400 kV Cable systems for the SLF01-project

The Contracting Authority wants to purchase delivery of approximately 216 km 400 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into two lots: Lot 1 and Lot 2. The scope of the two tendered lots are described in detail …

CPV: 31321300 High-voltage cable, 31000000 Electrical machinery, apparatus, equipment and consumables; lighting, 31300000 Insulated wire and cable, 31310000 Mains, 31320000 Power distribution cables, 31321000 Electricity power lines, 31321100 Overhead power lines, 31321200 Low- and medium-voltage cable, 31321210 Low-voltage cable, 31321220 Medium-voltage cable, 31340000 Insulated cable accessories
Place of execution:
400 kV Cable systems for the SLF01-project
Awarding body:
Energinet Eltransmission A/S
Award number:
24/02179

1. Buyer

1.1 Buyer

Official name : Energinet Eltransmission A/S
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : 400 kV Cable systems for the SLF01-project
Description : The Contracting Authority wants to purchase delivery of approximately 216 km 400 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into two lots: Lot 1 and Lot 2. The scope of the two tendered lots are described in detail in the enclosed tender documents. It is possible to apply for prequalification for one or both lots. The application should clearly state for which lot it concerns. Subsequent tenders may be submitted for Lots the tenderer is prequalified for. Please note that it is not possible to include a discount for being awarded both lots. If the same tenderer is evaluated with the highest score for both lots the tenderer will be awarded both lots provided the tenderer fulfils the aggregated minimum requirement for economical and financial standing cf. section 2.2.1. For further detail concerning the purchase, reference is made to the tender documents.
Procedure identifier : 717215c1-5fee-4454-bf4b-b8d2d78dbfc3
Previous notice : 077ab5b2-d668-4dae-9f32-9c3d94dfee9e-01
Internal identifier : 24/02179
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31321300 High-voltage cable

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Zealand

2.1.3 Value

Estimated value excluding VAT : 61 500 000 Euro

2.1.4 General information

Additional information : Tenders submitted must be valid for at least 4 months. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other enti-ties (e.g. a parent company or sister company or subcon-tractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concern-ing Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including tem-porary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered. It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. The Contracting Entity wants to receive tenders in English. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1 - Production and supply of 114 km 400 kV cable
Description : Production and supply of 114 km 400 kV cable
Internal identifier : Lot 1

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31000000 Electrical machinery, apparatus, equipment and consumables; lighting
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31310000 Mains
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31321000 Electricity power lines
Additional classification ( cpv ): 31321100 Overhead power lines
Additional classification ( cpv ): 31321200 Low- and medium-voltage cable
Additional classification ( cpv ): 31321210 Low-voltage cable
Additional classification ( cpv ): 31321220 Medium-voltage cable
Additional classification ( cpv ): 31340000 Insulated cable accessories

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Zealand

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 35 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : When evaluating 'Price', the Contracting Authority will evaluate the Total tender price (for evaluation purpose), cf. Schedule of Prices, fan 2 “Grand Total”.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical Solution and HSE
Description : In the evaluation of “Technical Solution and HSE ”, the Contracting Authority will emphasize the documentation provided considering the purpose and characteristics of the specific project as well as the content of the referenced documents, as further elaborated below: Technical Solution 1. System and mechanical design (65% weight): The evaluation of these elements will include an overall evaluation of the engineering documentation and the quality of this documentation (based on design documentation, calculations, values, and statements), including the extent to which this provides evidence that the system is fit for purpose according to the Technical Requirements. Further, the evaluation will consider the robustness of the solution including documentation and calculations supporting this. In this context consider it will be considered positive if the solution provides evidence of having very robust jackets, a high level of pulling force, a high sidewall pressure tolerance, a low bending radius and provide evidence of water-prof design of link-boxes. 2. Documentation (20% weight): The evaluation of this element will include an overall evaluation of the content, clarity, and level of detail of the submitted material. This includes Installation manual, maintenance manuals, drawings etc. In this context it will be evaluated positive that the documents are detailed, practical and provide evidence of a solution which will secure ease of execution of work on site. 3. HSE (15% weight): It will be evaluated positive that the tenderer submits a proactive and detailed HSE-plan and RAMS for this specific assignment which - considering the complexity and scope - covers: • HSE Risk assessments for the scope of work where risks are eliminated rather than mitigated, including identification of the top-5 (five) risks identified for the scope of work covered by the framework agreement and their mitigations. • Method statements which are relevant, safe to work by, includes the top 5 (five) risks and show knowledge of the scope of work. The score for the sub-criteria “Technical Solution and HSE” will be calculated as: (points for “System and mechanical design” x 65%) + (points for “Referenced documents” x 20%) + (points for “HSE” x 15%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Organization, Key Personnel and Project Programme
Description : In the evaluation of “Organization, Key Personnel and Project Programme” the Contracting Authority will emphasize the documentation provided concerning organization, Key Personnel and contract programme considering the purpose and characteristics of the specific project, as further elaborated below: 1. Organization (15% weight): The evaluation of “Organization” will be based on whether the proposed organizational structure is found to be operational, efficient and having clear interfaces and lines of communication taking into consideration the scope and complexity of the assignment. 2. Key personnel (15% weight): The evaluation of “Key Personnel” will be based on the demonstrated competences and experience in the included CV’s for key personnel, which in particular concerns experience within the role assigned, level of involvement and how they complement each other within the organizational structure. 3. Project Programme (70% weight): The evaluation of “Project Programme“, will be based on to which degree the tenderer demonstrates a well-planned, realistic, and robust time schedule/programme, which allows sufficient time for potential programme contingencies, but still provides evidence of a high level of security for delivery within the timeframe as set out in the Tender Documents. In this context it will be evaluated positive that: • the description and the Project Programme reflect a realistic, and preferably frontloaded, programme for the critical activities and productions and include considerations for actions in case of unforeseen events (breakdown etc.). • the description and programme contain a robust production schedule including all tests, delivery time, installation time for joints and end terminations at site etc. • a demonstration of the tenderers ability to identify and overcome known risks in the production, transportation, and installation phases The score for the sub-criteria “Organization, Key Personnel and Project Programme” will be calculated as: (points for “Organization” x 15%) + (points for “Key Personnel” x 15%) + (points for “Time Schedule” x 70%)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Contract term
Description : The tendered assignment must be performed on the basis of the attached contract terms. Apart from the clauses and sub-clauses listed in section 3.7.1, 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 deviation(s) may lead to a reduction to the score depending on content, clarity, and consequence of the deviation. In this regard, it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favour of the tenderer will be of particular importance in the evaluation. A minimum score of 4 must be achieved, cf. sub-section 3.7.1. If the tenderer has no deviations the evaluation of this sub-criterion will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Complaints regarding a candidate not being pre-qualified 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 author-ity 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 rele-vant 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 rea-sons for the decision.

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 organisation : Klagenævnet for Udbud -
Information about review deadlines : Complaints regarding a candidate not being pre-qualified 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 author-ity 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 rele-vant 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 rea-sons for the decision.
Organisation providing additional information about the procurement procedure : Energinet Eltransmission A/S -
Organisation providing more information on the review procedures : Klagenævnet for Udbud -
Organisation whose budget is used to pay for the contract : Energinet Eltransmission A/S
Organisation signing the contract : Energinet Eltransmission A/S

5.1 Lot technical ID : LOT-0002

Title : LOT 2 - Production and supply of 90 km 400 kV cable
Description : Production and supply of 90 km 400 kV cable.
Internal identifier : LOT 2

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31321300 High-voltage cable

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Zealand

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 26 500 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.12 Terms of procurement

Information about review deadlines : Complaints regarding a candidate not being pre-qualified 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 author-ity 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.

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

Mediation organisation : Konkurrence- og Forbrugerstyrelsen -
Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Complaints regarding a candidate not being pre-qualified 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 author-ity 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 Eltransmission A/S -
Organisation whose budget is used to pay for the contract : Energinet Eltransmission A/S
Organisation signing the contract : Energinet Eltransmission A/S

6. Results

Value of all contracts awarded in this notice : 57 810 371 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Tender :
Tender identifier : LOT 1 - Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Identifier of lot or group of lots : LOT-0001
Value of the tender : 30 334 895 Euro
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : LOT 1 - Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Date of the conclusion of the contract : 15/02/2025
Organisation signing the contract : Energinet Eltransmission A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3
Range of tenders :
Value of the lowest admissible tender : 30 334 895 Euro
Value of the highest admissible tender : 37 580 270 Euro

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Tender :
Tender identifier : LOT 2 - Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Identifier of lot or group of lots : LOT-0002
Value of the tender : 27 475 476 Euro
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : LOT 2 - Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Date of the conclusion of the contract : 15/02/2025
Organisation signing the contract : Energinet Eltransmission A/S

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3
Range of tenders :
Value of the lowest admissible tender : 27 475 476 Euro
Value of the highest admissible tender : 32 542 166 Euro

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39314878
Postal address : Tonne Kjærsvej
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Contact point : Procurement - A
Telephone : 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation signing the contract
Organisation whose budget is used to pay for the contract

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
Organisation providing more information on the review procedures

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
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Mediation organisation

8.1 ORG-0004

Official name : Demirer Kablo Tesisleri Sanayi ve Ticaret A.S.
Registration number : 2860026719
Postal address : Maslak Mah. Dereboyu Cad. Meydan Sok. Be --
Town : 34398
Postcode : SARIYER / ISTANBUL
Country subdivision (NUTS) : İstanbul ( TR100 )
Country : Türkiye
Telephone : +90 02122615163
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : 3be4fdcc-c2d6-4a6b-bb62-87809dd0e4e8 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/02/2025 14:51 +00:00
Notice dispatch date (eSender) : 27/02/2025 15:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00139703-2025
OJ S issue number : 43/2025
Publication date : 03/03/2025