304533-2026 - Competition
Denmark – Refuse disposal and treatment – Call for tenders for transport and treatment of flue gas residues from the WTE plants Kredsløb Lisbjerg and Skanderborg.
OJ S 86/2026 05/05/2026
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official nameDansk RestproduktHåndtering Amba
EmailERC@DRH-amba.dk
Legal type of the buyerBody governed by public law
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleCall for tenders for transport and treatment of flue gas residues from the WTE plants Kredsløb Lisbjerg and Skanderborg.
DescriptionDRH calls for tenders for transport and utillization of fly ash from the Danish Waste to Energy Plants Kredsløb Lisbjerg and Skanderborg. With this call for tenders DRH intend to contract transport and utilization of up to 4,175 t/Y of Fly ash and 3,400 t/Y of RGP from Lisbjerg and 2,400 t/Y of RGP from Skanderborg. For further information please refer to the tender documents.
Procedure identifier3eb9f32b-e9b1-466e-9aaa-5bfd6fdf7c9f
Type of procedureNegotiated with prior publication of a call for competition / competitive with negotiation
The procedure is acceleratedno
Main features of the procedureDRH reserves the right to award the contract based on the first negotiating tenders, and the tenderers may expect that the contract is awarded based on the first negotiating tender. In that case, the tenderers may not submit another final tender and no negotiations will be conducted. DRH will evaluate the negotiating tenders by using the award criterion stipulated in section ‎1.10.12. As the tender is expected to lead to offers based on different commercial technical solutions and there may also be an element of new development of technological solutions, there may be a need for negotiations to clarify technical or economic questions. If DRH chooses to conduct negotiations, the negotiations with the tenderers will be based on the negotiating tenders. New information that may be provided to one tenderer during negotiations with that tenderer will, as soon as possible, be provided to the other tenderers. DRH repeat the procedure by inviting the tenderers to submit a revised negotiating tender followed by subsequent negotiation thereof, until DRH finds it appropriate to invite the tenderers to submit a final tender that will be evaluated by DRH based on the award criterion stipulated for the procedure. Within the framework of the public procurement rules, DRH is entitled to carry out conclusive negotiations with the successful tenderer following the award decision.
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 90510000 Refuse disposal and treatment
Additional classification (cpv): 90500000 Refuse and waste related services
2.1.2.
Place of performance
Postal addressKredsløb Energivej 26 
TownAarhus N
Postcode8600
Country subdivision (NUTS)Østjylland (DK042)
CountryDenmark
2.1.3.
Value
Estimated value excluding VAT8 000 000,00 EUR
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusionProcurement Document
5. Lot
5.1.
LotLOT-0001
TitleTransport and handling of fly ash/RGP from Kredsløb
DescriptionDRH calls for tenders for transport and treatment of flue gas cleaning residues from Kredsløb Lisbjerg and Skanderborg. With this call for tenders DRH intend to contract transport and treatment of up to 4,175 t/Y of fly ash and 3,400 t/Y of RGP from the Lisbjerg Plant and 2,400 t/Y of RGP from the Skanderborg Plant. For further information, please refer to the tender documents.
Internal identifierLot 1
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 90510000 Refuse disposal and treatment
Additional classification (cpv): 90500000 Refuse and waste related services
5.1.2.
Place of performance
Postal addressEnergivej 26  
TownAarhus
Postcode8200
Country subdivision (NUTS)Østjylland (DK042)
CountryDenmark
5.1.3.
Estimated duration
Start date01/07/2027
Duration4 Years
5.1.4.
Renewal
Maximum renewals2
5.1.6.
General information
Reserved participation
Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
5.1.9.
Selection criteria
Sources of selection criteriaNotice
CriterionOther economic or financial requirements
Description of selection criterionApplicants must have an equity of a minimum of DKK 15 million in the three most recently published financial statements. For consortia, the participants of a consortium must altogether comply with the minimum requirement. For applicants that relies on the economical support from other entities, the applicant must altogether with the supporting entities comply with the minimum requirement.

CriterionOther economic or financial requirements
Description of selection criterionApplicants must have a professional indemnity insurance or corresponding insurance(s) covering the applicant's liability for damage from national and international transport, storage and handling of FGC residues on customary terms with a coverage of a minimum of DKK 10 million per claim. For consortia, the participants of a consortium must altogether comply with the minimum requirements. For applicants that relies on the economically support from other entities, the applicant must altogether with the supporting entities comply with the minimum requirements.

CriterionReferences on specified services
Description of selection criterionApplicants must have at least one reference for treatment of FGC residues (hazardous or nonhazardous waste) from the WTE-plant or similar with a minimum quantity of 10,000 tons per year in the aggregate within the past three years. For consortia, the participants of a consortium must altogether comply with the minimum requirements. For applicants that relies on the support from other entities, the applicant must altogether with the supporting entities comply with the minimum requirements.

CriterionReferences on specified services
Description of selection criterionApplicants must have at least one reference for transboundary transport (notification) of FGC residues (hazardous waste) in trucks from WTE-plant with a minimum quantity of 5,000 tons in the aggregate within the past three years. For consortia, the participants of a consortium must altogether comply with the minimum requirements. For applicants that relies on the support from other entities, the applicant must altogether with the supporting entities comply with the minimum requirements.

CriterionCertificates by independent bodies about environmental management systems or standards
Description of selection criterionApplicants must possess the following or similar certificates: o ISO 14001 Environmental Management o ISO 9001 Quality Management
Information about the second stage of a two-stage procedure
Minimum number of candidates to be invited for the second stage of the procedure5
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations
5.1.10.
Award criteria
Criterion
TypePrice
NamePrice
DescriptionThe total monetary value per year in DKK of the service will be used as the evaluation criteria. For further information, please refer to the tender documents.
Category of award weight criterionWeight (percentage, exact)
Award criterion number100
5.1.11.
Procurement documents
Languages in which the procurement documents are officially availableEnglish
Languages in which the procurement documents (or their parts) are unofficially availableEnglish
Address of the procurement documentshttps://my.ibinder.com/etendering/fa10597a-8a72-43ce-97cf-40033b29cd38/tenders/XCV0X5VJT/public
5.1.12.
Terms of procurement
Terms of the procedure
Estimated date of dispatch of the invitations to submit tenders12/06/2026
Terms of submission
Electronic submissionRequired
Address for submissionhttps://my.ibinder.com/etendering/fa10597a-8a72-43ce-97cf-40033b29cd38/tenders/XCV0X5VJT/public
Languages in which tenders or requests to participate may be submittedEnglishGermanDanishNorwegianSwedish
Electronic catalogueAllowed
VariantsNot allowed
Description of the financial guaranteeTo be issued together with the contract
Deadline for receipt of requests to participate08/06/2026 23:55:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Conditions relating to the performance of the contractThe tender must keep its tender open for acceptance for 6 months from expiry of the deadline for submission of tender.
Electronic invoicingAllowed
Electronic ordering will be usedyes
Electronic payment will be usedyes
5.1.15.
Techniques
Framework agreement
No framework agreement
Information about the dynamic purchasing system
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisationKlagenævnet for Udbud
Information about review deadlines: Pursuant to act 7 in the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7 (1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of: - 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section 8.
Organisation providing additional information about the procurement procedureDansk RestproduktHåndtering Amba
Organisation providing offline access to the procurement documentsDansk RestproduktHåndtering Amba
Organisation providing more information on the review proceduresKonkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participateDansk RestproduktHåndtering Amba
Organisation processing tendersDansk RestproduktHåndtering Amba
8. Organisations
8.1.
ORG-0001
Official nameDansk RestproduktHåndtering Amba
Registration number17642936
Postal addressKærvej 39
TownOdense
Postcode5220
Country subdivision (NUTS)Fyn (DK031)
CountryDenmark
Contact pointDansk RestproduktHåntering Amba
EmailERC@DRH-amba.dk
Telephone0045 6056 5081
Internet addresshttps://www.drh-amba.dk/
Information exchange endpoint (URL)https://my.ibinder.com/etendering/fa10597a-8a72-43ce-97cf-40033b29cd38/tenders/RXJDYOWYD/public
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official nameKlagenævnet for Udbud
Registration number37795526
Postal addressNævnenes Hus, Toldboden 2
TownViborg
Postcode8800
Country subdivision (NUTS)Østjylland (DK042)
CountryDenmark
Emailklfu@naevneneshus.dk
Telephone0045 7240 5708
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official nameKonkurrence- og Forbrugerstyrelsen
Registration number10294819
Postal addressCarl Jacobsens Vej 35
TownValby
Postcode2500
Country subdivision (NUTS)Københavns omegn (DK012)
CountryDenmark
Emailkfst@kfst.dk
Telephone0045 4171 5000
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0000
Official namePublications Office of the European Union
Registration numberPUBL
TownLuxembourg
Postcode2417
Country subdivision (NUTS)Luxembourg (LU000)
CountryLuxembourg
Emailted@publications.europa.eu
Telephone+352 29291
Internet addresshttps://op.europa.eu
Roles of this organisation
TED eSender
Notice information
Notice identifier/version5c43e773-0f24-46dc-99f7-878b474c825c  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date30/04/2026 11:02:04 (UTC+00:00) Western European Time, GMT
Languages in which this notice is officially availableEnglish
Notice publication number304533-2026
OJ S issue number86/2026
Publication date05/05/2026