1.
Buyer
1.1.
Buyer
Official name
:
HOFOR A/S
Legal type of the buyer
:
Group of public authorities
Activity of the contracting authority
:
General public services
Activity of the contracting entity
:
Production, transport or distribution of gas or heat
2.
Procedure
2.1.
Procedure
Title
:
Fjenneslev Sol PV-project (FJV_SOL-EPC-PV)
Description
:
HOFOR is to build a PV-plant at Fjenneslev in Centrale Zealand, Denmark, with the capacity of power of 190 MWp (DC). The PV-plant will be connected through a temporary grid connection expected in Q2/2026 based on Energinet’s (the public transmission operator in Denmark) standard concept for temporary grid connections and later will be transferred to the final grid connection expected in Q2/Q3 2030 at a new Energinet-owned 132 kV substation in the area. The overall Fjenneslev PV-project is divided into the following contracts: 1) Delivery of perimeter fencing and vegetation, 2) Delivery and installation of two (2) main transformers for the substation 3) EPC Substation excluding delivery of transformer, including installation of export cable 4) EPC PV plant, including PV panels and operation & maintenance (O&M) (this tender) The estimated value of the tender is around 81,000,0000 EUR (excl. VAT) including options. The tender will include the following options: • Prolongation of maintenance of the O&M Contract • Grass and vegetation management • Cleaning of all modules • Thermografic inspection of all modules The basis of the contract will be an amended version of the Yellow FIDIC book 2017. The contract(s) is expected to be awarded in February 2024 upon the completion of the tender. The tender is carried out as a negotiated procedure according to directive 2014/25/EU of the European Parliament and the Council of 26 February 2014 (The Utilities Directive) as implemented in Executive Order No. 1078 of 29 June 2022.
Procedure identifier
:
3d476e16-8344-4ce4-80c1-110a9739c7b5
Previous notice
:
3647cad6-2e26-40db-b963-73dc5ae789eb-01
Internal identifier
:
24.02-09417
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
:
Works
Additional nature of the contract
:
Services,
Supplies
Main classification
(
cpv
):
45200000
Works for complete or part construction and civil engineering work
Additional classification
(
cpv
):
09330000
Solar energy,
09331000
Solar panels,
09331200
Solar photovoltaic modules,
45100000
Site preparation work,
71520000
Construction supervision services,
71540000
Construction management services
2.1.2.
Place of performance
Postal address
:
Mørupvej 1
Town
:
Fjenneslev
Postcode
:
4173
Country subdivision (NUTS)
:
Vest- og Sydsjælland
(
DK022
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
81 000 000,00
EUR
2.1.4.
General information
Call for competition is terminated
Legal basis
:
Directive 2014/25/EU
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Fjenneslev Sol PV-project (FJV_SOL-EPC-PV)
Description
:
HOFOR is to build a PV-plant at Fjenneslev in Centrale Zealand, Denmark, with the capacity of power of 190 MWp (DC). The PV-plant will be connected through a temporary grid connection expected in Q2/2026 based on Energinet’s (the public transmission operator in Denmark) standard concept for temporary grid connections and later will be transferred to the final grid connection expected in Q2/Q3 2030 at a new Energinet-owned 132 kV substation in the area. The overall Fjenneslev PV-project is divided into the following contracts: 1) Delivery of perimeter fencing and vegetation, 2) Delivery and installation of two (2) main transformers for the substation 3) EPC Substation excluding delivery of transformer, including installation of export cable 4) EPC PV plant, including PV panels and operation & maintenance (O&M) (this tender) The estimated value of the tender is around 81,000,0000 EUR (excl. VAT) including options. The tender will include the following options: • Prolongation of maintenance of the O&M Contract • Grass and vegetation management • Cleaning of all modules • Thermografic inspection of all modules The basis of the contract will be an amended version of the Yellow FIDIC book 2017. The contract(s) is expected to be awarded in February 2024 upon the completion of the tender. The tender is carried out as a negotiated procedure according to directive 2014/25/EU of the European Parliament and the Council of 26 February 2014 (The Utilities Directive) as implemented in Executive Order No. 1078 of 29 June 2022.
Internal identifier
:
24.02-09417
5.1.1.
Purpose
Main nature of the contract
:
Works
Additional nature of the contract
:
Services
Additional nature of the contract
:
Supplies
Main classification
(
cpv
):
45200000
Works for complete or part construction and civil engineering work
Additional classification
(
cpv
):
09330000
Solar energy,
09331000
Solar panels,
09331200
Solar photovoltaic modules,
45100000
Site preparation work,
71520000
Construction supervision services,
71540000
Construction management services
5.1.2.
Place of performance
Postal address
:
Mørupvej 1
Town
:
Fjenneslev
Postcode
:
4173
Country subdivision (NUTS)
:
Vest- og Sydsjælland
(
DK022
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
5
The buyer reserves the right for additional purchases from the contractor, as described here
:
The O&M contract can be prolonged for a maximum of 5 years.
5.1.5.
Value
Estimated value excluding VAT
:
81 000 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.7.
Strategic procurement
Social objective promoted
:
Fair working conditions
Social objective promoted
:
Human rights due diligence in global supply chains
5.1.10.
Award criteria
Criterion
:
Type
:
Price
Name
:
Project Economics
Description
:
Total Evaluated Price using the following; TOTAL COSTS cf. “Price List (Main Solution)” “Total sum” cf. “Change Order Prices” Any capitalization of reservations
Weight (percentage, exact)
:
35
Criterion
:
Type
:
Quality
Name
:
Project Terms
Description
:
The sub-criterion Project Terms will be evaluated based tenderer's deviations from the EPC and the O&M Agreement contractual documents.
Weight (percentage, exact)
:
15
Criterion
:
Type
:
Quality
Name
:
Project Proposal
Description
:
Technical solution - 60% of 25% Project Organization and Key Personnel - 25% of 25% Project Programme - 15% of 25%
Weight (percentage, exact)
:
25
Criterion
:
Type
:
Quality
Name
:
Quality Management
Description
:
As described in the Tender Conditions.
Weight (percentage, exact)
:
10
Criterion
:
Type
:
Quality
Name
:
Health and Safety
Description
:
As described in the Tender Conditions.
Weight (percentage, exact)
:
10
Criterion
:
Type
:
Quality
Name
:
Sustainability
Description
:
Low carbon materials - 40% of 5% Use og Apprentices - 60% of 5%
Weight (percentage, exact)
:
5
5.1.12.
Terms of procurement
Information about review deadlines
:
Klage over udbudsproceduren skal indgives til Klagenævnet for Udbud i henhold til § 7 i lovbekendtgørelse nr.593 af 2.6.2016 af lov om Klagenævnet for Udbud, som følger: Klage over ikke at være blevet prækvalificeret skal være modtaget i Klagenævnet inden 20 kalenderdage fra dagen efter ordregiverens underretning om, hvem der er blevet prækvalificeret, hvis der ved underretningen er angivet en kort redegørelse for de relevante grunde for beslutningen. Andre klager skal være modtaget i Klagenævnet inden 45 dage fra dagen efter offentliggørelsen af ordregiverens bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået kontrakt. Klage i forbindelse med indgåelse af en rammeaftale skal indgives inden 6 måneder regnet fra dagen efter den dag, hvor ordregiver har underrettet de berørte ansøgere og tilbudsgivere. Senest samtidig med indgivelse af klage til Klagenævnet skal klager skriftligt underrette ordregiver om klagens indbringelse for Klagenævnet og om, hvorvidt klagen er indgivet i standstill-perioden. Såfremt klagen ikke er indgivet i standstill-perioden, skal klageren tillige angive, hvorvidt der begæres opsættende virkning af klagen. Klagen skal vedlægges et klagegebyr på 20.000 DKK. Se mere om indgivelse af klager på Klagenævnet for Udbuds hjemmeside: www.klfu.dk.
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
Mediation organisation
:
Klagenævnet for Udbud
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
HOFOR A/S
Organisation providing offline access to the procurement documents
:
HOFOR A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
6.1.
Result lot ldentifier
:
LOT-0000
Winner selection status
:
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
:
Tenders
Number of tenders or requests to participate received
:
2
8.
Organisations
8.1.
ORG-0001
Official name
:
HOFOR A/S
Registration number
:
10073022
Postal address
:
Ørestads Boulevard 35
Town
:
København S
Postcode
:
2300
Country subdivision (NUTS)
:
Vest- og Sydsjælland
(
DK022
)
Country
:
Denmark
Contact point
:
Mette Munch-Boutrup
Telephone
:
+45 27953818
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 72405600
Roles of this organisation
:
Review organisation
Mediation 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
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
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
20a1bd96-2060-4c8f-979c-735c1c1ee1c1
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
06/02/2025
19:05:01 (UTC)
Notice dispatch date (eSender)
:
06/02/2025
19:09:14 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
90275-2025
OJ S issue number
:
28/2025
Publication date
:
10/02/2025