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

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

CPV: 31210000 Electrical apparatus for switching or protecting electrical circuits
Place of execution:
Retendering - Procurement of two (2) 145kV hybrid switchgear for substation statoil south
Awarding body:
Energinet Eltransmission A/S
Award number:
24/15663

1. Buyer

1.1 Buyer

Official name : Energinet Eltransmission A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Retendering - Procurement of two (2) 145kV hybrid switchgear for substation statoil south
Description : The Contracting Authority wants to purchase two hybrid switchgear for substation statoil south. For further information regarding the scope of supply, reference is made to the tender documents. The value of the contract is expected to amount to 3,8 million DKK.
Procedure identifier : 3e263c70-2f44-4ba9-ae5d-f1d5d100336d
Previous notice : 93b34693-f837-43c0-b81e-4091888f9324-01
Internal identifier : 24/15663
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 ): 31210000 Electrical apparatus for switching or protecting electrical circuits

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 3 800 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Anvendes ved udbud med forhandling (ENGELSK) 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

5. Lot

5.1 Lot technical ID : LOT-0000

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

5.1.1 Purpose

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

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 800 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Anvendes ved udbud med forhandling (ENGELSK) 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.

5.1.10 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 When evaluating 'Price', the Contracting Authority will evaluate the total cost (for evaluation purpose), cf. the Price List.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Delivery time
Description : For the purpose of the evaluation the tenderer must submit delivery time in whole weeks. The submitted delivery time must apply to all types of instrument transformers/voltage levels. All milestones mentioned in sub-clause 4.3 of the Contract Agreement (doc 24/15663-9) must be met within the specified Delivery time. Delivery time must be stated in the attached Commercial Tender List. The evaluation of “Delivery time” will be as follows; delivery within 12 months from ordering will result in a score of 10, whereas delivery equal to 15 months will result in a score of 4. Between these two points the evaluation will be based on linear interpolation. The score will include one decimal. A minimum score of 4 must be achieved, cf. sub-section 3.7.1
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Contract Terms
Description : For the evaluation of the sub-criteria the below should be enclosed: If the tenderer includes a list of proposed deviations to the attached contractual terms: • Contract Agreement (doc. no. 24/15663-9), • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/15663-10), the tenderer must use the Clarification List (doc. no. 24/15663-8). The proposed deviations to the contractual terms must be stated in the spreadsheet marked “Legal clarification” and should be explicit and with explanation as to why they are made. 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 below: • Appendix 1: General Terms and Conditions for Purchase (doc. no. 24/15663-10) and, where relevant, same Clauses and Sub-Clauses in the Contract Agreement (doc. no. 24/15663-9): o Clause 2 (Requirements), except for Sub-Clause 2.3 o Sub-clause 4.6 (Advance payment guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. Sub-Section 2.7.1 above) 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 Clause 18 (Performance guarantee – except for what is stated as mandatory parts of the Tender Documents, cf. sub-section 3.7.1 above) o Sub-Clause 20.3 (HSE requirements) o Clause 25 (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.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

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

6. Results

Value of all contracts awarded in this notice : 638 634 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Grid Solutions DENMARK, BRANCH OF Grid Solutions SAS Frankrig
Tender :
Tender identifier : Retendering - Procurement of two (2) 145kV hybrid switchgear for substation statoil south - Grid Solutions DENMARK, BRANCH OF Grid Solutions SAS Frankrig
Identifier of lot or group of lots : LOT-0000
Value of the tender : 638 634 Euro
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : Retendering - Procurement of two (2) 145kV hybrid switchgear for substation statoil south - Grid Solutions DENMARK, BRANCH OF Grid Solutions SAS Frankrig
Date of the conclusion of the contract : 26/08/2025
Organisation signing the contract : Energinet Eltransmission 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 : 1
Range of tenders :
Value of the lowest admissible tender : 638 634 Euro
Value of the highest admissible tender : 638 634 Euro

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39314878
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - B
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) : 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
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Grid Solutions DENMARK, BRANCH OF Grid Solutions SAS Frankrig
Size of the economic operator : Large
Registration number : DK27550835
Postal address : Jupitervej 6
Town : Kolding
Postcode : 6000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Telephone : +45 76201180
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 : 042ec7f8-dde7-49b8-b0fa-2e84a57f8397 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 27/08/2025 08:58 +00:00
Notice dispatch date (eSender) : 27/08/2025 09:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00561161-2025
OJ S issue number : 164/2025
Publication date : 28/08/2025