Procurement of two (2) 145kV hybrid switchgear for substation statoil south

The Contracting Authority wants to purchase two hybrid switchgear for substation statoil south. For further information regarding the scope of supply, reference is made to the tender documents. The value of the contract is expected to amount to 3,8 million DKK. The Contracting Authority wants to purchase two hybrid switchgear …

CPV: 31210000 Aparatos eléctricos de conmutación o protección de circuitos eléctricos
Lugar de ejecución:
Procurement of two (2) 145kV hybrid switchgear for substation statoil south
Organismo adjudicador:
Energinet Eltransmission A/S
Número de premio:
24/15663

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 two (2) 145kV hybrid switchgear for substation statoil south
Description : The Contracting Authority wants to purchase two hybrid switchgear for substation statoil south. For further information regarding the scope of supply, reference is made to the tender documents. The value of the contract is expected to amount to 3,8 million DKK.
Procedure identifier : 53b94bed-54f3-4420-8c8b-fa8df9698773
Internal identifier : 24/15663
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 : The tenders submitted must be valid for a period of 6 months from the specified time limit for the submission of tenders. If the tenderer during the negotiation phase, prepares and submits revised tenders, such tenders must also be valid for the period of 6 months from the specified time limit for these revised tenders. The validity period for the most economically advantageous tender can be extended in certain special cases in relation to investment screening, cf. Annex concerning Investment Screening. The evaluation criteria are part of the Contracting Authority’s evaluation of the submitted tenders, cf., section 4.

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31210000 Electrical apparatus for switching or protecting electrical circuits

2.1.2 Place of performance

Postal address : Asnæs Skovvej 8
Town : Kalundborg
Postcode : 4400
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 3 800 000 Danish krone

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. If you wish to apply to participate in this tender process, the corre-sponding 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 economic operator" and Part III "Grounds for exclusion" as well as relevant infor-mation 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 enti-ties/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including tempo-rary 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 Consorti-um 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. The tender includes design, fabrication, inspection, testing, delivery and erection of two hybrid switchgear. For further information regarding the duration of the Contract, reference is made to the tender documents.
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. " For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already in connection with the prequalifica-tion. 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
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). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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
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). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting 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 applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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
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). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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
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 traf-ficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1). For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting 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 applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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
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, and d) 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 ad-vantages 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 : § 134 a. A contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure if the candidate or tenderer is established in a country that is included on the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO's Government Procurement Agreement or other trade agreements obliging Denmark to open the public procurement market to tenderers established in that country.
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 Business 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 Contracting 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 applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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 “Serviceattest” which can be acquired from the Danish Business 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 Contracting Authority that the time frame for receipt of this documentation 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 already 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. For Danish applicants/tenderers the documentation is entailed in the “Serviceattest” which can be acquired from the Danish Business 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 Contracting Authority that the time frame for receipt of this documentation varies within the individual member states. As a result, The Contracting Authority strongly advises foreign applicants/tenderers to obtain this documentation as early as possible. Preferably the documentation should be ready and available already 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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Procurement of two (2) 145kV hybrid switchgear for substation statoil south
Description : The Contracting Authority wants to purchase two hybrid switchgear for substation statoil south. For further information regarding the scope of supply, reference is made to the tender documents. The value of the contract is expected to amount to 3,8 million DKK.
Internal identifier : 24/15663

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31210000 Electrical apparatus for switching or protecting electrical circuits
Quantity : 2
Options :
Description of the options : N/A

5.1.2 Place of performance

Postal address : Asnæs Skovvej 8
Town : Kalundborg
Postcode : 4400
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 800 000 Danish krone

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. If you wish to apply to participate in this tender process, the corre-sponding 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 economic operator" and Part III "Grounds for exclusion" as well as relevant infor-mation 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 enti-ties/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including tempo-rary 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 Consorti-um 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. The tender includes design, fabrication, inspection, testing, delivery and erection of two hybrid switchgear. For further information regarding the duration of the Contract, reference is made to the tender documents.

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 requirement
Description : Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least DKK 1,25 million. Concerning 2: 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 DKK 3,8 million.
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 : Other
Name : Selection of applicants
Description : If more than three (3) applicants fulfill the minimum requirements, cf. section 2.2.3, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most qualified for the specific tendered assignment. Dok. 24/15663-4 - Til arbejdsbrug/Restricted The selection of the most suitable applicants will be based on the applicant’s references. That is to which extend the reference(s) are assessed to be similar to the tendered assignment, cf. the scope stated in Techincal Specifications (doc. 24/15663-2) and the ‘’Characteristics’’ parameters listed in ‘’Reference sheet, (doc. 24/15663-19), in terms of comparability and relevance. As a result, the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are assessed to be similar to the ‘’Characteristics’’ parameters listed in ‘’Reference sheet (doc. 24/15663-19).
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
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The applicant can state the references in the ‘Reference Sheet’ doc.: 24/15663-19 and refer to this in the ESPD part IV.C. The Applicant may include the up to ten (10) most comparable and relevant references undertaken in the past five (5) years as part of the application. By "undertaken in the past five (5) years” implies that the reference must not have been completed prior to the date reached when counting five (5) 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 0. The references should include: • A specific description of the work performed for each reference, including: o Reference name o Voltage o Nominal current o Rated frequency o Motor supply and control voltage o Insulator material o Corrosion protection o Date of final delivery o End customer o Place of installation o Contact at end customer o Other relevant info if applicable Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note that 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 ten (10) when combined. If more than ten (10) references are submitted, the Contracting Authority will only consider the ten (10) most recent references determined by date of final delivery (in this case not yet finished references will not be included). If an applicant, in this context, relies on the capacity of other entities (e.g. a parent or sister company or a subcontractor) the Contracting Authority will initially include the references stated by the applicant itself and only if the maximum number is not reach by this methodology will the references of the supporting entities be included until the maximum number is reached.
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 : Technical and professional ability
Name : Technical and professional ability - Minimum requirement
Description : At least one (1) reference in the past five (5) years, regarding delivery of hybrid switchgear, must fulfill the requirements from the Technical Specifications (doc. 24/15663-2) within the categories: o Voltage o Nominal current o Rated frequency o Motor supply and control voltage o Insulator material o Corrosion protection
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 : 1
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
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Delivery Time
Description : For the purpose of the evaluation the tenderer must submit delivery time in whole weeks. The submitted delivery time must apply to all types of instrument transformers/voltage levels. All milestones mentioned in sub-clause 4.3 of the Contract Agreement (doc 24/15663-9) must be met within the specified Delivery time. Delivery time must be stated in the attached Commercial Tender List.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Contract Terms
Description : For the evaluation of the sub-criteria the below should be enclosed: If the tenderer includes a list of proposed deviations to the attached contractual terms: • Contract Agreement (doc. no. 24/15663-9), • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/15663-10), the tenderer must use the Clarification List (doc. no. 24/15663-8). The proposed deviations to the contractual terms must be stated in the spreadsheet marked “Legal clarification” and should be explicit and with explanation as to why they are made.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
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, Danish
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Advance payment guarantee and Performance guarantee.
Deadline for receipt of requests to participate : 10/03/2025 09:00 +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 tender material.
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 consor-tium 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 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 a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Organisation providing additional information about the procurement procedure : Energinet Eltransmission A/S -
Organisation 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 -

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39 31 48 78
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - S
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 72 40 56 00
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) : Byen København ( DK011 )
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 : 367c43a1-2d3f-40e2-a60c-01fa741df3b2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/02/2025 11:43 +00:00
Notice dispatch date (eSender) : 21/02/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00119726-2025
OJ S issue number : 38/2025
Publication date : 24/02/2025