23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Metal Supply
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
Offentliggjort
06.05.2025
Udbudstype
Andre

Udbyder

Energinet Eltransmission A/S

Procument of Advanced Maintenance for Sychronous Condensers


Energinet Eltransmission A/S

288723-2025 - Competition
Denmark – Repair and maintenance services of generators – Procument of Advanced Maintenance for Sychronous Condensers
OJ S 87/2025 06/05/2025
Contract or concession notice – standard regime
Services
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 Procument of Advanced Maintenance for Sychronous Condensers
Description The Contracting Authority wants to enter into service agreements involving the performance of inspections and overhauls on the Contracting Authority’s five (5) synchronous condensers. The tendered contracts have a five (5) year duration with three (3) times twelve (12) months’ extensions with automatic extensions. The tender is separated into two (2) lots. One lot for the two (2) hydrogen-cooled synchronous condensers and one lot for the three (3) air-cooled synchronous condensers. Lot 1 regards the two (2) hydrogen-cooled synchronous condensers and includes: • Minor inspection of the Synchronous Condenser stator and rotor with a minimum disassembly • Overhaul of the rotor including taking out the rotor poles one by one and check them mechanically on site. • Overhaul of the bearings and the lubricating system • Shaft sealing and machining of slipring • Support and Service Lot 2 regards the three (3) air-cooled synchronous condensers and includes: • Minor inspection of the SC stator and rotor with a minimum disassembly • Assessment of stator windings • Test of generator and GSU transformer protection • Support and Service • OPTION: C&P support agreement For more details, reference is made to the Tender Documents Please see the Technical Specifications in Appendix 2A for the lot 1 (doc. no. 24/06201-26) and Appendix 2B for lot 2 (doc. no. 24/06201-25). For further details concerning the object of the tender reference are made to the tender documents.
Procedure identifier cae9e217-0c14-422f-b8ec-2a7dad43f404
Internal identifier 24/06201
Type of procedure Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated no
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.
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  50532300   Repair and maintenance services of generators
Additional classification   ( cpv ):  50532000   Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100   Repair and maintenance services of electric motors, 51111000   Installation services of electric motors, generators and transformers
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Lot 1 Hobro Landevej 6A 8830 Tjele Denmark and Elsamvej 73 9310 Vodskov Denmark Lot 2 Pilebækvej 25 4632 Bjæverskov Denmark and Stat-Ene-Vej 101 5220 Odense SØ Denmark and Syvbækvej 7A 4270 Høng Denmark
2.1.3.
Value
Estimated value excluding VAT 30 500 000,00   DKK
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 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 concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis
Directive 2014/25/EU
2.1.5.
Terms of procurement
Terms of submission
Maximum number of lots for which one tenderer can submit tenders 2
Terms of contract
Maximum number of lots for which contracts can be awarded to one tenderer 2
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 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
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 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
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 trafficking 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 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
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 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 § 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 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
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 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
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 LOT-0001
Title LOT 1 (TJE, VHA)
Description The Contracting Authority wants to enter into service agreements involving the performance of inspections and overhauls on the Contracting Authority’s five (5) synchronous condensers. The tendered contracts have a five (5) year duration with three (3) times twelve (12) months’ extensions with automatic extensions. The tender is separated into two (2) lots. One lot for the two (2) hydrogen-cooled synchronous condensers and one lot for the three (3) air-cooled synchronous condensers. Lot 1 regards the two (2) hydrogen-cooled synchronous condensers and includes: • Minor inspection of the Synchronous Condenser stator and rotor with a minimum disassembly • Overhaul of the rotor including taking out the rotor poles one by one and check them mechanically on site. • Overhaul of the bearings and the lubricating system • Shaft sealing and machining of slipring • Support and Service For more details, reference is made to the Tender Documents Please see the Technical Specifications in Appendix 2A for the lot 1 (doc. no. 24/06201-26) and Appendix 2B for lot 2 (doc. no. 24/06201-25). For further details concerning the object of the tender reference are made to the tender documents.
Internal identifier 24/06201 - LOT 1
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  50532300   Repair and maintenance services of generators
Additional classification   ( cpv ):  50532000   Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100   Repair and maintenance services of electric motors, 51111000   Installation services of electric motors, generators and transformers
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Lot 1 Hobro Landevej 6A 8830 Tjele Denmark and Elsamvej 73 9310 Vodskov Denmark
5.1.3.
Estimated duration
Duration 5   Years
5.1.4.
Renewal
Maximum renewals 3
The buyer reserves the right for additional purchases from the contractor, as described here 3x12 months
5.1.5.
Value
Estimated value excluding VAT 14 500 000,00   DKK
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 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 concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Economic and Financial Standing
Description The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (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 opera-tors. Minimum requirement: Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least 720.000 EUR. 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 2.150.000 EUR.
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 4 applicants fulfill the minimum requirements, cf. section 2.2.2, the Contracting Authority will prequalify the 4 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with services comparable to the tendered assignment cf. Section 1.4 regarding solution, com-plexity, scope and purpose, especially concerning: • Assessments of electric and mechanical parts and recommending mitigations • Comparability of the generator types • Comparability of the contractual setup
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
Name Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Technical and Professional Ability
Description The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to three (3) most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) years back-wards 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 de-livered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should include: • A specific description of the works performed for each reference, including whether or not the work involved o Rewinding of rotor o Rewinding of stator o A major overhaul of synchronous condenser o Works on a synchronous condenser with 100 MVAr or above. o Works on a synchronous condenser with magnetization o Works on a synchronous condenser with brushes • A specific description of the contractual setup for each reference • Contract value (if possible) • Contact information for the entity in question (including contact person) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. The number of references should not surpass a maximum of the three (3) most comparable and relevant references. 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 three (3) when combined. If more than three (3) references are submitted, the Contracting Authority will only consider the three (3) most recent references determined by date of final delivery (in this case not yet finished references will not be included). If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met. Minimum requirement: It is a minimum requirement that the applicant provides three (3) comparable references. The following works are considered comparable as references: • Rewinding of rotor • Rewinding of stator • A major overhaul of synchronous condenser of 100 MVAr or above • A major overhaul of synchronous condenser with magnetization • A major overhaul of synchronous condenser with brushes It is a minimum requirement that the Supplier has a Health, Safety and Environment (HSE) management system. The HSE management system must ensure that work is performed according to regulations and relevant standards for safety. The HSE management system must comply with the latest edition of ISO 45001 and ISO 14001. The evidence must either be certificates according to ISO 45001 and ISO 14001, Sellicha B2 or similar statement of compliance by an accredited third party.
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 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 35,00
Criterion
TypeQuality
Name Contract Terms
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 10,00
Criterion
TypeQuality
Name Task Handling
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 55,00
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=430767&B=
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
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of requests to participate 02/06/2025   10:00:00 (UTC) Western European Time, GMT
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 Draft Contract
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
Electronic auction no
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 more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Energinet Eltransmission A/S
Organisation processing tenders Energinet Eltransmission A/S
TED eSender Mercell Holding ASA
5.1.
Lot LOT-0002
Title LOT 2 (FGD, HKS, BJS)
Description The Contracting Authority wants to enter into service agreements involving the performance of inspections and overhauls on the Contracting Authority’s five (5) synchronous condensers. The tendered contracts have a five (5) year duration with three (3) times twelve (12) months’ extensions with automatic extensions. The tender is separated into two (2) lots. One lot for the two (2) hydrogen-cooled synchronous condensers and one lot for the three (3) air-cooled synchronous condensers. Lot 2 regards the three (3) air-cooled synchronous condensers and includes: • Minor inspection of the SC stator and rotor with a minimum disassembly • Assessment of stator windings • Test of generator and GSU transformer protection • Support and Service • OPTION: C&P support agreement For more details, reference is made to the Tender Documents Please see the Technical Specifications in Appendix 2A for the lot 1 (doc. no. 24/06201-26) and Appendix 2B for lot 2 (doc. no. 24/06201-25). For further details concerning the object of the tender reference are made to the tender documents.
Internal identifier 24/06201 - LOT 2
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  50532300   Repair and maintenance services of generators
Additional classification   ( cpv ):  50532000   Repair and maintenance services of electrical machinery, apparatus and associated equipment, 50532100   Repair and maintenance services of electric motors, 51111000   Installation services of electric motors, generators and transformers
5.1.2.
Place of performance
Country Denmark
Anywhere in the given country
Additional information Lot 2 Pilebækvej 25 4632 Bjæverskov Denmark and Stat-Ene-Vej 101 5220 Odense SØ Denmark and Syvbækvej 7A 4270 Høng Denmark
5.1.3.
Estimated duration
Duration 5   Years
5.1.4.
Renewal
Maximum renewals 3
The buyer reserves the right for additional purchases from the contractor, as described here 3x12 months
5.1.5.
Value
Estimated value excluding VAT 16 000 000,00   DKK
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 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 concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Economic and Financial Standing
Description The applicant must confirm the economic ability in the ESPD part IV.B with information from the latest annual report regarding the following economic indicators: 1. Equity (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 opera-tors. Minimum requirement: Concerning 1: Equity from the latest annual report must, at the time of prequalification, be at least 720.000 EUR. 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 2.150.000 EUR.
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 4 applicants fulfill the minimum requirements, cf. section 2.2.2, the Contracting Authority will prequalify the 4 applicants who are evaluated as most qualified for the specific tendered assignment. The selection of the most suitable applicants will be based on the applicant’s references. The evaluation of the references will be based on to which extent the references demonstrate extensive experience with services comparable to the tendered assignment cf. Section 1.4 regarding solution, com-plexity, scope and purpose, especially concerning: • Assessments of electric and mechanical parts and recommending mitigations • Comparability of the generator types • Comparability of the contractual setup
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
Name Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name Technical and Professional Ability
Description The applicant must document fulfilment of minimum requirements concerning technical and professional ability in ESPD part IV.C: • Up to three (3) most comparable and relevant references undertaken in the past three (3) years as part of the application. By "undertaken in the past three (3) years” implies that the reference must not have been completed prior to the date reached when counting three (3) years back-wards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, however the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section 2.3. The references should include: • A specific description of the works performed for each reference, including whether or not the work involved o Rewinding of rotor o Rewinding of stator o A major overhaul of synchronous condenser o Works on a synchronous condenser with 100 MVAr or above. o Works on a synchronous condenser with magnetization o Works on a synchronous condenser with brushes • A specific description of the contractual setup for each reference • Contract value (if possible) • Contact information for the entity in question (including contact person) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibilities may have a negative effect on the selection of applicants. Please note the “description” box in ESPD part IV.C. can contain more text than is visible and it is possible to copy paste text into the box. The number of references should not surpass a maximum of the three (3) most comparable and relevant references. 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 three (3) when combined. If more than three (3) references are submitted, the Contracting Authority will only consider the three (3) most recent references determined by date of final delivery (in this case not yet finished references will not be included). If the applicant relies on other entities capacity or is part of a group of economic operators the information concerning ESPD part IV.C must be submitted in separate ESPD’s for each entity. It is the applicant’s sole responsibility to ensure that the requirement concerning technical and professional ability is met. Minimum requirement: It is a minimum requirement that the applicant provides three (3) comparable references. The following works are considered comparable as references: • Rewinding of rotor • Rewinding of stator • A major overhaul of synchronous condenser of 100 MVAr or above • A major overhaul of synchronous condenser with magnetization • A major overhaul of synchronous condenser with brushes It is a minimum requirement that the Supplier has a Health, Safety and Environment (HSE) management system. The HSE management system must ensure that work is performed according to regulations and relevant standards for safety. The HSE management system must comply with the latest edition of ISO 45001 and ISO 14001. The evidence must either be certificates according to ISO 45001 and ISO 14001, Sellicha B2 or similar statement of compliance by an accredited third party.
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 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
TypePrice
Name Price
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 35,00
Criterion
TypeQuality
Name Contract Terms
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 10,00
Criterion
TypeQuality
Name Task Handling
Description See Tender Conditions
Category of award weight criterionWeight (percentage, exact)
Award criterion number 55,00
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=430767&B=
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
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of requests to participate 02/06/2025   10:00:00 (UTC) Western European Time, GMT
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 Draft Contract
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
Electronic auction no
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 more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Energinet Eltransmission A/S
Organisation processing tenders Energinet Eltransmission A/S
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Energinet Eltransmission A/S
Registration number 39 31 48 78
Postal address Tonne Kjærsvej 65
Town Fredericia
Postcode 7000
Country subdivision (NUTS) Sydjylland   ( DK032 )
Country Denmark
Contact point Procurement - K
Telephone +45 70102244
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
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) 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) Byen København   ( DK011 )
Country Denmark
Email kfst@kfst.dk
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 1ebaf222-fba0-430a-b874-6556eeeeb123   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 17
Notice dispatch date 02/05/2025   12:36:08 (UTC) Western European Time, GMT
Notice dispatch date (eSender) 02/05/2025   13:00:45 (UTC) Western European Time, GMT
Languages in which this notice is officially available English
Notice publication number 288723-2025
OJ S issue number 87/2025
Publication date 06/05/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|