ORH-VONØ Offshore works

The Contracting Authority wants to purchase Contractor’s scope of work incl. load out from a port in Denmark, transportation, laying, and protection of 2x7 km submarine cables across the Storstrømmen straight. The work is expected to take place in 2026 and needs to be completed by summer of 2027. For …

CPV: 45314310 Installation of cable laying
Place of execution:
ORH-VONØ Offshore works
Awarding body:
Energinet Eltransmission
Award number:
24/06488

1. Buyer

1.1 Buyer

Official name : Energinet Eltransmission
Activity of the contracting entity : Production, transport or distribution of gas or heat

2. Procedure

2.1 Procedure

Title : ORH-VONØ Offshore works
Description : The Contracting Authority wants to purchase Contractor’s scope of work incl. load out from a port in Denmark, transportation, laying, and protection of 2x7 km submarine cables across the Storstrømmen straight. The work is expected to take place in 2026 and needs to be completed by summer of 2027. For further details concerning the purchase, reference is made to the tender documents.
Procedure identifier : cff3a31b-af47-4550-a260-a521c82bea6c
Previous notice : 30ee2585-f089-4b8e-92af-6de1c971de7e-01
Internal identifier : 24/06488
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45314310 Installation of cable laying

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : South Zealand and Falster

2.1.3 Value

Estimated value excluding VAT : 70 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Tenders submitted must be valid for at least 6 months. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for 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 enti-ties (e.g. a parent company or sister company or subcon-tractor) 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

5. Lot

5.1 Lot technical ID : LOT-0000

Title : ORH-VONØ Offshore works
Description : The Contracting Authority wants to purchase Contractor’s scope of work incl. load out from a port in Denmark, transportation, laying, and protection of 2x7 km submarine cables across the Storstrømmen straight. The work is expected to take place in 2026 and needs to be completed by summer of 2027. For further details concerning the purchase, reference is made to the tender documents.
Internal identifier : 24/06488

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45314310 Installation of cable laying
Options :
Description of the options : 0

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : South Zealand and Falster

5.1.3 Estimated duration

Duration : 36 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 70 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Tenders submitted must be valid for at least 6 months. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for 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 enti-ties (e.g. a parent company or sister company or subcon-tractor) 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.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Prices must be stated in the attached Price List and the defined price elements must be completed herein. Prices must be stated exclusive of VAT but inclusive of all other expenses associated with the purchase. Prices must be stated in EUR
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 45
Criterion :
Type : Quality
Name : Technical evaluation
Description : The evaluation will be based on the following documentation: 1. Preliminary RAMS (Risk Assessment and Method Statements) for the offshore and onshore works. The tenderer must demonstrate the ability to identify risks, potential challenges and propose project-specific method statements and mitigations for managing such. The RAMS should incorporate lessons learnt from similar projects. 2. A description of proposed vessel(s) as well as of the equipment proposed for performing the services. 3. A thorough description of operation limitations due to maritime conditions and weather including an estimate of weather downtime during the project duration as presented in the Scope of Works and the Master Time Schedule.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Project management
Description : - A detailed and robust time schedule which outlines how the work will be structured from contract commencement date until final delivery of as-built documentation and sub-sequent project close-out. The detailed time schedule shall honor the milestones set out in the Appendix 4 - Time Schedule and Appendix 3B - Schedule of Payments. The documentation should include a detailed description on how the identified activities are planned and executed. Further, a GANTT-chart out-lining the overall time schedule should be submitted. - Further, the tenderer should submit an organisational chart explaining the roles and functions of the Key Personnel on the project and the expected experience and background of Key Personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : HSE
Description : The tenderer must include a detailed HSE-plan and RAMS (Risk Assessment and Method Statements) specifically for the tendered assignment, including detailed descriptions of risk management, on-site supervision, inspections and audits, emergency preparedness, accident and incident investigations and environmental initiatives and actions.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms, which consist of: • Construction Contract (doc. 24/06488-14) • Appendix 1 [General Conditions based on AB 18] (doc. 24/06488-15) • Appendix 1A: Template for Performance Bond (included in Appendix 1) • Appendix 1B: Template for Advance Payment Bond (included in Appendix 1) • Appendix 1C: Template for Variation Orders (included in Appendix 1) • Appendix 1D: NOT APPLICABLE • Appendix 1E: Labour Clause (included in Appendix 1) • Appendix 1F: Code of Conduct for Business Partners (included in Appendix 1) • Appendix 1G: Code of Conduct – Contract Clause (included in Appendix 1) • Appendix 1H: Insurance (doc. 24/06488-6) • Appendix 1I.1: Letter of commitment for technical and professional support (doc. 24/06488-27) • Appendix 1I.2: Letter of commitment for financial and economic support (doc. 24/06488-28) • Appendix 3B [Schedule of Payments] (doc. 24/04688-19)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Information about review deadlines : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting author-ity 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 rele-vant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contract-ing authority has entered into the framework agreement, provided that the notification included a short account of the relevant rea-sons for the decision.
Organisation providing additional information about the procurement procedure : Energinet Eltransmission
Organisation providing offline access to the procurement documents : Energinet Eltransmission
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract : Energinet Eltransmission
Organisation executing the payment : Energinet Eltransmission
Organisation signing the contract : Energinet Eltransmission

6. Results

Value of all contracts awarded in this notice : 10 897 162 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : JD Contractor A/S
Tender :
Tender identifier : ORH-VONØ Offshore works - JD Contractor A/S
Identifier of lot or group of lots : LOT-0000
Value of the tender : 7 000 000 Euro
The tender is a variant : no
Subcontracting : Not yet known
Contract information :
Identifier of the contract : ORH-VONØ Offshore works - JD Contractor A/S
Date of the conclusion of the contract : 11/08/2025
Organisation signing the contract : Energinet Eltransmission

6.1.4 Statistical information

Summary of the review requests the buyer received :
Number of complainants : 0
Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2
Range of tenders :
Value of the lowest admissible tender : 10 897 162 Euro
Value of the highest admissible tender : 13 133 070 Euro

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission
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 - A
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
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) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

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

8.1 ORG-0004

Official name : JD Contractor A/S
Size of the economic operator : Micro, small, or medium
Registration number : DK16935697
Postal address : Nybovej 8-9
Town : Holstebro
Postcode : 7500
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 20296311
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : aa66289b-b6dd-4941-917c-3f3537dade86 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/08/2025 08:30 +00:00
Notice dispatch date (eSender) : 13/08/2025 08:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00531953-2025
OJ S issue number : 155/2025
Publication date : 14/08/2025