The DEA wishes to enter into one Contract pursuant to which the recipient of the subsidies (“the Operator”) shall ensure and be responsible for capture, transportation and permanent storage of CO2 (“the Contract”).
The Contract has been put out to tender by a previous tender procedure, cf. Contract Notice no. 2022/S 087-236640. The previous procedure was cancelled by the DEA according to contract award notice dispatched on 3 June 2022. See further below.
The funds are intended to provide subsidy for carbon capture and storage on flue gasses emitted by incineration. The funds are not intended to provide subsidy for carbon capture and storage on biogenic sources emitted without incineration. See https://kefm.dk/Media/637750803075155837/Faktaark_Tilskudspuljer%20til%20fangst%20og%20lagring%20af%20CO%E2%82%82_V02.pdf. The funds are not intended to provide subsidy for carbon emissions that originate from flaring related to oil and gas production in the Danish North Sea.
As described in the tender documents the Operator shall ensure that the CO2 reductions equate to a minimum quantity of 0.4 MT captured and permanently stored CO2 per year starting with year 2026. The Operator may also capture and permanently store CO2 from start of operation until 31 December 2025, and/or capture and permanently store additional quantities of CO2 from 1 January 2026. The Operator may deliver the reductions with one point source, a combination of point sources or a portfolio of several point sources.
The subsidy will be paid per ton CO2 captured and permanently stored.
If the Operator achieves a larger quantity of reductions than the guaranteed quantity in any given year, the Operator may receive subsidy for such larger quantity if and to the extent that there are available funds within the limit of the yearly maximum allocated subsidy.
In addition to the CO2 reductions, it is expected that the Operator shall deliver various documentation and reporting and make available various information/knowledge, data, etc. to the DEA and to third parties.
The Contract is expected to have a duration of approx. 20-21 years of operation (in addition to the prior pre-construction and construction phases), unless terminated earlier in accordance with the terms set out in the Contract.
The DEA will notify the funds to the European Commission as an aid scheme in accordance with the procedure prescribed by Article 108 of the Treaty on the Functioning of the European Union and the deployment of the funds is dependent on the European Commission’s prior approval. The tender procedure, including the award of the Contract, is conducted subject to the necessary legislative changes. See further the Tender Specifications, paragraph 3.
The negotiation process is expected to be conducted with one negotiation round. See further the Tender Specifications and Appendix B.
See the Tender Specifications, paragraph 9, regarding the requirement methodology. It is emphasised that all requirements that are not Minimum Requirements may be subject to negotiation and may be changed or withdrawn during the tender procedure according to the DEA’s decision. Thus, the DEA encourages all economic operators who can comply with the Minimum Requirements (and fulfil the minimum requirements for participation, see sections III.1.2) and III.1.3)) to apply for prequalification, even if the economic operator cannot comply with all General Requirements. Also see the Tender Specifications paragraph 2 and Appendix B, regarding the expected topics for negotiation.
This tender procedure is conducted as an independent procedure and separately from the previous procedure. The candidates should therefore only refer to this Contract Notice and the tender documents published in connection with this Contract Notice, see the address in section I.3). The tender documents are based on the tender documents of the previous procedure but have been subject to various adjustments.