) • Avg. hourly rate for repair and ad-hoc other work (25%) • Hourly rate for emergency helpdesk (5%) as specified in Appendix 4 Prices. With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The financial framework is lowest price + 25% (the gradient). The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 25 %) or exceeds this framework are awarded the lowest number of points on the scale (minimum points). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price). In the formula, price of tender constitutes the evaluation-technical price of the tender in question which, using the formula, is awarded points by linear interpolation; lowest price is the evaluation-technical price of the compliant tender offering the lowest price; and the gradient is the addition to the lowest price on which the financial framework is based. The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 25%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Quality
Description
:
Quality will be evaluated on the basis of the following sub-sub-criteria: • Solution description of preventive maintenance, cf. Appendix 1 Scope of Work ID1.2 (20%), • Scheduling of preventive maintenance, cf. Appendix 1 Scope of Work ID1.3 (20%), • Other works related to preventive maintenance cf. Appendix 1 Scope of Work ID 1.5 (10%), • Capabilities and competences, cf. Appendix 1 Scope of Work ID 6.2 (50%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualitative evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion. The qualitative evaluation will be performed in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 1 – Scope of Work. With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Tender Specification, section 11.5. Only whole points will be awarded to each sub-subcriteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
45,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Evida Service A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0002
Title
:
Fornovo Gas East - Subcontract 2
Description
:
Reference is made to the Contract Notice and the Tender Specification and in particular toAppendix 1 of 2 Scope of work - Description and requirements and the Suppliers solution descriptionAppendix 3 Ways of working - Personnel and cooperation organisationAppendix 4 PricesAppendix 5 Code of ethicsAppendix 6 Compressor and service overviewAppendix 7 Draft Spare Parts AgreementAppendix 8 Material Black ListAppendix 9 [signed Appendix B letter of commitment]
Internal identifier
:
242592639
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
Additional classification
(
cpv
):
42124340
Parts of gas compressors
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
no
Additional information
:
Due to a technical system error, the expected values for each lot are incorrectly stated in the "expected value" field. The expected value for Lot 2 is DKK (four million) 4,000,000.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as: • Avg. hourly rate for predictive service (70%) • Avg. hourly rate for repair and ad-hoc other work (25%) • Hourly rate for emergency helpdesk (5%) as specified in Appendix 4 Prices. With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The financial framework is lowest price + 25% (the gradient). The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 25 %) or exceeds this framework are awarded the lowest number of points on the scale (minimum points). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price). In the formula, price of tender constitutes the evaluation-technical price of the tender in question which, using the formula, is awarded points by linear interpolation; lowest price is the evaluation-technical price of the compliant tender offering the lowest price; and the gradient is the addition to the lowest price on which the financial framework is based. The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 25%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Quality
Description
:
Quality will be evaluated on the basis of the following sub-sub-criteria: • Solution description of preventive maintenance, cf. Appendix 1 Scope of Work ID1.2 (20%), • Scheduling of preventive maintenance, cf. Appendix 1 Scope of Work ID1.3 (20%), • Other works related to preventive maintenance cf. Appendix 1 Scope of Work ID 1.5 (10%), • Capabilities and competences, cf. Appendix 1 Scope of Work ID 6.2 (50%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualitative evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion. The qualitative evaluation will be performed in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 1 – Scope of Work. With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Tender Specification, section 11.5. Only whole points will be awarded to each sub-subcriteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
45,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Evida Service A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0003
Title
:
Neuman Esser - Subcontract 3
Description
:
Reference is made to the Contract Notice and the Tender Specification and in particular toAppendix 1 of 2 Scope of work - Description and requirements and the Suppliers solution descriptionAppendix 3 Ways of working - Personnel and cooperation organisationAppendix 4 PricesAppendix 5 Code of ethicsAppendix 6 Compressor and service overviewAppendix 7 Spare part list (and sub-appendices regarding consumables)Appendix 8 [signed Appendix B letter of commitment]Appendix 9 Draft Spare Parts AgreementAppendix 10 Material Black List
Internal identifier
:
242592669
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
Additional classification
(
cpv
):
42124340
Parts of gas compressors
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
no
Additional information
:
Due to a technical system error, the expected values for each lot are incorrectly stated in the "expected value" field. The expected value for Lot 3 is DKK (one million) 1,000,000.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as: • Avg. hourly rate for predictive service (70%) • Avg. hourly rate for repair and ad-hoc other work (25%) • Hourly rate for emergency helpdesk (5%) as specified in Appendix 4 Prices. With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The financial framework is lowest price + 25% (the gradient). The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 25 %) or exceeds this framework are awarded the lowest number of points on the scale (minimum points). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price). In the formula, price of tender constitutes the evaluation-technical price of the tender in question which, using the formula, is awarded points by linear interpolation; lowest price is the evaluation-technical price of the compliant tender offering the lowest price; and the gradient is the addition to the lowest price on which the financial framework is based. The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 25%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Quality
Description
:
Quality will be evaluated on the basis of the following sub-sub-criteria: • Solution description of preventive maintenance, cf. Appendix 1 Scope of Work ID1.2 (20%), • Scheduling of preventive maintenance, cf. Appendix 1 Scope of Work ID1.3 (20%), • Other works related to preventive maintenance cf. Appendix 1 Scope of Work ID 1.5 (10%), • Capabilities and competences, cf. Appendix 1 Scope of Work ID 6.2 (50%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualitative evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion. The qualitative evaluation will be performed in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 1 – Scope of Work. With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Tender Specification, section 11.5. Only whole points will be awarded to each sub-subcriteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
45,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Evida Service A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0004
Title
:
Kwangshin - Subcontract 4
Description
:
Reference is made to the Contract Notice and the Tender Specification and in particular toAppendix 1 of 2 Scope of work - Description and requirements and the Suppliers solution descriptionAppendix 3 Ways of working - Personnel and cooperation organisationAppendix 4 PricesAppendix 5 Code of ethicsAppendix 6 Compressor and service overviewAppendix 7 Draft Spare Parts AgreementAppendix 8 Material Black ListAppendix 9 [signed Appendix B letter of commitment]
Internal identifier
:
242592722
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
Additional classification
(
cpv
):
42124340
Parts of gas compressors
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
no
Additional information
:
Due to a technical system error, the expected values for each lot are incorrectly stated in the "expected value" field. The expected value for Lot 4 is DKK (four million five hundred thousand) 4,500,000.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as: • Avg. hourly rate for predictive service (70%) • Avg. hourly rate for repair and ad-hoc other work (25%) • Hourly rate for emergency helpdesk (5%) as specified in Appendix 4 Prices. With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The financial framework is lowest price + 25% (the gradient). The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 25 %) or exceeds this framework are awarded the lowest number of points on the scale (minimum points). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price). In the formula, price of tender constitutes the evaluation-technical price of the tender in question which, using the formula, is awarded points by linear interpolation; lowest price is the evaluation-technical price of the compliant tender offering the lowest price; and the gradient is the addition to the lowest price on which the financial framework is based. The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 25%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Quality
Description
:
Quality will be evaluated on the basis of the following sub-sub-criteria: • Solution description of preventive maintenance, cf. Appendix 1 Scope of Work ID1.2 (20%), • Scheduling of preventive maintenance, cf. Appendix 1 Scope of Work ID1.3 (20%), • Other works related to preventive maintenance cf. Appendix 1 Scope of Work ID 1.5 (10%), • Capabilities and competences, cf. Appendix 1 Scope of Work ID 6.2 (50%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with a qualitative evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion. The qualitative evaluation will be performed in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 1 – Scope of Work. With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Tender Specification, section 11.5. Only whole points will be awarded to each sub-subcriteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
45,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Evida Service A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0005
Title
:
Gas cooler cleaning - Subcontract 5
Description
:
Reference is made to the Contract Notice and the Tender Specification and in particular toAppendix 1 of 2 Description and requirements and Scope of workAppendix 3 Ways of working - Personnel and cooperation organisationAppendix 4 PricesAppendix 5 Code of ethicsAppendix 6 Compressor and service overviewAppendix 8 [signed appendix B letter of commitment]
Internal identifier
:
242592740
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
50531300
Repair and maintenance services of compressors
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Evida is located in Vestjylland, but gas cooler cleaning services must be performed all around Jutland, Fyn, Zealand, and islands connected to mainland by bridge.
5.1.5.
Value
Estimated value excluding VAT
:
10 000 000,00
DKK
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
no
Additional information
:
Due to a technical system error, the expected values for each lot are incorrectly stated in the "expected value" field. The expected value for Lot 5 is DKK (ten million) 10,000,000.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
Price will be evaluated on the basis of the overall price for evaluation purposes (referred to in the following as the "evaluation-technical price"). The overall evaluation-technical price is calculated as weighted unit prices pr. gas cooler cleaning of the Compressor (types), as specified in Appendix 4 – Prices. With regard to the financial sub-criterion ”Price,” each tender will be awarded points in accordance with a financial framework. The evaluation will be based on an evaluation-technical price calculated as stated in Appendix 4 – Prices as the total estimated sum of service and repair in the term of the contract. The financial framework is lowest price + 25% (the gradient). The compliant tender with the lowest evaluation-technical price is awarded the highest number of points on the scale (maximum points:10). Tenders with an evaluation-technical price that exactly matches the financial framework (lowest price + 25 %) or exceeds this framework are awarded the lowest number of points on the scale (minimum points:0). Tenders with an evaluation-technical price that lies within the financial framework are awarded points by linear interpolation: Maximum points-(((maximum points-minimum points))/gradient)*((price of tender-lowest price))/(lowest price). In the formula, price of tender constitutes the evaluation-technical price of the tender in question which, using the formula, is awarded points by linear interpolation; lowest price is the evaluation-technical price of the compliant tender offering the lowest price; and the gradient is the addition to the lowest price on which the financial framework is based. The point for “Price” will be rounded to two (2) decimals. Correction model extension of financial framework If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 25%, the gradient is fixed at 50%. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 50 % or more will thus be awarded 0 points. If it is ascertained that the total evaluation price of one (1) or more of the compliant tenders is higher than the ‘lowest total evaluation price’ plus 50 %, X is fixed at 75 %. A total evaluation price corresponding to the ‘lowest total evaluation price’ plus 75 % or more will thus be awarded 0 points
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
55,00
Criterion:
Type:
Quality
Name
:
Quality
Description
:
Quality will be evaluated on the basis of the following sub-sub-criteria: • Gas cooler cleaning, Appendix 1 Scope of Work ID 8.2 (100%) With regard to the qualitative sub-criterion “Quality”, each tender will be awarded points in accordance with the qualitative evaluation. The qualitative evaluation will be performed for each sub-sub-criterion under the qualitative sub-criterion. The qualitative evaluation will be performed in accordance with the evaluation basis of the sub-sub-criterion in question, see Appendix 1 – Scope of Work. With the qualitative evaluation, the Contracting Entity will award the number of points that corresponds to the evaluation on the descriptive scale cf. Tender Specification, section 11.5. Only whole points will be awarded to each sub-subcriteria, i.e. no decimals. The number of points awarded in accordance with a sub-sub-criterion will be included with the weighting of the sub-sub-criterion in the calculation of the overall number of points awarded to the qualitative sub-criterion to which the sub-sub-criterion belongs.
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
45,00
5.1.15.
Techniques
Framework agreement
:
No framework agreement
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud - Nævnenes Hus
Organisation providing additional information about the procurement procedure
:
Evida Service A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
31 500 000,00
DKK
6.1.
Result lot ldentifier
:
LOT-0001
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Terotech A/S
Tender
:
Tender identifier
:
Subcontract 1 - Terotech
Identifier of lot or group of lots
:
LOT-0001
Value of the tender
:
17 700 000,00
DKK
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
Subcontract 1 - Terotech
Date of the conclusion of the contract
:
30/04/2025
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
1
6.1.
Result lot ldentifier
:
LOT-0002
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Terotech A/S
Tender
:
Tender identifier
:
Subcontract 2 - Terotech
Identifier of lot or group of lots
:
LOT-0002
Value of the tender
:
5 500 000,00
DKK
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
Subcontract 2 - Terotech
Date of the conclusion of the contract
:
30/04/2025
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
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
2
6.1.
Result lot ldentifier
:
LOT-0003
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Hoerbiger Service Nordic AB
Tender
:
Tender identifier
:
Subcontract 3 - Hoerbiger
Identifier of lot or group of lots
:
LOT-0003
Value of the tender
:
1 300 000,00
DKK
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
Subcontract 3 - Hoerbiger
Date of the conclusion of the contract
:
30/04/2025
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
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
2
6.1.
Result lot ldentifier
:
LOT-0004
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Hoerbiger Service Nordic AB
Tender
:
Tender identifier
:
Subcontract 4 - Hoerbiger
Identifier of lot or group of lots
:
LOT-0004
Value of the tender
:
3 800 000,00
DKK
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
Subcontract 4 - Hoerbiger
Date of the conclusion of the contract
:
30/04/2025
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
3
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
3
6.1.
Result lot ldentifier
:
LOT-0005
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Official name
:
Terotech A/S
Tender
:
Tender identifier
:
Subcontract 5 - Terotech
Identifier of lot or group of lots
:
LOT-0005
Value of the tender
:
11 400 000,00
DKK
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Contract information:
Identifier of the contract
:
Subcontract 5 - Terotech
Date of the conclusion of the contract
:
30/04/2025
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
1
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received
:
0
Type of received submissions
:
Tenders submitted electronically
Number of tenders or requests to participate received
:
1
8.
Organisations
8.1.
ORG-0001
Official name
:
Evida Service A/S
Registration number
:
40318941
Department
:
STIN
Postal address
:
Vognmagervej 14
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Contact point
:
Camilla Riis
Telephone
:
+45 45802037
Fax
:
+45 45808137
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud - Nævnenes Hus
Registration number
:
37795526
Postal address
:
Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Vestjylland
(
DK041
)
Country
:
Denmark
Telephone
:
+45 72405600
Fax
:
+45 33307799
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsens Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
+45 41715000
Fax
:
+45 41715100
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Terotech A/S
Registration number
:
25370678
Postal address
:
Adgangsvejen 9
Town
:
Esbjerg
Postcode
:
6700
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
Contact point
:
Terotech A/S
Telephone
:
40808819
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0002, LOT-0005
8.1.
ORG-0005
Official name
:
Hoerbiger Service Nordic AB
Registration number
:
556407-9605
Postal address
:
Garvarns v. 9
Town
:
Ludvika
Postcode
:
77136
Country subdivision (NUTS)
:
Dalarnas län
(
SE312
)
Country
:
Sweden
Contact point
:
Hoerbiger Service Nordic AB
Telephone
:
024015740
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0003, LOT-0004
8.1.
ORG-0006
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
Roles of this organisation
:
TED eSender
Notice information
Notice identifier/version
:
955ea788-a6ae-4412-bda1-0cf8446d9ebb
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
27/05/2025
08:23:09 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
27/05/2025
09:38:08 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
345038-2025
OJ S issue number
:
102/2025
Publication date
:
28/05/2025