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: 31321100 Líneas aéreas de energía, 31321000 Líneas de energía eléctrica
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
Previous notice : db33db6d-58c0-4ce4-99d8-f252ab675034-01
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

Call for competition is terminated
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

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 : 24/09989

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

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.

5.1.10 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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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 :

5.1.12 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 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

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 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.
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 whose budget is used to pay for the contract : Energinet Eltransmission A/S
Organisation executing the payment : Energinet Eltransmission A/S
Organisation signing the contract : Energinet Eltransmission A/S

6. Results

Value of all contracts awarded in this notice : 1 361 997 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : LAMIFIL NV
Tender :
Tender identifier : Procurement of HTLS Conductors - LAMIFIL NV
Identifier of lot or group of lots : LOT-0000
Value of the tender : 1 361 997 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Procurement of HTLS Conductors - LAMIFIL NV
Date of the conclusion of the contract : 27/03/2025
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 : 4
Range of tenders :
Value of the lowest admissible tender : 1 311 604 Euro
Value of the highest admissible tender : 3 752 000 Euro

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 signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

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
Internet address : http://www.kfst.dk
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 : LAMIFIL NV
Registration number : BE0422050265
Postal address : FREDERIC SHEIDLAAN
Town : HEMIKSEM
Postcode : 2620
Country subdivision (NUTS) : Arr. Antwerpen ( BE211 )
Country : Belgium
Telephone : +32 38700735
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

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 : 6e89f00f-68a8-41b8-bc15-81cf5191f70a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 02/04/2025 08:12 +00:00
Notice dispatch date (eSender) : 02/04/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00215188-2025
OJ S issue number : 66/2025
Publication date : 03/04/2025