Procurement of HTLS Conductors

For the refurbishment of the northern AC 132 kV two-systems KYV-LUP overhead line, the Contracting Authority wants to purchase HTLS conductors with thermal-resistant aluminium wires of RW, TW, or ZW and either single or multi-stranded composite cores. For the refurbishment of the northern AC 132 kV two-systems KYV-LUP overhead line, …

CPV: 31321000 Líneas de energía eléctrica, 31321100 Líneas aéreas de energía
Lugar de ejecución:
Procurement of HTLS Conductors
Organismo adjudicador:
Energinet Eltransmission A/S
Número de premio:
24/09989

1. Buyer

1.1 Buyer

Official name : Energinet Eltransmission A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Procurement of HTLS Conductors
Description : For the refurbishment of the northern AC 132 kV two-systems KYV-LUP overhead line, the Contracting Authority wants to purchase HTLS conductors with thermal-resistant aluminium wires of RW, TW, or ZW and either single or multi-stranded composite cores.
Procedure identifier : e3c23c49-ea0b-4cac-9b38-2a4aa70d6f4a
Internal identifier : 24/09989
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
Main classification ( cpv ): 31321100 Overhead power lines
Additional classification ( cpv ): 31321000 Electricity power lines

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 1 500 000 Euro

2.1.4 General information

Additional information : Tenders submitted must be valid for at least 7 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 complet-ing 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 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 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 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.
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?
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?
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 : Procurement of HTLS Conductors
Description : For the refurbishment of the northern AC 132 kV two-systems KYV-LUP overhead line, the Contracting Authority wants to purchase HTLS conductors with thermal-resistant aluminium wires of RW, TW, or ZW and either single or multi-stranded composite cores.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321100 Overhead power lines
Additional classification ( cpv ): 31321000 Electricity power lines

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 1 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 1 500 000 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 : Tenders submitted must be valid for at least 7 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 complet-ing 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 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 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 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.

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 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. Minimum requirement: Concerning 1: Equity ratio from the latest annual report must, at the time of prequalification, be positive.
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
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 5 most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) 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 include: o A specific description of the work performed for each reference, including: 1) conductor type and 2) climate, the conductor is delivered to. Deliverables to high wind and ice load climate would be preferrable. o Contract value (if possible) o Contact information for the entity in question (including contact person) o 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 one or more other entities (e.g. a parent or sister company or a subcontractor) 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 5 when combined. If more than 5 references are submitted, the Contracting Authority will only consider the 5 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.
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 : Selection of applicants
Description : If more than 5 applicants fulfill the minimum requirements, cf. section 2.2.3, the Contracting Authority will prequalify between 3 and 5 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. Section 1.4 regarding solution, complexity, scope and purpose, especially concerning: - Type of conductors: References including deliverables with conductor types described in the technical requirements, would be preferrable. - Weather conditions: References with conductors delivered to a climate with high wind and ice load would be preferrable.
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 Price List 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. Prices must be stated in EUR. When evaluating 'Price', the Contracting Authority will evaluate the total cost (for evaluation purpose), cf. the Price List.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Technical Requirements
Description : The evaluation will be based on the submitted documentation in terms of data sheets for offered conductors in relation to technical topics and the data typed in cells marked with blue in the Price List. Deviations must be stated in Clarification List doc. 24/09989-7 in the document folder in EU-Supply. The reservations in the clarification list should be explicit and with explanation as to why the deviation is made. The fulfillment of technical requirements and design of conductors will be evaluated based on the delivered datasheets of the different conductor types and the data typed in the Price List. In the evaluation of technical requirements, the Contracting Authority will emphasize the following: The extent to which the tenderer complies with the Contracting Authority specifications, including the scope and content of any deviations in the clarification list in relation thereto. In this context, the elements listed below are of particular importance: - Minimum current capacity for phase conductors and calculation of it - Maximum load on towers for phase conductors and calculation of it - Minimum breaking load - Required documentation - Maximum diameter for phase conductors - Lifetime expectancy in heavy salt polluted environments and the evidence for the postulated - Long term experience with the offered conductor type - Offered solution follows the standards in chapter 2 in Appendix 2 - Creep information - Description of test method including AC resistance test - Method to ensure HSE - Method to ensure Quality A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact) : 20
Criterion :
Type : Quality
Name : Delivery Time
Description : The tenderer is to present a time-schedule which indicates procurement, manufacturing, and delivery time of the order. When evaluating ‘Delivery Time’, the Contracting Authority will evaluate whether the tenderer can by or before June 30, 2025. If the tenderer cannot deliver by or before June 30, 2025, the following reductions in the score will be made. If the submitted delivery time is between the reductions below, the Contracting Authority will use a linear scale. 14 days delay = 1 point reduction in score 28 days delay = 2 points reduction in score 42 days delay = 3 points reduction in score 56 days delay = 4 points reduction in score 70 days delay = 5 points reduction in score 84 days delay = 6 points reduction in score 98 days delay = 7 points reduction in score 112 days delay = 8 points reduction in score 126 days delay = 9 points in reduction in score 140 days delay = 10 points in reduction in score Delivery time of more than 140 days delay will result in the tender being excluded from the competition.
Weight (percentage, exact) : 25
Criterion :
Type : Quality
Name : Sustainability
Description : The amount of materials must be stated in the ‘Carbon footprint tool’, doc. 24/09989-9. and must be stated in kilogram (KG) per meter. The type of transportation and number of kilometres estimated for the transportation must be specified in the ‘Carbon footprint tool’, doc. 24/09989-9. For further information on the Carbon footprint tool see ‘Rules regarding Carbon Footprint tool’. When evaluating ‘Sustainability’ the contracting authority will evaluate the cell marked ‘Sum of climate change impact’ in the sheet ‘Summary’ in the ‘Carbon footprint tool’. The Climate change impact is scored on a linear scale from 0 to 10. The tender with the lowest Sum of climate change impact will be given the highest score, 10. All other tenders are then scored on a linear scale, using the interpolation percentage of 100%, and as a result the tender with the lowest Sum of climate change impact will be given the score of 10 and a tender which is 100% higher will be given the score of 0. If 1 or more of the compliant tenders comprise a Sum of climate change impact which is higher than the initial percentages, the contracting authority will use the alternative scale with the same scores, but with greater span. As a result, the span will be set at the actual difference in percentage between the lowest calculated Sum of climate change impact among all compliant tenders and the highest calculated Sum of climate change impact among all compliant tenders. The contracting authority will not expand beyond 150% and as a result tenders which comprise a Sum of climate change impact which is equal or higher than this percentage will be scored 0. All scores from 0-10 may be used (including decimals).
Weight (percentage, exact) : 10
Criterion :
Type : Quality
Name : Social Sustainability
Description : The two cases (doc. no. 24/09989-6) both focuses on supply chain transparency and communication of Code of Conduct to all stakeholders, associated with the tendered contract. The tenderer must use the template (doc. no. 24/09989-6) for the description of “Social Sustainability”. Case 1: The evaluation of case 1 will be based on the tenderer’s description of the supply chain management. Case 2: The evaluation of case 2 will be based on the tenderer’s description of ensuring Code of Conduct throughout the supply chain. Both descriptions should be thorough and detailed, describing the tenderers handling of the elements described in the cases. Evaluation of case 1 will focus on the tenderer’s description of the supply chain management, within the specified key materials. Of particular importance is: The degree of traceability for the raw material used in the production will be evaluated positively. Further, it will be evaluated positive to the extend the supply chain is visible from extraction to final product. Ensuring ethical sourcing and fundamental human rights thorough the supply chain from extraction to final product, will be evaluated positively. Evaluation of case 2 will focus on the tenderer’s description of management of Energinet’s Code of Conduct throughout the supply chain. It will be evaluated positive if: The description includes clear, comprehensive, and easily accessible Code of Conduct throughout the supply chain. Description on how relevant parts of the Code of Conduct is incorporated into contracts throughout the supply chain, and further, how these parts are identified as relevant. How anonymous and accessible reporting channels for sub-suppliers to report Code of Conduct violations are implemented. Further, if the description includes clear procedures for handling reports of violations. The description includes robust and risk-based audits with suppliers and sub-suppliers throughout the supply chain. An overall evaluation will be conducted.
Weight (percentage, exact) : 10
Criterion :
Type : Cost
Name : Contract Terms
Description : If the tenderer includes a list of proposed deviations to the attached contractual terms: • Contract Agreement for Purchase (doc. no. 24/09989-3) • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/09989-4) the tenderer should use the Clarification List (doc. no. 24/09989-7) The proposed deviations to the contractual terms should be stated in the spreadsheet marked “Legal clarification” and should be explicit and with explanation as to why they are made. The Contracting Authority explicitly note that Code of Conduct - Contract Clause and Self-assessment Questionnaire will not be part of the evaluation. The tendered assignment must be performed on the basis of the attached contract terms. The tenderer may, however, suggest explicit and well-explained deviations to the contractual terms which the Contracting Authority has identified as competitive criteria’s below: • Contract Agreement (doc. 24/09989-3): o Section 4, sub-section 4.2 b) (CAR Insurance) o Section 5, sub-clause 8.1 (Time of delivery) o Section 5, sub-clause 12.1 (Late-delivery or non-delivery) o Section 5, sub-clause 13.1 and 13.4 (Defects and remedies) o Section 5, sub-clause 14.2 (Limitation of liability) o Section 5, sub-clause 16.1 (Insurance) o Section 5, sub-clause 18.1 + 18.3 (Performance Guarantee) o Section 5, sub-clause 20.3 (Code of conduct and HSE requirements) o Section 5, sub-clause 24.3 (Termination) • Appendix 1: General Terms and Conditions for Purchase (doc. 24/09989-4): o Clause 2 (Requirements), except for sub-clause 2.3 o Clause 9 (Time of Delivery) o Clause 11 (Intellectual property rights) o Clause 12 (Late-delivery or non-delivery) o Clause 13 (Defects and remedies) o Clause 14 (Limitation of liability) o Clause 15 (Product liability) o Clause 16 (Insurance) o Clause 17 (Indemnification) o Clause 18 (Performance guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 2.7.1 above) o Sub-Clause 20.3 (HSE requirements) o Clause 24 (Termination) • Appendix 1A: Insurance Exhibit (doc no. 24/09989-15) These will be included in the evaluation of the sub-criterion "Contract terms" and it is noted that any deviations may lead to a reduction to the score depending on the content, clarity, and consequence. In this regard it is explicitly noted that deviations which intend to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact) : 10
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
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 25/09/2024 10:00 +00:00
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 : Se frame for contract agreement
A non-disclosure agreement is required : no
Electronic ordering will be used : yes
Electronic payment will be used : yes
Financial arrangement : See Tender conditions
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 authority has entered into 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
Electronic auction : no

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Klagenævnet for Udbud
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : Konkurrence- og Forbrugerstyrelsen
Organisation providing additional information about the procurement procedure : Energinet Eltransmission A/S
Organisation providing offline access to the procurement documents : Energinet Eltransmission A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Energinet Eltransmission A/S
Organisation processing tenders : Energinet Eltransmission A/S
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39314878
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - B
Telephone : +45 70102244
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 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 information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

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
Roles of this organisation :
Organisation providing more information on the review procedures
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed

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

11. Notice information

11.1 Notice information

Notice identifier/version : db33db6d-58c0-4ce4-99d8-f252ab675034 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 06/09/2024 11:41 +00:00
Notice dispatch date (eSender) : 06/09/2024 12:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00540933-2024
OJ S issue number : 175/2024
Publication date : 09/09/2024