Purchase of 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems)

The Contracting Authority wants to purchase 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems) to be installed in the south and eastern part of Zealand, Lolland and Falster, Denmark. The Contracting Authority wants to purchase …

CPV: 31321300 Kabel wysokiego napięcia, 31300000 Drut i kabel izolowany, 31320000 Kable energetyczne, 31340000 Akcesoria do kabli izolowanych, 31343000 Izolowane złącza kablowe
Miejsce wykonania:
Purchase of 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems)
Miejsce udzielenia zamówienia:
Energinet Eltransmission A/S
Numer nagrody:
24/02180

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Purchase of 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems)
Description : The Contracting Authority wants to purchase 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems) to be installed in the south and eastern part of Zealand, Lolland and Falster, Denmark.
Procedure identifier : 3154208d-787b-4a61-8c2c-a061778c01d8
Internal identifier : 24/02180
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 55 500 000 Euro

2.1.4 General information

Additional information : The validity period of the submitted tender should be 6 months. 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 corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concern-ing Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including 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. It is the Contracting Authority´s assessment that the tendered contract is to be considered as a special financial agreement covered by law no. 1256 of 27 October 2023 on screening of certain foreign direct investments etc. in Denmark. This means that the tenderer must apply to the Danish Business Authority for permission if the tenderer is established outside the EU/EFTA or is under the control or significant influence of a legal or natural person outside this area. Further information on the investment screening process can be found in the tender material concerning Investment Screening.
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 : Purchase of 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems)
Description : The Contracting Authority wants to purchase 220 kV AC underground cables, accessories, supervision and jointing work for three cable systems (with approximate 90 km total length for all systems) to be installed in the south and eastern part of Zealand, Lolland and Falster, Denmark.
Internal identifier : 24/02180

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints
Options :
Description of the options : N/A

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 02/09/2025
Duration end date : 01/04/2031

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 55 500 000 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 : The validity period of the submitted tender should be 6 months. 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 corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concern-ing Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including 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. It is the Contracting Authority´s assessment that the tendered contract is to be considered as a special financial agreement covered by law no. 1256 of 27 October 2023 on screening of certain foreign direct investments etc. in Denmark. This means that the tenderer must apply to the Danish Business Authority for permission if the tenderer is established outside the EU/EFTA or is under the control or significant influence of a legal or natural person outside this area. Further information on the investment screening process can be found in the tender material concerning Investment Screening.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial standing
Description : Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: 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 other entities or the applicant is a group of economic operators the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities. It is the sole responsibility of the applicant to secure that the minimum requirements are reached based on consolidation when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : Equity from the latest annual report must, at the time of prequalification, be at least EUR 18,500,000.00. Equity ratio from the latest annual report must, at the time of prequalification, be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify if Equity exceeds EUR 55,700,000.00.
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 suitability of applicants fulfilling the minimum requirements to economic and financial standing will be assessed based on technical and professional ability. The ability will be assessed based on references which can be filled in ESPD part IV.C. The Applicant are allowed to submit up to 3 (three) most comparable and relevant references undertaken in the past 5 (five) years as part of the application. By "undertaken in the past 5 years” implies that the reference must not have been completed prior to the date reached when counting 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 assessment of the applicant, cf. section 2.3. Further, if references are obtained in collaboration with other parties, the applicant should clearly explain which elements have been carried out by the applicant. The references should describe a 220 kV (or above) underground cable systems, and include: • A specific description of deliveries, including: • Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints and AIS-terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions). • Description of type-test (if performed), including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facility for the accessories • Place of delivery • Information about contact data (name, email and phone number) for references • Contract value (if possible) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the assessment. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators the maximum number of references must still be respected and cannot exceed 3 when combined. If more are submitted, the Contracting Authority will only consider the most recent references determined by date of final delivery, in this case not yet finished references will not be included. If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices must be stated in the attached schedule of prices and the defined price elements must be completed herein. Prices must be stated exclusive of VAT, but inclusive of all other expenses associated with the purchase. The Carbon Footprint Tool (doc. no. 24/02180-13 “Carbon Footprint Tool”) should be completed as instructed in doc. no. 24/02180-14 “Rules regarding Carbon Footprint Tool”. The sum of climate change impact (ton CO2 footprint) in the “Summary” fan should be transferred to the Schedule of Prices fan “Preliminaries” Pos. 3.4 Prices must be stated in EUR.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical Solution
Description : The evaluation will be based on a description of the offered Technical Solution. The description should demonstrate the technical level of the, and include these elements: 1. Description of the complete system design (including engineering, design, documentation, and calculations) and the robustness of the mechanical design cf. technical requirements (24/02180-5) All requested data, cf. EGS-0084 and EGS-0085. The installation process will also be part of the evaluation and will be based on the submitted installation process of accessories and of testing during the installation as described in “SLF02 – procurement of 220 kV underground cable systems – Technical requirements” paragraph 5. Where more than values are required, the technical level should be explained in detail for each element as any ambiguities, missing information or uncertainties relating to the performance or characteristics of the offered solution may have a negative effect on the tender evaluation.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : HSE and Code of Conduct
Description : An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Organization and Key Personnel and Programme
Description : Programme: For the evaluation of the “Project Programme” the tenderer should include a detailed and robust project specific programme which outlines how the activities will be planned from contract commencement date until taking-over certificate has been issued. The Project Programme shall honour doc. no. 24/02180-17 “Preliminary Time Schedule” included in the tender material. The documentation should include a detailed description of how the identified activities are planned and executed. Fur-ther, a GANTT-chart out-lining the overall time schedule should be submitted. Concerning the activities on site in Denmark the tenderer should include a detailed description of the manpower used on site for supervision and jointing work. Reference is made to doc. no. 24/02180-17 “Preliminary Time Schedule” and should include detailed planning of the supervision activities and jointing work on site.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Contract Terms
Description : For the purpose of evaluation, the tenderer may propose deviations to the contract terms not identified as mandatory parts cf. section 3.7.1. The contract terms are considered: • Contract Agreement (doc. No. 24/02180-24) • Appendix 1: General Terms and Conditions for Purchase (doc. No. 24/02180-23), If the tenderer wishes to propose deviations these should be stated in doc. no. 24/02180-19 - Clarification lists The proposed deviations to the contract terms must be stated in the spreadsheet marked “Legal clarification”. The proposed deviations should be explicit and with explanation as to why they are made.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 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
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : .
Deadline for receipt of requests to participate : 26/02/2025 11:00 +00:00
Information that can be supplemented after the submission deadline :
At the discretion of the buyer, some missing tenderer-related documents may be submitted later.
Additional information : -
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : See 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 tenders are submitted by a consortium, all participants in the consortium must be jointly and severally liable for the performance of the contract and a consortium member must be appointed with whom a binding agreement can be concluded on behalf of the consortium.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Complaints regarding a candidate not being prequalified 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 -

8. Organisations

8.1 ORG-0001

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

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : e29c28fd-c24c-4f12-8818-05076c179a2c - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 05/02/2025 13:09 +00:00
Notice dispatch date (eSender) : 05/02/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00081857-2025
OJ S issue number : 26/2025
Publication date : 06/02/2025