Framework Agreement for Cable Repair on the COBRAcable

Through the establishment of the present framework agreement, the Contracting Authority wants to purchase emergency repairs and planned repairs of the land and submarine cable of the COBRAcable interconnector. The COBRAcable interconnector connects the electricity transmission grids in Denmark (DK1) and the Netherlands and is capable of transmitting 700 MW …

CPV: 50000000 Servicios de reparación y mantenimiento, 31321300 Cables de alta tensión, 31321400 Cables subacuáticos, 31321500 Cables submarinos, 31340000 Accesorios de cables, aislados
Lugar de ejecución:
Framework Agreement for Cable Repair on the COBRAcable
Organismo adjudicador:
Energinet Eltransmission A/S
Número de premio:
24/02686

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework Agreement for Cable Repair on the COBRAcable
Description : Through the establishment of the present framework agreement, the Contracting Authority wants to purchase emergency repairs and planned repairs of the land and submarine cable of the COBRAcable interconnector. The COBRAcable interconnector connects the electricity transmission grids in Denmark (DK1) and the Netherlands and is capable of transmitting 700 MW at +/- 320 kV DC. The interconnector was commissioned in 2019. The land and submarine cable was manufactured by Prysmian and the insulation material of the land and submarine cable is DC XLPE. The scope of works for this framework agreement: - Jointing works in relation to emergency repairs and planned repairs of the COBRAcable land and submarine cable - Delivery of spare parts (such as land and submarine cable joints, transition joints between land and submarine cable etc.)
Procedure identifier : 41bf2b80-b9e3-41b0-886b-e1f8c2c8887a
Previous notice : 96cb0b13-c466-44bd-b576-1e8162a134d0-01
Internal identifier : 24/02686
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 as 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
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31321400 Underwater cable
Additional classification ( cpv ): 31321500 Submarine cable
Additional classification ( cpv ): 31340000 Insulated cable accessories

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark (DK) and Germany (DE)

2.1.3 Value

Estimated value excluding VAT : 10 000 000 Euro
Maximum value of the framework agreement : 14 000 000 Euro

2.1.4 General information

Call for competition is terminated
Additional information : The APPLICATION must be in Danish or English, which also apply for all communication during the prequalification stage. Text in other languages than these will not be taken into consideration. The tender must be in English as well as all other communication during the tender procedure. 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. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. 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 : Framework Agreement for Cable Repair on the COBRAcable interconnector
Description : Through the establishment of the present framework agreement, the Contracting Authority wants to purchase emergency repairs and planned repairs of the land and submarine cable of the COBRAcable interconnector. The COBRAcable interconnector connects the electricity transmission grids in Denmark (DK1) and the Netherlands and is capable of transmitting 700 MW at +/- 320 kV DC. The interconnector was commissioned in 2019. The land and submarine cable was manufactured by Prysmian and the insulation material of the land and submarine cable is DC XLPE. The scope of works for this framework agreement: - Jointing works in relation to emergency repairs and planned repairs of the COBRAcable land and submarine cable - Delivery of spare parts (such as land and submarine cable joints, transition joints between land and submarine cable etc.)
Internal identifier : 24/02686

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services
Additional classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31321400 Underwater cable
Additional classification ( cpv ): 31321500 Submarine cable
Additional classification ( cpv ): 31340000 Insulated cable accessories
Options :
Description of the options : The framework agreement includes an option for the Buyer to request that the Provider stores the spare parts purchased under this framework agreement. The framework agreement also contains an option to have the Provider ensure the readiness of spare parts stored either at the Provider or at the Buyer’s storage facilities in order to ensure that the spare parts are working order at all times. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension for 4x12 months. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1. The estimated consumption during the time period (including options of extensions) of the framework agreement is expected to amount to 10 mio. euros The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently. Additionally, according to clause 10.2 of the contract the estimated consumption may be increased 2 x 20 %

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Denmark (DK) and Germany (DE)

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : 4x12 months

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Euro
Maximum value of the framework agreement : 14 000 000 Euro

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 : The APPLICATION must be in Danish or English, which also apply for all communication during the prequalification stage. Text in other languages than these will not be taken into consideration. The tender must be in English as well as all other communication during the tender procedure. 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. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Act no. 10 of 6/1/2023 (Public Procurement Act) §134a, §135, subs. 1-3 and §136. Applications that have not been submitted to EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Entity reserves the right to obtain additional, clarifying, or supplementing information from the applicant. Any questions relating to the application process must be submitted via the tender system. All questions will be answered to the extent that it is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published in the tender system on an ongoing basis. 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.

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Contions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Solution
Description : See Tender Contions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Competences
Description : See Tender Contions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Name : Contract Terms
Description : See Tender Contions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
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 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 contract-ing 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 : 10 000 000 Euro
Maximum value of the framework agreements in this notice : 14 000 000 Euro
Approximate value of the framework agreements : 10 000 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 14 000 000 Euro
Re-estimated value of the framework agreement : 10 000 000 Euro

6.1.2 Information about winners

Winner :
Official name : Prysmian Powerlink S.r.l.
Tender :
Tender identifier : Framework Agreement for Cable Repair on the COBRAcable - Prysmian Powerlink S.r.l.
Identifier of lot or group of lots : LOT-0000
Value of the tender : 10 000 000 Euro
The tender is a variant : no
Country of origin of the product or the service : Italy
Subcontracting : No
Contract information :
Identifier of the contract : Framework Agreement for Cable Repair on the COBRAcable - Prysmian Powerlink S.r.l.
Date of the conclusion of the contract : 11/08/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 574837-2024
Organisation signing the contract : Energinet Eltransmission A/S

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 : 1
Range of tenders :
Value of the lowest admissible tender : 1 316 797 Euro
Value of the highest admissible tender : 1 316 797 Euro

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 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 : 1294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
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 : Prysmian Powerlink S.r.l.
Size of the economic operator : Large
Registration number : MI - 1859488
Postal address : Via Chiese 6
Town : Milano
Postcode : 20126
Country subdivision (NUTS) : Milano ( ITC4C )
Country : Italy
Telephone : +39 02 64491
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 : 85c24eb0-7e49-46dd-83e7-e830561e599a - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 11/08/2025 13:05 +00:00
Notice dispatch date (eSender) : 11/08/2025 13:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00530160-2025
OJ S issue number : 154/2025
Publication date : 13/08/2025