| Type of Notice | Tender Notice |
|---|---|
| Notice Number | 127891288 |
| Description |
Project Title: Kalundborg Water Supply and Drainage System, Wastewater Treatment Plant Expansion Project Nature of Project: Works Contract CPV Code: 45000000 (Construction Works) Estimated Value (excl. VAT): 21,000,000.00 DKK Type of Procurement Procedure: Open Tender Project Overview: Due to an anticipated increase in industrial wastewater discharge in the municipality of Kalundborg in the coming years, an expansion of the central Kalundborg wastewater treatment plant is required. The expansion aims to enhance the biological treatment capacity of the plant, improve overflow control, upgrade the sludge dewatering system, and remove environmental pollutants through tertiary and quaternary treatment facilities. This project is part of a series of tenders for the overall expansion works. Specific Scope of this Lot: This tender is for a system delivery contract involving polymer-coated disc filter technology for the removal of phosphorus and suspended solids. Technical Core: Process: Utilizes advanced polymer-coated disc filter technology. Main Function: Efficiently removes phosphorus and suspended solids from the wastewater treatment process, meeting stricter effluent quality standards and supporting subsequent advanced treatment (tertiary and quaternary treatment). System Integration: Bidders must provide a complete system solution, not just equipment supply. This includes the filter units, associated piping, valves, instrumentation, control systems, chemical dosing systems (if required for enhanced phosphorus removal), and all necessary internal connections. Core Parameters of the Filtration System: Filtration Precision: The system must guarantee stable effluent suspended solids concentration below ≤5 mg/L (or as per specific design document requirements), with a removal rate exceeding 95% for particles larger than 10-20 micrometers. Phosphorus Removal Efficiency: Within a specific influent total phosphorus concentration range (e.g., 2-5 mg/L), through the synergistic effect of chemical-assisted precipitation (e.g., dosing of iron/aluminum salts) and physical filtration, the system must achieve an effluent total phosphorus level of ≤0.3 mg/L (potentially meeting stricter EU Urban Wastewater Treatment Directive standards). Design Flow and Loading: The system must accommodate peak flows and feature a modular design, allowing continuous operation of other modules during backwashing of individual modules, ensuring uninterrupted treatment capacity. Key Equipment Technical Details: Filter Discs: Coating Material: The specific chemical composition of the polymer coating (e.g., modified PVDF, PTFE-coated polyester) must be specified, with supporting data on its hydrophilicity, porosity, fouling resistance, and expected service life (typically ≥10 years). Structural Design: The discs must feature a double-sided filtration structure to maximize filtration area. The material of the support frame (typically engineering plastic or stainless steel) and its mechanical strength must be described. Backwash System: Must be a fully automatic, energy-efficient backwash design. The backwash trigger mechanism (e.g., differential pressure, time, or a combination), source of backwash water (typically filtered effluent), water consumption (as a percentage of treated water volume), and sludge concentration must be specified. The backwash process should not require interruption of the influent flow and must include an independent collection and disposal path for waste liquid (containing high-concentration phosphorus sludge). Drive and Control System: The drive unit must be energy-efficient and feature variable speed adjustment to adapt to flow variations. A complete local PLC control cabinet must be provided, capable of seamless integration into the plant-wide Distributed Control System (DCS). Support for remote monitoring, data logging, and fault alarms is required. Detailed Design Deliverables: Process Calculations: Including hydraulic loading, solids loading, backwash frequency, and intensity calculations. P&ID Drawings: Including all process piping, instrumentation, valves, and interface points with the control system. Layout Drawings and Civil Works Input: Provide precise equipment foundation loads, embedded parts, trenches, openings, and pipe rack requirements for the filter building, for execution by the civil works contractor. Qualification Documentation: The winning candidate, when requested (not part of the bid submission), must provide a certificate of service (for Danish companies) or equivalent documentation (for foreign companies) to prove the absence of the aforementioned exclusion grounds. This document must not be issued earlier than 6 months before the bid submission deadline. Electrical and Instrumentation List: Including motor power, cable specifications, and the model and range of all sensors. Multi-Disciplinary Interface Coordination: Interface with Civil Works: Clarify load and precision requirements for equipment foundations, embedded sleeves, and superstructures. Define the division of responsibilities between the equipment supplier and the civil works contractor regarding equipment placement, grouting, and installation of platforms and stairs. Interface with Plant Piping Network: Clearly define the location, elevation, pipe diameter, and flange standards for connection points such as influent, effluent, backwash water inlet, and sludge discharge pipes. Interface with Plant-wide DCS: Provide detailed communication protocols (e.g., Profibus DP, Modbus TCP/IP, OPC UA) and input/output lists. The "contingent I/O system" included in this tender is prepared for this service. Phased Delivery and Testing: Factory Acceptance Test (FAT): Key functional testing to be conducted at the supplier's factory after major equipment assembly, with the right for the client to witness. On-site Installation Supervision: The supplier must dispatch experienced site engineers to provide technical guidance and quality supervision for critical tasks such as equipment lifting and leveling, pipe welding, and electrical wiring. Phased Commissioning: Sequential completion of individual equipment commissioning (motor rotation direction, valve operation, instrument readings), subsystem integrated commissioning (backwash sequence), and full system clean water integrated trial run. Performance Guarantee Test and Acceptance: Performance Guarantee Test Period: A formal performance guarantee test will be conducted after a period of continuous stable operation (typically 30 days). Test Standards: Strictly based on the influent water quality conditions and testing procedures specified in the contract, assessing key indicators such as effluent quality, equipment energy consumption, chemical consumption, and self-use water rate. Acceptance Documentation: Upon successful performance testing, submit the final acceptance certificate, updated as-built drawings, complete operation and maintenance manuals, and training records. Tiered Service Packages: Basic Package: Regular inspections, preventive maintenance, remote technical support. Standard Package: Includes Basic Package content, plus scheduled spare parts replacement, annual performance evaluation report. Comprehensive Package: Builds on the Standard Package, adding 7x24 emergency response, replacement of all wear parts, and continuation of performance guarantees. Intelligent Services: Utilize IoT technology for remote monitoring of equipment status, predictive maintenance, and early warning of potential failures. Knowledge Transfer and Capacity Building: Tiered Training: Operator Level: Daily start-up/shutdown, monitoring, simple fault handling. Maintenance Engineer Level: Mechanical disassembly/assembly, electrical inspection, control system parameter adjustment. Management Level: System performance analysis, operational cost optimization, lifecycle management. Simulation Training: Can provide control system simulation software for risk-free operational drills and fault simulation. Place of Contract Performance: Dokhavnsvej 15, Kalundborg, Denmark (Project Site) Estimated Contract Duration: May 20, 2026 to April 19, 2029 Exclusion Clauses: Bidders subject to mandatory exclusion grounds as defined in Articles 135-136 of the Public Procurement Act (e.g., corruption, fraud, participation in a criminal organization, money laundering, terrorist financing, child labor or human trafficking, serious breach of environmental/labor/social security law obligations, etc.) will be excluded from the tender procedure, unless they can provide sufficient evidence of their reliability pursuant to Article 138 of the said Act. Main Selection Criteria (Qualification Requirements): Financial Capacity Requirement 1: The bidder's net assets in the most recently concluded financial year must not be less than 2,000,000 DKK. Financial Capacity Requirement 2: The bidder's equity ratio in the most recently concluded financial year must not be less than 15%. Technical Experience Requirement: The bidder must have completed at least one project within the past 5 years (up to the bid submission deadline) that includes the following: (i) Supply of polymer-coated disc filters, including design, delivery, and subsequent warranty verification; (ii) A project contract value not less than 3,000,000 DKK (excl. VAT); (iii) And the warranty verification for that project has been completed (i.e., approved by the client). Bid Submission Method and Address: Must be submitted electronically to: https://www.ethics.dk/ethics/eo#/8f39bc41-79a6-49a5-b541-244875097830/homepage Bid Language: Danish Electronic Auction Permitted: No Alternative Solutions Permitted: No Key Contract Conditions: The contract will be based on the ABT18 standard contract text (Danish General Contract for Works). Payment will be made according to a payment schedule. The contract includes working terms and an apprenticeship clause. Electronic ordering, electronic invoicing, and electronic payment will be used. |
| Documents |