1.
Buyer
1.1.
Buyer
Official name
:
Energinet A/S
Legal type of the buyer
:
Public undertaking
Activity of the contracting entity
:
Electricity-related activities
2.
Procedure
2.1.
Procedure
Title
:
Framework Agreement for Phase Conductors-OPGW-GW
Description
:
Establishment of Framework agreement for Phase Conductors, Optical Ground Wire (OPGW) and Ground wire (GW)
Procedure identifier
:
abec0260-f6bc-4ba8-87ea-e422c7a95e6c
Previous notice
:
6cd07353-f89d-432c-9b31-351bf105a14e-01
Internal identifier
:
24/00591
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
31321000
Electricity power lines
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Danmark
2.1.3.
Value
Estimated value excluding VAT
:
105 600 000,00
EUR
Maximum value of the framework agreement
:
105 600 000,00
EUR
2.1.4.
General information
Call for competition is terminated
Additional information
:
Price is not the only award criterion, and all criteria are stated only in the procurement documents Please note that this is a negotiated procedure. With the exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the negotiation process. If more than 5 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most qualified for the spe-cific tendered assignment. Only these applicants will be invited to submit a tender. The se-lection of the applicants will be based on the relevance of the submitted references, cf. the scope stated in section II.2.4, and the extent to which the references overall demonstrate comprehensive experience with deliveries comparable to the tendered assignment regarding solution, complexity, and scope, especially concerning: • Type of conductor - References including deliverables with conductor types, described in the tech-nical requirements, would be preferrable. • Weather conditions - References with conductors delivered to a climate with high wind and ice load would be preferrable. The applicant must submit a completed version of the ESPD. Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 134a, 135 (1-3) and 136. Please see section VI.3 “Additional information” for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1 in this TED announcement. Applications not submitted via EU-supply or received after the deadline will not be accepted. The Contracting Authority reserves the right to request the applicant to supplement, spec-ify or complete the information submitted. The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). Please note: - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned. Further where an applicant wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation. - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted. Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole. Tenders may be submitted in Danish or English The tenderer must maintain the tender for minimum 3 months
Legal basis
:
Directive 2014/25/EU
5.
Lot
5.1.
Lot
:
LOT-0001
Title
:
Lot 1: Phase Conductors
Description
:
Framework agreement for purchase of Phase Conductors (Lot 1). For further description of the tendered lot 1, see Technical requirements for Conductors doc. 24/00591-18 The maximum value of Lot 1 is EUR 98000000
Internal identifier
:
1
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
31321000
Electricity power lines
Options
:
Description of the options
:
• Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s busi-ness regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement.
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Denmark
5.1.3.
Estimated duration
Duration
:
96
Months
5.1.4.
Renewal
Maximum renewals
:
2
The buyer reserves the right for additional purchases from the contractor, as described here
:
Extension of the Framework Agreement for 2 times 2 years
5.1.5.
Value
Estimated value excluding VAT
:
98 000 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.10.
Award criteria
Criterion
:
Type
:
Quality
Name
:
Technical solution
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 Schedule of Prices. Deviations must be stated in Clarification List doc. 24/00591-10 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. This is evaluated based delivered datasheets of the different conductor types and the data typed in the Schedule of Prices. 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 ETS-0119 Conductors - Grease type - Grease applying method - Creep information - Description of test method including AC resistance test - Method to ensure HSE - Method to ensure Quality A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
50
Criterion
:
Type
:
Quality
Name
:
Sustainability
Description
:
The type of transportation and the number of kilometres estimated for the transportation must be specified in the “Data Input Sustainability” and must be stated in km. In the evaluation of ‘CO2 footprint’, the Contracting Authority will emphasize the following: The total sum of the CO2 footprint of transportation will be evaluated. The CO2 footprint will be calculated based on the formula: Transport km * CO2 climate change impact = CO2 footprint for the specific type of transport CO2 footprint for each type of transportation method will be added and return the Total CO2 footprint of transportation. The score of 10 will be awarded the tenderer with the lowest total of CO2 footprint. The other tenderers will be scored in relation to the tenderer with the lowest total CO2 footprint. The score will be evaluated from the following formula: Score=10- ((10/(100 %))*(Total sum of CO2 footprint-lowest total sum of CO2 footprint))/(Lowest total sum of CO2 footprint)
Weight (percentage, exact)
:
30
Criterion
:
Type
:
Quality
Name
:
Contract Terms
Description
:
If the tenderer includes a list of proposed deviations to the attached contractual terms: • Framework Agreement (doc. no. 24/00591-9) • Agreement under Framework Agreement (doc. no. 24/00591-11), and • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) the tenderer should use the Clarification List (doc. no. 24/00591-10). The Contracting Authority explicitly note that Code of Conduct - Contract Clause and Self-assessment Questionnaire will not be part of the evaluation. 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 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: • Framework Agreement (doc. no. 24/00591-9): o Sub-Clauses 10.3, 10.4, 10.5 & 10.6 (Termination) • In Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) and, where relevant, same Clauses and Sub-Clauses in the Agreement under the Framework Agreement (doc. no. 24/00591-11): 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 Sub-Clause 20.3 (Code of Conduct, HSE and sustainability) o Clause 24 (Termination) 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 intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
20
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 publi-cation date); 2. 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, provided that the notification includes a short account of the relevant reasons for the decision. 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
5.1.15.
Techniques
Framework agreement
:
Framework agreement, with reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
Energinet A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Energinet A/S
Organisation executing the payment
:
Energinet A/S
Organisation signing the contract
:
Energinet A/S
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0002
Title
:
Lot 2: Optical Ground Wire (OPGW)
Description
:
Framework agreement for purchase of Optical Ground Wire (OPGW) (Lot 2). For further description of the tendered lot 2, see Technical requirements - OPGW for underground, submarine and overhead line doc. 24/00591-19 The maximum value of Lot 2 is EUR 5600000
Internal identifier
:
2
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
31321000
Electricity power lines
Options
:
Description of the options
:
• Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s busi-ness regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement. • Extension of the Framework Agreement for 2 times 2 years.
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Denmark
5.1.3.
Estimated duration
Duration
:
96
Months
5.1.4.
Renewal
Maximum renewals
:
2
The buyer reserves the right for additional purchases from the contractor, as described here
:
• Extension of the Framework Agreement for 2 times 2 years.
5.1.5.
Value
Estimated value excluding VAT
:
5 600 000,00
EUR
Maximum value of the framework agreement
:
5 600 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.10.
Award criteria
Criterion
:
Type
:
Cost
Name
:
Technical solution
Description
:
The tenderer must include documentation of fulfillment of technical requirements and a list of reservations to. The reservations shall be written in “Clarification list” and should be explicit and with explanation as to why the reservation is made. In the evaluation of technical solution the Contracting Authority will emphasize the following: The extent to which the tenderer complies with Contracting authority specifications, see technical requirements, including the scope and content of any reservations in relation thereto. In this context, the elements listed below are of particular importance: - Corrosion protection on metal conductors, elaborate and detailed production method description. - Methods description assuring that sufficient correction protection is applied to the OPGW is preferred An overall evaluation will be made of the solution description. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
50
Criterion
:
Type
:
Quality
Name
:
Sustainability
Description
:
The type of transportation and the number of kilometres estimated for the transportation must be specified in the “Data Input Sustainability” and must be stated in km. In the evaluation of ‘CO2 footprint’, the Contracting Authority will emphasize the following: The total sum of the CO2 footprint of transportation will be evaluated. The CO2 footprint will be calculated based on the formula: Transport km * CO2 climate change impact = CO2 footprint for the specific type of transport CO2 footprint for each type of transportation method will be added and return the Total CO2 footprint of transportation. The score of 10 will be awarded the tenderer with the lowest total of CO2 footprint. The other tenderers will be scored in relation to the tenderer with the lowest total CO2 footprint. The score will be evaluated from the following formula: Score=10- ((10/(100 %))*(Total sum of CO2 footprint-lowest total sum of CO2 footprint))/(Lowest total sum of CO2 footprint)
Weight (percentage, exact)
:
30
Criterion
:
Type
:
Quality
Name
:
Contract Terms
Description
:
If the tenderer includes a list of proposed deviations to the attached contractual terms: • Framework Agreement (doc. no. 24/00591-9) • Agreement under Framework Agreement (doc. no. 24/00591-11), and • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) the tenderer should use the Clarification List (doc. no. 24/00591-10). The Contracting Authority explicitly note that Code of Conduct - Contract Clause and Self-assessment Questionnaire will not be part of the evaluation. 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 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: • Framework Agreement (doc. no. 24/00591-9): o Sub-Clauses 10.3, 10.4, 10.5 & 10.6 (Termination) • In Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) and, where relevant, same Clauses and Sub-Clauses in the Agreement under the Framework Agreement (doc. no. 24/00591-11): 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 Sub-Clause 20.3 (Code of Conduct, HSE and sustainability) o Clause 24 (Termination) 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 intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
20
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 publi-cation date); 2. 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, provided that the notification includes a short account of the relevant reasons for the decision. 3. 6 months starting the day after the contracting authority has sent notification to the can-didates/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
:
Framework agreement, with reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
Energinet A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Energinet A/S
Organisation executing the payment
:
Energinet A/S
Organisation signing the contract
:
Energinet A/S
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0003
Title
:
Lot 3: Ground Wire (GW)
Description
:
Framework agreement for purchase of Gound wire (GW) (Lot 3). For further description of the tendered lot 3 see Technical requirements - OPGW for underground, submarine and overhead line doc. 24/00591-19 The maximum value of lot 3 is EUR 2000000
Internal identifier
:
3
5.1.1.
Purpose
Main nature of the contract
:
Supplies
Main classification
(
cpv
):
31321000
Electricity power lines
Options
:
Description of the options
:
• Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s busi-ness regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement. • Extension of the Framework Agreement for 2 times 2 years.
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Denmark
5.1.3.
Estimated duration
Duration
:
96
Months
5.1.4.
Renewal
Maximum renewals
:
2
The buyer reserves the right for additional purchases from the contractor, as described here
:
• Extension of the Framework Agreement for 2 times 2 years.
5.1.5.
Value
Estimated value excluding VAT
:
2 000 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
5.1.10.
Award criteria
Criterion
:
Type
:
Cost
Name
:
Technical solution
Description
:
The tenderer must include documentation of fulfillment of technical requirements and a list of reservations to. The reservations shall be written in “Clarification list” and should be explicit and with explanation as to why the reservation is made. In the evaluation of technical solution the Contracting Authority will emphasize the following: The extent to which the tenderer complies with Contracting authority specifications, see technical requirements, including the scope and content of any reservations in relation thereto. In this context, the elements listed below are of particular importance: - Corrosion protection on metal conductors, elaborate and detailed production method description. - Methods description assuring that sufficient correction protection is applied to the GW is preferred An overall evaluation will be made of the solution description. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
50
Criterion
:
Type
:
Quality
Name
:
Sustainability
Description
:
The type of transportation and the number of kilometres estimated for the transportation must be specified in the “Data Input Sustainability” and must be stated in km. In the evaluation of ‘CO2 footprint’, the Contracting Authority will emphasize the following: The total sum of the CO2 footprint of transportation will be evaluated. The CO2 footprint will be calculated based on the formula: Transport km * CO2 climate change impact = CO2 footprint for the specific type of transport CO2 footprint for each type of transportation method will be added and return the Total CO2 footprint of transportation. The score of 10 will be awarded the tenderer with the lowest total of CO2 footprint. The other tenderers will be scored in relation to the tenderer with the lowest total CO2 footprint. The score will be evaluated from the following formula: Score=10- ((10/(100 %))*(Total sum of CO2 footprint-lowest total sum of CO2 footprint))/(Lowest total sum of CO2 footprint)
Weight (percentage, exact)
:
30
Criterion
:
Type
:
Quality
Name
:
Contract Terms
Description
:
If the tenderer includes a list of proposed deviations to the attached contractual terms: • Framework Agreement (doc. no. 24/00591-9) • Agreement under Framework Agreement (doc. no. 24/00591-11), and • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) the tenderer should use the Clarification List (doc. no. 24/00591-10). The Contracting Authority explicitly note that Code of Conduct - Contract Clause and Self-assessment Questionnaire will not be part of the evaluation. 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 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: • Framework Agreement (doc. no. 24/00591-9): o Sub-Clauses 10.3, 10.4, 10.5 & 10.6 (Termination) • In Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/00591-12) and, where relevant, same Clauses and Sub-Clauses in the Agreement under the Framework Agreement (doc. no. 24/00591-11): 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 Sub-Clause 20.3 (Code of Conduct, HSE and sustainability) o Clause 24 (Termination) 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 intends to limit liability and shift the financial risk in favor of the tenderer will be of particular importance in the evaluation. No deviations, and thereby absolute fulfillment of the contract terms, will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion. A minimum score of 4 must be achieved, cf. sub-section 3.7.1.
Weight (percentage, exact)
:
20
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 publi-cation date); 2. 30 calendar days starting the day after the contracting authority has informed the ten-derers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, provided that the notification includes a short account of the relevant reasons for the decision. 3. 6 months starting the day after the contracting authority has sent notification to the can-didates/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
:
Framework agreement, with reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
Energinet A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract
:
Energinet A/S
Organisation executing the payment
:
Energinet A/S
Organisation signing the contract
:
Energinet A/S
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
105 600 000,00
EUR
Maximum value of the framework agreements in this procedure
:
105 600 000,00
EUR
Approximate value of the framework agreements
:
105 600 000,00
EUR
6.1.
Result lot ldentifier
:
LOT-0001
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
98 000 000,00
EUR
Re-estimated value of the framework agreement
:
98 000 000,00
EUR
6.1.2.
Information about winners
Winner
:
Official name
:
S. TYGESEN ENERGI AS
Tender
:
Tender identifier
:
Lot 1: Phase Conductors
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 1: Phase Conductors N/A - S. TYGESEN ENERGI AS
Date of the conclusion of the contract
:
18/07/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
DE ANGELI PRODOTTI
Tender
:
Tender identifier
:
Lot 1: Phase Conductors
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 1: Phase Conductors - DE ANGELI PRODOTTI
Date of the conclusion of the contract
:
31/07/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
Midal Kablo Sanayi ve Ticaret
Tender
:
Tender identifier
:
Lot 1: Phase Conductors
Identifier of lot or group of lots
:
LOT-0001
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 1: Phase Conductors - Midal Kablo Sanayi ve Ticaret
Date of the conclusion of the contract
:
12/08/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet 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
:
5
Range of tenders
:
Value of the lowest admissible tender
:
0,00
EUR
Value of the highest admissible tender
:
98 000 000,00
EUR
6.1.
Result lot ldentifier
:
LOT-0002
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
5 600 000,00
EUR
Re-estimated value of the framework agreement
:
5 600 000,00
EUR
6.1.2.
Information about winners
Winner
:
Official name
:
S. TYGESEN ENERGI AS
Tender
:
Tender identifier
:
Lot 2: Optical Ground Wire (OPGW)
Identifier of lot or group of lots
:
LOT-0002
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 2: Optical Ground Wire (OPGW) - S. TYGESEN ENERGI AS
Date of the conclusion of the contract
:
18/07/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
Jiangsu Zhongtian Technology Co.,Ltd.
Tender
:
Tender identifier
:
Lot 2: Optical Ground Wire (OPGW)
Identifier of lot or group of lots
:
LOT-0002
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 2: Optical Ground Wire (OPGW) - Jiangsu Zhongtian Technology Co.,Ltd.
Date of the conclusion of the contract
:
05/08/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
DE ANGELI PRODOTTI
Tender
:
Tender identifier
:
Lot 2: Optical Ground Wire (OPGW)
Identifier of lot or group of lots
:
LOT-0002
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 2: Optical Ground Wire (OPGW) - DE ANGELI PRODOTTI
Date of the conclusion of the contract
:
30/07/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet 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
:
0,00
EUR
Value of the highest admissible tender
:
5 600 000,00
EUR
6.1.
Result lot ldentifier
:
LOT-0003
Winner selection status
:
At least one winner was chosen.
Framework agreement
:
Maximum value of the framework agreement
:
2 000 000,00
EUR
Re-estimated value of the framework agreement
:
2 000 000,00
EUR
6.1.2.
Information about winners
Winner
:
Official name
:
Sterlite Power Transmission Limited
Tender
:
Tender identifier
:
Lot 3: Ground Wire (GW)
Identifier of lot or group of lots
:
LOT-0003
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 3: Ground Wire (GW) - Sterlite Power Transmission Limited
Date of the conclusion of the contract
:
22/08/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
DE ANGELI PRODOTTI
Tender
:
Tender identifier
:
Lot 3: Ground Wire (GW)
Identifier of lot or group of lots
:
LOT-0003
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 3: Ground Wire (GW - DE ANGELI PRODOTTI
Date of the conclusion of the contract
:
30/07/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet A/S
Winner
:
Official name
:
Midal Kablo Sanayi ve Ticaret
Tender
:
Tender identifier
:
Lot 3: Ground Wire (GW)
Identifier of lot or group of lots
:
LOT-0003
The tender was ranked
:
no
Concession value:
The tender is a variant
:
no
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Lot 3: Ground Wire (GW - Midal Kablo Sanayi ve Ticaret
Date of the conclusion of the contract
:
12/08/2024
The contract is awarded within a framework agreement
:
yes
Organisation signing the contract
:
Energinet 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
:
5
Range of tenders
:
Value of the lowest admissible tender
:
0,00
EUR
Value of the highest admissible tender
:
2 000 000,00
EUR
8.
Organisations
8.1.
ORG-0001
Official name
:
Energinet A/S
Registration number
:
28980671
Postal address
:
Tonne Kjærsvej 65
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
Contact point
:
Procurement - B
Telephone
:
+4570102244
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
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
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10 29 48 19
Postal address
:
Carl Jacobsen Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Københavns omegn
(
DK012
)
Country
:
Denmark
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
S. TYGESEN ENERGI AS
Registration number
:
DK19661296
Postal address
:
STRANDVANGEN 33
Town
:
Kerteminde
Postcode
:
5300
Country subdivision (NUTS)
:
Fyn
(
DK031
)
Country
:
Denmark
Telephone
:
+45 65324380
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0002
8.1.
ORG-0005
Official name
:
DE ANGELI PRODOTTI
Registration number
:
IT 03585010287
Postal address
:
Viale del'Industria, 1
Town
:
Bagnoli di Sopra
Postcode
:
35024
Country subdivision (NUTS)
:
Padova
(
ITH36
)
Country
:
Italy
Telephone
:
+39 3292307600
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0002, LOT-0003
8.1.
ORG-0006
Official name
:
Midal Kablo Sanayi ve Ticaret
Registration number
:
210000374500002
Postal address
:
Organize Sanayi Bolgesi 2, CAdd no 8
Town
:
Bozuyuk, Bilecik
Postcode
:
11300
Country subdivision (NUTS)
:
Bilecik
(
TR413
)
Country
:
Türkiye
Telephone
:
+44 2085380112
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0001, LOT-0003
8.1.
ORG-0007
Official name
:
Jiangsu Zhongtian Technology Co.,Ltd.
Registration number
:
320623138670947
Postal address
:
No.5 Zhongtian Road
Town
:
Nantong
Postcode
:
226009
Country
:
China
Telephone
:
+86 051383599502
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0002
8.1.
ORG-0008
Official name
:
Sterlite Power Transmission Limited
Registration number
:
U74120PN2015PLC156643
Postal address
:
F-1, Mira Corporate Suits, Ishwar Nagar, Mathura Road
Town
:
New Delhi
Postcode
:
110065
Country
:
India
Telephone
:
+91 9167375849
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0003
8.1.
ORG-0009
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
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
f837041b-b9dd-4121-80a6-2a175ed8d0ad
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
30/09/2024
08:30:39 (UTC)
Notice dispatch date (eSender)
:
30/09/2024
08:30:39 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
587948-2024
OJ S issue number
:
191/2024
Publication date
:
01/10/2024