220 kV Submarine cable systems for the SLF02-project

The Contracting Authority wants to purchase the complete functional supply of a total of approximately 20 km 220 kV three-core submarine cable (installed as 3 separate, parallel cable systems) containing an optical fibre cable, including all labour, equipment and materials required for design, fabrication and factory testing, transport of cable …

CPV: 31321300 Cables de alta tensión, 31300000 Hilos y cables aislados, 31340000 Accesorios de cables, aislados, 31343000 Juntas para cables, aisladas
Lugar de ejecución:
220 kV Submarine cable systems for the SLF02-project
Organismo adjudicador:
Energinet Eltransmission A/S
Número de premio:
24/02646

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 : 220 kV Submarine cable systems for the SLF02-project
Description : The Contracting Authority wants to purchase the complete functional supply of a total of approximately 20 km 220 kV three-core submarine cable (installed as 3 separate, parallel cable systems) containing an optical fibre cable, including all labour, equipment and materials required for design, fabrication and factory testing, transport of cable and accessories to a port in Zealand, Denmark, installation of transition joints and hang offs and completion and commissioning as a part of a three new 220 kV cable system connecting Vordingborg Nord (VONØ) substation to Eskilstrup (ESK) and Nørre Radsted (NRA) substations. For further details concerning the purchase, reference is made to the tender documents.
Procedure identifier : 86e733c6-0d51-436d-a91b-b516111608ac
Internal identifier : 24/02646
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Zealand, Lolland and Falster, DK

2.1.3 Value

Estimated value excluding VAT : 24 000 000 Euro

2.1.4 General information

Additional information : 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 Danish, but can accept permits, product descriptions or other general documents in English, for example. 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. Tenders submitted must be valid for at least 6 months. If you wish to apply to participate in this tender pro-cess, 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 entities (e.g. a parent company or sister company or subcontractor) 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 eco-nomic operator" and Part III "Grounds for exclusion" as well as relevant information concerning 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 accom-panied 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 temporary 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 Consor-tium 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.
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Busi-ness Authority. The time frame from request of a Serviceattest until receipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Con-tracting Authority that the time frame for receipt of this docu-mentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign appli-cants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available al-ready in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment? For Danish applicants/tenderers the documentation is entailed in the “Ser-viceattest” which can be acquired from the Danish Business Au-thority. The time frame from request of a Serviceattest until re-ceipt is usually two weeks. For foreign applicants/tenderers it is the experience of the Con-tracting Authority that the time frame for receipt of this docu-mentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign appli-cants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available al-ready in connection with the prequalification. The EU Commission has launched e-CERTIS, a free, on-line source of information to help companies and contracting authorities to deal with different forms of documentary evidence required when tendering for public contracts. Information regarding relevant certificates can be obtained from: https://ec.europa.eu/tools/ecertis/#/search
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : 220 kV Submarine cable systems for the SLF02-project
Description : The Contracting Authority wants to purchase the complete functional supply of a total of approximately 20 km 220 kV three-core submarine cable (installed as 3 separate, parallel cable systems) containing an optical fibre cable, including all labour, equipment and materials required for design, fabrication and factory testing, transport of cable and accessories to a port in Zealand, Denmark, installation of transition joints and hang offs and completion and commissioning as a part of a three new 220 kV cable system connecting Vordingborg Nord (VONØ) substation to Eskilstrup (ESK) and Nørre Radsted (NRA) substations. For further details concerning the purchase, reference is made to the tender documents.
Internal identifier : 24/02646

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 ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints
Options :
Description of the options : Option for spare parts and EQ-test according to Schedule of prices

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Zealand, Lolland and Falster, DK

5.1.3 Estimated duration

Start date : 31/10/2025
Duration end date : 30/11/2028

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 24 000 000 Euro

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) : yes
Additional information : 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 Danish, but can accept permits, product descriptions or other general documents in English, for example. 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. Tenders submitted must be valid for at least 6 months. If you wish to apply to participate in this tender pro-cess, 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 entities (e.g. a parent company or sister company or subcontractor) 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 eco-nomic operator" and Part III "Grounds for exclusion" as well as relevant information concerning 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 accom-panied 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 temporary 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 Consor-tium 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.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.) 2. Equity ratio (equity/total assets). This must be stated with two decimals. If the applicant relies on the capacities of one or more entities (e.g., an affiliated company or a subcontractor) or the applicant is a group of economic operators (e.g., a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. It is the sole responsibility of the applicant to secure that the minimum requirements are reached based on consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : Concerning equity: Equity from the latest annual report must, at the time of prequalification, be at least EUR 8,000,000. Concerning equity ratio: Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 24,000,000.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to 3 (three) most comparable and relevant references undertaken in the past 5 (five) years as part of the application. By "undertaken in the past 5 (five) years” implies that the reference must not have been completed prior to the date reached when counting 5 (five) years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should describe 220 kV (or above) submarine cable systems, and include: • A specific description of deliveries, including: • Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints and terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions). • Description of type-test (if performed), including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facility for the accessories • Place of delivery • Information about contact data (name, email and phone number) for references • Contract value (if possible) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed 3 when combined. If more are submitted, the Contracting Authority will only consider the most recent references determined by date of final delivery, in this case not yet finished references will not be included. If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices must be stated in the attached schedule of prices and the defined price elements must be completed herein. Prices must be stated exclusive of VAT but inclusive of all other expenses associated with the purchase. The Carbon Footprint Tool (doc. no. 24/02646-28 “Carbon Footprint Tool”) should be completed as instructed in doc. no. 24/02646-29 “Rules regarding Carbon Footprint Tool”. The sum of climate change impact (ton Co2 footprint) in the “Summary” fan should be transferred to doc. no. 24/02646-7 “SLF02 - Procurement of 220 kV submarine cable systems - Schedules of Prices”, fan “Preliminaries” Pos. 3.5 Prices must be stated in EUR
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical solution
Description : The evaluation will be based on a description of the offered Technical Solution. The description should demonstrate the technical level of the Supplier, and include these elements: 1. Description of the complete system design (including engineering, design, documentation, and calculations) and the robustness of the mechanical design. Reference is made doc. no. 24/02646-2 “SLF02 - Procurement of 220 kV submarine cable systems - Requirements”. 2. All requested data, cf. EGS-0085, EGS-0087 and EGS-0088. The installation process will also be part of the evaluation and will be based on the submitted installation process of accessories and of testing during the installation as described in “SLF02 – procurement of 220 kV Submarine cable systems – Technical requirements” paragraph 5. The transition joint, hang-off and other mechanical fixations will be part of the evaluation. Where more than values are required, the technical level should be explained in detail for each element as any ambiguities, missing information or uncertainties relating to the performance or characteristics of the offered solution may have a negative effect on the tender evaluation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : HSE and Code of Conduct
Description : Health and safety: The evaluation will be based on the tenderers Method Statement including a top-five of risks which can occur during activities performed on building site in Denmark. The HSE plan for the scope of work in Denmark will also be part of the evaluation. The HSE plan should include • Organization • Selection and control of subcontractors • Inspection and audit plan • Emergency preparedness • Accident and incident investigation • Handling and storage of material and waste
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Organization and Key Personnel and Project Programme
Description : Programme: For the evaluation of the “Project Programme” the tenderer should include a detailed and robust project specific programme which outlines how the activities will be planned from contract commencement date until taking-over certificate has been issued. The Project Programme shall honour doc. no. 24/02646-6 “Preliminary Time Schedule” included in the tender material. The documentation should include a detailed description of how the identified activities are planned and executed. Further, a GANTT-chart out-lining the overall time schedule should be submitted. Concerning the activities on site in Denmark the tenderer should include a detailed description of the manpower used on site for supervision and jointing work. Reference is made to doc. no. 24/02180-17 “Preliminary Time Schedule” and should include detailed planning of the supervision activities and jointing work on site
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Contract Terms
Description : For the purpose of evaluation, the tenderer may propose deviations to the contract terms not identified as mandatory parts cf. section 3.7.1. The contract terms are considered: • Contract Agreement (doc. No. 24/02646-27) • Appendix 1: General Terms and Conditions for Purchase (doc. No. 24/02646-26), If the tenderer wishes to propose deviations these should be stated in doc. no. 24/02646-15 - Clarification lists. The proposed deviations to the contract terms must be stated in the spreadsheet marked “Legal clarification”. The proposed deviations should be explicit and with explanation as to why they are made.
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 :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : See tender material.
Deadline for receipt of requests to participate : 20/03/2025 11:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : -
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See contract template.
A non-disclosure agreement is required : no
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See the tender materiel. The tenderer's legal form is not required. If applications and ten-ders are submitted by a consortium, all participants in the consortium must be jointly and severally liable for the performance of the contract and a consortium member must be appointed with whom a binding agreement can be concluded on behalf of the consortium”

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 Un-ion (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 au-thority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, 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 providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39 31 48 78
Department : Energinet Eltransmission A/S
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - A
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

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) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

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 :
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
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 98eab204-3b41-4c68-8e4d-d8f3e29998f1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 20/02/2025 14:01 +00:00
Notice dispatch date (eSender) : 20/02/2025 14:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00122319-2025
OJ S issue number : 38/2025
Publication date : 24/02/2025