23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
14.07.2025
Udbudstype
Andre

Udbyder

Energinet Gastransmission A/S

Framework agreement concerning THT Gas Chromatograph


Energinet Gastransmission A/S

458289-2025 - Result
Denmark – Gas chromatographs – Framework agreement concerning THT Gas Chromatograph
OJ S 132/2025 14/07/2025
Contract or concession award notice – standard regime
Supplies - Services
1. Buyer
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
2. Procedure
2.1.
Procedure
Title Framework agreement concerning THT Gas Chromatograph
Description Through the establishment of the tendered framework agreement, the Contracting Authority wants to purchase systems for measuring THT (Tetrahydrothiophene) in natural gas. The Supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. For further details regarding the purchase, reference is made to the tender documents. The value of the framework agreement is expected to amount to EUR 5.000.000. The estimated consumption during the term of the framework is expected to amount to 12 (twelve) Instrument packages for THT Gas Chromatograph in total. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The framework agreement consists of an initial call-off of 2 (two) instrument packages. The initial call-off will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. 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 agreement section 1.3.
Procedure identifier b01b84e0-f9b3-493f-8f7d-9437d0071218
Previous notice 0e10a7d3-25df-4cfb-8095-3084d5a7a4db-01
Internal identifier 24/06105 - CANCELLED -
Type of procedure Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  38432210   Gas chromatographs
Additional classification   ( cpv ):  38432100   Gas-analysis apparatus, 38545000   Gas-testing kits, 39340000   Gas network equipment, 39341000   Gas pressure equipment, 51210000   Installation services of measuring equipment
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Danmark – 6040 Egtved, 5250 Bellinge, 7400 Herning og 4600 Køge
2.1.3.
Value
Estimated value excluding VAT 5 000 000,00   EUR
Maximum value of the framework agreement 7 000 000,00   EUR
2.1.4.
General information
Call for competition is terminated
Additional information Energinet has decided to cancel the tender due to changes in the tender materiel. Energinet will publish a new tendering procedure as soon as possible.
Legal basis
Directive 2014/25/EU
5. Lot
5.1.
Lot LOT-0000
Title Framework agreement concerning THT Gas Chromatograph
Description Through the establishment of the tendered framework agreement, the Contracting Authority wants to purchase systems for measuring THT (Tetrahydrothiophene) in natural gas. The Supplier’s scope of supply includes engineering, manufacturing, testing, commissioning and installation. For further details regarding the purchase, reference is made to the tender documents. The value of the framework agreement is expected to amount to EUR 5.000.000. The estimated consumption during the term of the framework is expected to amount to 12 (twelve) Instrument packages for THT Gas Chromatograph in total. The tendered framework agreement has a duration of 4 years. The framework agreement can be extended for 2x2 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The framework agreement consists of an initial call-off of 2 (two) instrument packages. The initial call-off will be awarded on the basis of the award of the framework agreement to the tenderer that achieves the highest score, cf. 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 agreement section 1.3.
Internal identifier 24/06105 - CANCELLED -
5.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ):  38432210   Gas chromatographs
Additional classification   ( cpv ):  38432100   Gas-analysis apparatus, 38545000   Gas-testing kits, 39340000   Gas network equipment, 39341000   Gas pressure equipment, 51210000   Installation services of measuring equipment
Options
Description of the options The framework agreement can be extended for (2x2 years) by a written notice to the Supplier no later than 3 months before the termination of the Agreement.
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Danmark – 6040 Egtved, 5250 Bellinge, 7400 Herning og 4600 Køge
5.1.3.
Estimated duration
Duration 4   Years
5.1.4.
Renewal
Maximum renewals 2
Other information about renewals 2x2
5.1.5.
Value
Estimated value excluding VAT 5 000 000,00   EUR
Maximum value of the framework agreement 7 000 000,00   EUR
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 has decided to cancel the tender due to changes in the tender materiel. Energinet will publish a new tendering procedure as soon as possible.
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description Prices must be stated in appendix 3: Schedule of Prices (doc. no. 24/06105-15) 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. When evaluating 'Price', the Contracting Authority will evaluate the grand total price for evaluation, cf. the Schedule of Prices. The tenderer must fill out all yellow cells in appendix 3: Schedule of Prices (doc. no. 24/06105-15) in order to be compliant, cf. sub-section 3.7.1 in this document.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 30,00
Criterion
TypeQuality
Name Technical Solution
Description The tenderer must include a completed appendix 2.5: Solution description (doc. no. 24/06105-14) which demonstrates the level of fulfillment of the specifications requested by the Contracting Authority, including any deviations in the proposed solution. Furthermore, the tenderer must include a detailed description of the tendered solution regarding the main elements and especially the tenderer should document: a) Instrument packages • Drift/accuracy/repeatability evaluation • Certificates of international standards and third parties • Performance evaluation rapports from third party testing laboratories for offered instruments • Description of Calibration b) Programming and configuration • Images showing the programming/configuration software screens with an explanation of the basic functions of each icon/menu • A printable report of the parameterizations/configurations to the instrument • Programming documentation with comments/explanations c) Gas Sampling and Conditioning System • A sample system sketch and lag-time calculation adapted to these measures, showing volumes of all filters, t-branched and tubes d) Data connection and data storage • A description of data connection and data storage The tenderer must use the Clarification List (doc. no. 24/06105-20). The proposed deviations to the technical solution must be stated in the spreadsheet marked “Technical clarification” and should be explicit and with explanation as to why they are made. In the evaluation of “Technical solution”, the Contracting Authority will evaluate the extent to which the tenderer complies with appendix 2: Scope of Work (doc. no. 24/06105-9), including the scope and content of any deviations in relation thereto. Any deviations may lead to a reduction to the score depending on the content, clarity, and consequence. In this context, the elements listed below are of particular importance: a) Instrument packages • It will be evaluated positively if the THT Gas Chromatograph is tested by an independent testing organization and that the accredited calibration certificate is traceable to international standards. • It will be evaluated positively if the THT Gas Chromatograph can both be automatically calibrated and perform manually selected calibration. b) Programming and configuration • It will be evaluated positively if the configuration of the THT Gas Chromatograph is clear and logically structured e.g., a software interface with grouped settings and clearly labeled menus for easy navigation. c) Gas Sampling and Conditioning System • It will be evaluated positively if the location of the pressure reduction points is close to the sampling point, to minimize gas transport time. • It will be evaluated positively if the offered solution designs the sampling system without T-branches, dead ends, or oversized filters, to minimize gas transport time. d) Data connection • It will be evaluated positively if the data connection and communication of the THT Gas Chromatograph can be adapted to the systems of the Contracting Authority, e.g., the data connection uses standard Modbus over TCP/IP, and the data and alarms are accessible to the Contracting Authority’s network and SCADA-system. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 45,00
Criterion
TypeQuality
Name Cyber Security
Description The tenderer must include a completed Appendix 2.4: Cyber Security Requirements for components (doc. no. 24/06105-13) which documents the tenderer’s fulfillment of the Contracting authority’s Cyber Security requirements, including any deviations in the proposed solution. Any deviations from the Cyber Security Requirements must be specified in Appendix 2.4 and explained in detail. In the evaluation of “Cyber Security”, the Contracting Authority will evaluate the extent to which the tenderer complies with Appendix 2.4: Cyber Security Requirements for components (doc. no. 24/06105-13). All deviations will be included in the evaluation, and any deviations may lead to a reduction to the score depending on its clarity, content, and consequence. In this regard it is explicitly noted that deviations to access control and logging requirements are of particular significance in the evaluation. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 5,00
Criterion
TypeQuality
Name Emissions
Description As part of the evaluation the tenderer must state the total sample gas usage of the THT Gas Chromatograph and sample system in cc/min. The tenderer must include the calculation of the total sample gas usage. The calculation must be based on a case comprising a single sampling point with a cabinet that has a 15-meter sample line between the THT Gas Chromatograph and the sampling location. The evaluation of the sub-criterion “Emissions” will be based on the stated total sample gas usage as offered by the tenderer. A total sample gas usage of the THT Gas Chromatograph and sample system of 500 cc/min or under will result in a score of 10, whereas a total sample gas usage of 1000 cc/min or over 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 weight criterionWeight (percentage, exact)
Award criterion number 5,00
Criterion
TypeQuality
Name Delivery time
Description As part of the evaluation the tenderer must state the maximum guaranteed delivery time from Signing of specific Agreement under Framework Agreement till Acceptance of all documentation (milestone 1 to 6). The delivery time must be stated in appendix 4 Time and Payment Schedule (doc. no. 24/06105-16). It should be noted the guaranteed delivery time stated by the tenderer will be penalized in the contract, cf. General Terms and Conditions (doc. no. 24/06105-6), section 15. The evaluation of the sub-criterion “Delivery time” will be based on the stated delivery time as offered by the tenderer. A delivery time of 40 weeks or under will result in a score of 10, whereas a 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. An offered delivery time above 80 weeks will not be accepted and will result in the tender being considered as non-compliant, cf. sub-section 3.7.1 in this document.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 5,00
Criterion
TypeQuality
Name Contract terms
Description Tenderer can include a list of proposed deviations to the attached contract terms. The contract terms are defined as below: • Framework Agreement (doc no. 24/06105-7), • Agreement under the Framework Agreement (doc. no. 24/06105-8), • General Terms & Conditions for Woks (doc. no. 24/06105-6), The tenderer must use the Clarification List (doc. no. 24/06105-20). The proposed deviations to the contract terms must be stated in the spreadsheet marked “Legal clarification” and should be explicit and with explanation as to why they are made. The tendered assignment must be performed on the basis of the attached contract terms. With the exception of the above-mentioned clauses and sections in sub-section 3.7.1 in this document, which are not part of the evaluation of 'Contract terms', it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion 'Contract terms' and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity and consequence. In this regard it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. It is a minimum requirement that the tenderers reach a minimum score of 4 for the tender to be compliant, cf. sub-section 3.7.1 in this document.
Category of award weight criterionWeight (percentage, exact)
Award criterion number 10,00
5.1.15.
Techniques
Framework agreement
Framework agreement, without reopening of competition
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
Information about review deadlines : Complaints regarding a candidate not being prequalified 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 Gastransmission A/S
Organisation providing offline access to the procurement documents Energinet Gastransmission A/S
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
6. Results
6.1.
Result lot identifier LOT-0000
Winner selection status No winner was chosen and the competition is closed.
The reason why a winner was not chosen Other
6.1.4.
Statistical information
Summary of the review requests the buyer received
Number of complainants 0
Received tenders or requests to participate
Type of received submissions Requests to participate
Number of tenders or requests to participate received 5
8. Organisations
8.1.
ORG-0001
Official name Energinet Gastransmission A/S
Registration number 39315084
Postal address Tonne Kjærsvej 65
Town Fredericia
Postcode 7000
Country subdivision (NUTS) Sydjylland  ( DK032 )
Country Denmark
Contact point Procurement - B
Telephone +45 70102244
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
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) Københavns omegn  ( DK012 )
Country Denmark
Email kfst@kfst.dk
Telephone +45 41715000
Internet address http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name Mercell Holding ASA
Registration number 980921565
Postal address Askekroken 11
Town Oslo
Postcode 0277
Country subdivision (NUTS) Oslo  ( NO081 )
Country Norway
Contact point eSender
Telephone +47 21018800
Fax +47 21018801
Internet address http://mercell.com/
Roles of this organisation
TED eSender
Notice information
Notice identifier/version 22804bc8-16fb-4453-960b-35ad183efdd6   -   01
Form type Result
Notice type Contract or concession award notice – standard regime
Notice subtype 30
Notice dispatch date 10/07/2025   14:04:29 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 10/07/2025   14:04:51 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 458289-2025
OJ S issue number 132/2025
Publication date 14/07/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|