NEA and SLF02 – Procurement of 400 kV and 132 kV cable systems

The Contracting Authority wants to purchase delivery of approximately 490 km 400 kV single core cable XLPE-insulated land cable and 15 km 132 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into three lots: Lot 1 – NEA, Lot …

CPV: 31300000 Insulated wire and cable, 31320000 Power distribution cables, 31321300 High-voltage cable, 31340000 Insulated cable accessories, 31343000 Insulated cable joints
áit fhorghníomhaithe:
NEA and SLF02 – Procurement of 400 kV and 132 kV cable systems
clárlann:
Energinet Eltransmission A/S
uimhir dámhachtana:
24/13859

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 : NEA and SLF02 – Procurement of 400 kV and 132 kV cable systems
Description : The Contracting Authority wants to purchase delivery of approximately 490 km 400 kV single core cable XLPE-insulated land cable and 15 km 132 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into three lots: Lot 1 – NEA, Lot 2 - NEA and Lot 3 – SLF02. The scope of the three tendered lots are described in detail in the enclosed tender documents. For further detail regarding the purchase, reference is made to the tender documents. However please note the following: The Contracting Authority will also accept solutions with a welded aluminum sheath. In case a welded aluminum sheath is offered, the sheath is allowed to carry the full fault current without the support of a wire screen. For further information see the technical requirements c.f. doc. no. 24/13859-18. It is possible to apply for prequalification for one, two or all three lots. The application should clearly state for which lot it concerns. Subsequent tenders may be submitted for Lots the tenderer is prequalified for. If an applicant applies for prequalification for all three Lots, but does not have the capacity for all, this must be clearly stated in the application. Please note that it is not possible to include a discount for being awarded more than one lot. If the same tenderer is evaluated with the highest score for more than one lot the tenderer will be awarded more than one lot provided the tenderer fulfils the aggregated minimum requirement for economic and financial standing cf. section 2.2.1 and section 4. The tender is divided into the following lots, and the value of the contracts is expected to amount to: • Lot 1 - NEA: Expected value: EUR 42,550,000.00 • Lot 2 – NEA: Expected value: EUR 42,550,000.00 • Lot 3 – SLF02: Expected value: EUR 28,200,00.00 For further detail concerning the purchase, reference is made to the tender documents.
Procedure identifier : b78bc229-3d81-4a61-9768-07bd447b5fba
Internal identifier : 24/13859
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Main features of the procedure : The tender is an EU Tender with negotiations. The tenders must be valid for a period of 6 months from the specified time limit for submission

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : East Jutland – South Zealand - Denmark

2.1.3 Value

Estimated value excluding VAT : 113 300 000 Euro

2.1.4 General information

Additional information : It should be noted that this is a public tender. The Tender’s legal form is not required. If you wish 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: - A tenderer 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 tenderer is accompanied by both the tenderers 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 concern-ing Part IV "Selection criteria". 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, partici-pate 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

2.1.6 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
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).
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).
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).
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).
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, andd) 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 : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
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?
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?
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.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 - NEA - Procurement of 400 kV cable systems
Description : The Contracting Authority wants to purchase delivery of approximately 490 km 400 kV single core cable XLPE-insulated land cable and 15 km 132 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into three lots: Lot 1 – NEA, Lot 2 - NEA and Lot 3 – SLF02. The scope of the three tendered lots are described in detail in the enclosed tender documents. For further detail regarding the purchase, reference is made to the tender documents. However please note the following: The Contracting Authority will also accept solutions with a welded aluminum sheath. In case a welded aluminum sheath is offered, the sheath is allowed to carry the full fault current without the support of a wire screen. For further information see the technical requirements c.f. doc. no. 24/13859-18. It is possible to apply for prequalification for one, two or all three lots. The application should clearly state for which lot it concerns. Subsequent tenders may be submitted for Lots the tenderer is prequalified for. If an applicant applies for prequalification for all three Lots, but does not have the capacity for all, this must be clearly stated in the application. Please note that it is not possible to include a discount for being awarded more than one lot. If the same tenderer is evaluated with the highest score for more than one lot the tenderer will be awarded more than one lot provided the tenderer fulfils the aggregated minimum requirement for economic and financial standing cf. section 2.2.1 and section 4. The tender is divided into the following lots, and the value of the contracts is expected to amount to: • Lot 1 - NEA: Expected value: EUR 42,550,000.00 • Lot 2 – NEA: Expected value: EUR 42,550,000.00 • Lot 3 – SLF02: Expected value: EUR 28,200,00.00 For further detail concerning the purchase, reference is made to the tender documents.
Internal identifier : 24/13859 - Lot 1

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints
Options :
Description of the options : N/A

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : East Jutland - Denmark

5.1.3 Estimated duration

Start date : 16/01/2026
Duration end date : 21/10/2032

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 42 550 000 Euro

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 public tender. The Tender’s legal form is not required. If you wish 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: - A tenderer 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 tenderer is accompanied by both the tenderers 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 concern-ing Part IV "Selection criteria". 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, partici-pate 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 other entities or the applicant is a group of economic operators 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 operators.
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 : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : LOT 1 – NEA - Equity from the latest annual report must, at the time of prequalification, be at least EUR 14,200,000.00 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 42,550,000.00. Please notet that the minimum requirementy will be aggregatet for each lot a tenderer is awarded. This meens that tf a tenderer is prequalified to submit tenders for all three lots, and at the award stage is evaluated economically most advantageous for all three lots, the minimum requirement for the three lots are aggregated. Consequently, a tenderer to be awarded all three lots must have an equity amounting to min. 37,500,000.00 – EUR, and an equity ratio at 20pct. If the equity ratio is between 15 pct. and 20 pct. the equity must be min. 113,300,000.00 - 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 5 applicants fulfill the minimum requirements, cf. section 2.2.1, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most suitable for the tendered contract. The selection of the most suitable applicants will be based on the applicant’s references c.f. section 2.2.2. The assessment of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. Section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Voltage level • Length of cable route • Delivery lengths • Tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints, AIS – terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions) • Type-test, including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Contract value
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
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The suitability of applicants fulfilling the minimum requirements to economic and financial standing will be assessed based on technical and professional ability. The ability will be assessed based on references which can be filled in ESPD part IV.C. For each lot the applicant is allowed to submit up to 3 (three) most comparable and relevant references undertaken in the past 5 (five) years as part of the application. By "undertaken in the past 5 years” implies that the reference must not have been completed prior to the date reached when counting 5 years backwards 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 assessment of the applicant, cf. section 2.3. Further, if references are obtained in collaboration with other parties, the applicant should clearly explain which elements have been carried out by the applicant. The references should describe a 220 kV (or above) underground cable systems, and include: • A specific description of deliveries, including: • Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints and AIS-terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions). • Description of type-test (if performed), including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Information about contact data (name, email and phone number) for references • Contract value (if possible) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibility may have a negative effect on the assessment. 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. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators the maximum number of references must still be respected and cannot exceed 3 when combined. If more are submitted, the Contracting Authority will only consider the 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.
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating 'Price', the Contracting Authority will evaluate the Total Tender Price in the submitted Schedules of Prices.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical Solution
Description : The Contracting Authority will focus on the documentation provided by the tenderer who are encouraged to submit detailed and thorough responses as the below listed elements will be of particular importance in the evaluation: 1. System design: The quality of the engineering documentation (based on design documentation, calculations, values, and statements), including the extent to which this provides evidence that the system is fit for purpose according to the Technical Requirements. Further, the robustness of the solution including documentation and calculations supporting this will be favored. In this context it will be considered positive if the solution provides evidence of having very robust jackets, a high level of pulling force, and provide evidence of water-prof design of joints and link-boxes. 2. Installation, setup and testing: The quality of the plan for installation of accessories and plan for testing during installation. It will be evaluated positively that the documents are detailed, practical and provide evidence of a solution which will secure ease of execution of work on site. 3. Minimum allowed bending radius: The minimum allowed bending radius during installation and after installation (in final position at terminations) is equally evaluated. A larger bending radius is evaluated negatively. 4. Allowable roller pressure: Allowable roller pressure will be evaluated. A higher roller pressure will be evaluated positively. 5. Lay length of screen wires (if applicable): Concerning lay length of screen wires (in multiple of screen diameter), longer lay length will be evaluated negatively. 6. Electrical stress: As for electrical stress at the insulation screen (outer semiconducting layer), a lower electrical stress will be evaluated positively. 7. AC resistance: Will be evaluated based on a combination of the tenderers stated value and quality of available documentation to support this. A lower AC resistance will be evaluated positively. Higher similarity of tested conductor to offered will be evaluated positively. 8. Current rating: Both continuous and short term rating will be evaluated. A higher current rating will be evaluated positively. An overall evaluation will be made of this sub-criterion
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Programme, organization and manpower
Description : The evaluation will be based on to which degree the tenderer demonstrates a well-planned, realistic, and robust time schedule/programme, which allows sufficient time for potential contingencies, but still provides evidence of a high level of security for delivery within the timeframe as set out. In this context it will be evaluated positive that: 1) the description and the Project Programme reflect a realistic, and frontloaded, programme for the critical activities including production and considerations for actions in case of unforeseen events (breakdown etc.). 2) the description and programme contain a robust production schedule including all tests, delivery time, robust planning for installation of joints and cable terminations, and supervision activities on site and the associated manpower. 3) the description demonstrates the tenderer’s ability to identify and overcome known risks in the production, transportation, and installation phases. 4) the description provides an operational organisation on site in Denmark, with clear roles, responsibilities, hierarchy and procedures for escalation. Further, interfaces are handled with clear lines for communication. 5) the ability to extent personnel on site in case of unforeseen delays concerning the jointing work is also covered by the description and ensures efficient execution at all time. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms. Apart from the clauses and sub-clauses listed in section 3.7.1, which are not part of the evaluation of “Contract terms”, it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion "Contract terms" and it is noted that any deviation(s) may lead to a reduction to the score depending on content, clarity, and consequence of the deviation. In this regard, it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favour of the tenderer will be of particular importance in the evaluation. A minimum score of 4 must be achieved, cf. sub-section 3.7.1. If the tenderer has no deviations the evaluation of this sub-criterion will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Please see description in tender conditions.
Deadline for receipt of expressions of interest : 30/05/2025 10:00 +00:00
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 template for 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

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 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 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 receiving requests to participate : Energinet Eltransmission A/S -
Organisation processing tenders : Energinet Eltransmission A/S -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 - NEA - Procurement of 400 kV cable systems
Description : The Contracting Authority wants to purchase delivery of approximately 490 km 400 kV single core cable XLPE-insulated land cable and 15 km 132 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into three lots: Lot 1 – NEA, Lot 2 - NEA and Lot 3 – SLF02. The scope of the three tendered lots are described in detail in the enclosed tender documents. For further detail regarding the purchase, reference is made to the tender documents. However please note the following: The Contracting Authority will also accept solutions with a welded aluminum sheath. In case a welded aluminum sheath is offered, the sheath is allowed to carry the full fault current without the support of a wire screen. For further information see the technical requirements c.f. doc. no. 24/13859-18. It is possible to apply for prequalification for one, two or all three lots. The application should clearly state for which lot it concerns. Subsequent tenders may be submitted for Lots the tenderer is prequalified for. If an applicant applies for prequalification for all three Lots, but does not have the capacity for all, this must be clearly stated in the application. Please note that it is not possible to include a discount for being awarded more than one lot. If the same tenderer is evaluated with the highest score for more than one lot the tenderer will be awarded more than one lot provided the tenderer fulfils the aggregated minimum requirement for economic and financial standing cf. section 2.2.1 and section 4. The tender is divided into the following lots, and the value of the contracts is expected to amount to: • Lot 1 - NEA: Expected value: EUR 42,550,000.00 • Lot 2 – NEA: Expected value: EUR 42,550,000.00 • Lot 3 – SLF02: Expected value: EUR 28,200,00.00 For further detail concerning the purchase, reference is made to the tender documents.
Internal identifier : 24/13859 - Lot 2

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints
Options :
Description of the options : N/A

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : East Jutland

5.1.3 Estimated duration

Start date : 16/01/2026
Duration end date : 15/01/2032

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 42 550 000 Euro

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 public tender. The Tender’s legal form is not required. If you wish 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: - A tenderer 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 tenderer is accompanied by both the tenderers 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 concern-ing Part IV "Selection criteria". 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, partici-pate 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 other entities or the applicant is a group of economic operators 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 operators.
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 : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : LOT 2 – NEA Equity from the latest annual report, at the time of prequalification, be at least EUR 14,200,000.00 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 42,550,000.00. Please notet that the minimum requirementy will be aggregatet for each lot a tenderer is awarded. This meens that tf a tenderer is prequalified to submit tenders for all three lots, and at the award stage is evaluated economically most advantageous for all three lots, the minimum requirement for the three lots are aggregated. Consequently, a tenderer to be awarded all three lots must have an equity amounting to min. 37,500,000.00 – EUR, and an equity ratio at 20pct. If the equity ratio is between 15 pct. and 20 pct. the equity must be min. 113,300,000.00 - 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 5 applicants fulfill the minimum requirements, cf. section 2.2.1, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most suitable for the tendered contract. The selection of the most suitable applicants will be based on the applicant’s references c.f. section 2.2.2. The assessment of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. Section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Voltage level • Length of cable route • Delivery lengths • Tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints, AIS – terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions) • Type-test, including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Contract value
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
Use of this criterion : Not used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The suitability of applicants fulfilling the minimum requirements to economic and financial standing will be assessed based on technical and professional ability. The ability will be assessed based on references which can be filled in ESPD part IV.C. For each lot the applicant is allowed to submit up to 3 (three) most comparable and relevant references undertaken in the past 5 (five) years as part of the application. By "undertaken in the past 5 years” implies that the reference must not have been completed prior to the date reached when counting 5 years backwards 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 assessment of the applicant, cf. section 2.3. Further, if references are obtained in collaboration with other parties, the applicant should clearly explain which elements have been carried out by the applicant. The references should describe a 220 kV (or above) underground cable systems, and include: • A specific description of deliveries, including: • Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints and AIS-terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions). • Description of type-test (if performed), including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Information about contact data (name, email and phone number) for references • Contract value (if possible) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibility may have a negative effect on the assessment. 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. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators the maximum number of references must still be respected and cannot exceed 3 when combined. If more are submitted, the Contracting Authority will only consider the 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.
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating 'Price', the Contracting Authority will evaluate the Total Tender Price in the submitted Schedules of Prices.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical Solution
Description : The Contracting Authority will focus on the documentation provided by the tenderer who are encouraged to submit detailed and thorough responses as the below listed elements will be of particular importance in the evaluation: 1. System design: The quality of the engineering documentation (based on design documentation, calculations, values, and statements), including the extent to which this provides evidence that the system is fit for purpose according to the Technical Requirements. Further, the robustness of the solution including documentation and calculations supporting this will be favored. In this context it will be considered positive if the solution provides evidence of having very robust jackets, a high level of pulling force, and provide evidence of water-prof design of joints and link-boxes. 2. Installation, setup and testing: The quality of the plan for installation of accessories and plan for testing during installation. It will be evaluated positively that the documents are detailed, practical and provide evidence of a solution which will secure ease of execution of work on site. 3. Minimum allowed bending radius: The minimum allowed bending radius during installation and after installation (in final position at terminations) is equally evaluated. A larger bending radius is evaluated negatively. 4. Allowable roller pressure: Allowable roller pressure will be evaluated. A higher roller pressure will be evaluated positively. 5. Lay length of screen wires (if applicable): Concerning lay length of screen wires (in multiple of screen diameter), longer lay length will be evaluated negatively. 6. Electrical stress: As for electrical stress at the insulation screen (outer semiconducting layer), a lower electrical stress will be evaluated positively. 7. AC resistance: Will be evaluated based on a combination of the tenderers stated value and quality of available documentation to support this. A lower AC resistance will be evaluated positively. Higher similarity of tested conductor to offered will be evaluated positively. 8. Current rating: Both continuous and short term rating will be evaluated. A higher current rating will be evaluated positively. An overall evaluation will be made of this sub-criterion
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Programme, organization and manpower
Description : The evaluation will be based on to which degree the tenderer demonstrates a well-planned, realistic, and robust time schedule/programme, which allows sufficient time for potential contingencies, but still provides evidence of a high level of security for delivery within the timeframe as set out. In this context it will be evaluated positive that: 1) the description and the Project Programme reflect a realistic, and frontloaded, programme for the critical activities including production and considerations for actions in case of unforeseen events (breakdown etc.). 2) the description and programme contain a robust production schedule including all tests, delivery time, robust planning for installation of joints and cable terminations, and supervision activities on site and the associated manpower. 3) the description demonstrates the tenderer’s ability to identify and overcome known risks in the production, transportation, and installation phases. 4) the description provides an operational organisation on site in Denmark, with clear roles, responsibilities, hierarchy and procedures for escalation. Further, interfaces are handled with clear lines for communication. 5) the ability to extent personnel on site in case of unforeseen delays concerning the jointing work is also covered by the description and ensures efficient execution at all time. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms. Apart from the clauses and sub-clauses listed in section 3.7.1, which are not part of the evaluation of “Contract terms”, it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion "Contract terms" and it is noted that any deviation(s) may lead to a reduction to the score depending on content, clarity, and consequence of the deviation. In this regard, it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favour of the tenderer will be of particular importance in the evaluation. A minimum score of 4 must be achieved, cf. sub-section 3.7.1. If the tenderer has no deviations the evaluation of this sub-criterion will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Please see description in tender conditions.
Deadline for receipt of expressions of interest : 30/05/2025 10:00 +00:00
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 template for 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

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 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 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 receiving requests to participate : Energinet Eltransmission A/S -
Organisation processing tenders : Energinet Eltransmission A/S -

5.1 Lot technical ID : LOT-0003

Title : Lot 3 - SLF02 - Procurement of 400 kV and 132 kV cable systems
Description : The Contracting Authority wants to purchase delivery of approximately 490 km 400 kV single core cable XLPE-insulated land cable and 15 km 132 kV single core XLPE-insulated land cable, joints and terminations and installation of joints and terminations. The deliverables are divided into three lots: Lot 1 – NEA, Lot 2 - NEA and Lot 3 – SLF02. The scope of the three tendered lots are described in detail in the enclosed tender documents. For further detail regarding the purchase, reference is made to the tender documents. However please note the following: The Contracting Authority will also accept solutions with a welded aluminum sheath. In case a welded aluminum sheath is offered, the sheath is allowed to carry the full fault current without the support of a wire screen. For further information see the technical requirements c.f. doc. no. 24/13859-18. It is possible to apply for prequalification for one, two or all three lots. The application should clearly state for which lot it concerns. Subsequent tenders may be submitted for Lots the tenderer is prequalified for. If an applicant applies for prequalification for all three Lots, but does not have the capacity for all, this must be clearly stated in the application. Please note that it is not possible to include a discount for being awarded more than one lot. If the same tenderer is evaluated with the highest score for more than one lot the tenderer will be awarded more than one lot provided the tenderer fulfils the aggregated minimum requirement for economic and financial standing cf. section 2.2.1 and section 4. The tender is divided into the following lots, and the value of the contracts is expected to amount to: • Lot 1 - NEA: Expected value: EUR 42,550,000.00 • Lot 2 – NEA: Expected value: EUR 42,550,000.00 • Lot 3 – SLF02: Expected value: EUR 28,200,00.00 For further detail concerning the purchase, reference is made to the tender documents.
Internal identifier : 24/13859 - Lot 3

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 31300000 Insulated wire and cable
Additional classification ( cpv ): 31320000 Power distribution cables
Additional classification ( cpv ): 31340000 Insulated cable accessories
Additional classification ( cpv ): 31343000 Insulated cable joints
Options :
Description of the options : N/A

5.1.2 Place of performance

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

5.1.3 Estimated duration

Start date : 16/01/2026
Duration end date : 24/10/2030

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 2 820 000 Euro

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 public tender. The Tender’s legal form is not required. If you wish 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: - A tenderer 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 tenderer is accompanied by both the tenderers 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 concern-ing Part IV "Selection criteria". 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, partici-pate 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 other entities or the applicant is a group of economic operators 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 operators.
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 : Economic and financial standing
Name : Economic and financial standing - minimum requirements
Description : LOT 3 – SLF-02 - Equity from the latest annual report, at the time of prequalification, be at least EUR 9,400,000.00 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 28,200,000.00 Please notet that the minimum requirementy will be aggregatet for each lot a tenderer is awarded. This meens that tf a tenderer is prequalified to submit tenders for all three lots, and at the award stage is evaluated economically most advantageous for all three lots, the minimum requirement for the three lots are aggregated. Consequently, a tenderer to be awarded all three lots must have an equity amounting to min. 37,500,000.00 – EUR, and an equity ratio at 20pct. If the equity ratio is between 15 pct. and 20 pct. the equity must be min. 113,300,000.00 - 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 5 applicants fulfill the minimum requirements, cf. section 2.2.1, the Contracting Authority will prequalify the 3-5 applicants who are evaluated as most suitable for the tendered contract. The selection of the most suitable applicants will be based on the applicant’s references c.f. section 2.2.2. The assessment of the references will be based on to which extent the references demonstrate extensive experience with deliveries comparable to the tendered assignment cf. Section 1.4 regarding solution, complexity, scope and purpose, especially concerning: • Voltage level • Length of cable route • Delivery lengths • Tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints, AIS – terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions) • Type-test, including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Contract value
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
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : For supply contracts: performance of deliveries of the specified type
Description : For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Use of this criterion : Used
Criterion :
Type : Technical and professional ability
Name : Technical and professional ability
Description : The suitability of applicants fulfilling the minimum requirements to economic and financial standing will be assessed based on technical and professional ability. The ability will be assessed based on references which can be filled in ESPD part IV.C. For each lot the applicant is allowed to submit up to 3 (three) most comparable and relevant references undertaken in the past 5 (five) years as part of the application. By "undertaken in the past 5 years” implies that the reference must not have been completed prior to the date reached when counting 5 years backwards 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 assessment of the applicant, cf. section 2.3. Further, if references are obtained in collaboration with other parties, the applicant should clearly explain which elements have been carried out by the applicant. The references should describe a 220 kV (or above) underground cable systems, and include: • A specific description of deliveries, including: • Voltage level, length of cable route, maximum delivery lengths and tasks performed (e.g. design, fabrication, factory testing, supply, transport, construction (civil works not included), installation (joints and AIS-terminations, link boxes), completion, site testing, commissioning and taking-over testing of the entire supply and its systems and functions). • Description of type-test (if performed), including stress level at semi conducting layers. • Production and test facility for the power cables • Production and test facilities for the accessories • Place of Delivery • Information about contact data (name, email and phone number) for references • Contract value (if possible) • Date of initiation and final delivery (day, month, year) Any ambiguities and/or incomprehensibility may have a negative effect on the assessment. 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. If the applicant is relying on the capacity of other entities or the applicant is a group of economic operators the maximum number of references must still be respected and cannot exceed 3 when combined. If more are submitted, the Contracting Authority will only consider the 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.
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 : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : When evaluating 'Price', the Contracting Authority will evaluate the Total Tender Price in the submitted Schedules of Prices.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 55
Criterion :
Type : Quality
Name : Technical Solution
Description : The Contracting Authority will focus on the documentation provided by the tenderer who are encouraged to submit detailed and thorough responses as the below listed elements will be of particular importance in the evaluation: 1. System design: The quality of the engineering documentation (based on design documentation, calculations, values, and statements), including the extent to which this provides evidence that the system is fit for purpose according to the Technical Requirements. Further, the robustness of the solution including documentation and calculations supporting this will be favored. In this context it will be considered positive if the solution provides evidence of having very robust jackets, a high level of pulling force, and provide evidence of water-prof design of joints and link-boxes. 2. Installation, setup and testing: The quality of the plan for installation of accessories and plan for testing during installation. It will be evaluated positively that the documents are detailed, practical and provide evidence of a solution which will secure ease of execution of work on site. 3. Minimum allowed bending radius: The minimum allowed bending radius during installation and after installation (in final position at terminations) is equally evaluated. A larger bending radius is evaluated negatively. 4. Allowable roller pressure: Allowable roller pressure will be evaluated. A higher roller pressure will be evaluated positively. 5. Lay length of screen wires (if applicable): Concerning lay length of screen wires (in multiple of screen diameter), longer lay length will be evaluated negatively. 6. Electrical stress: As for electrical stress at the insulation screen (outer semiconducting layer), a lower electrical stress will be evaluated positively. 7. AC resistance: Will be evaluated based on a combination of the tenderers stated value and quality of available documentation to support this. A lower AC resistance will be evaluated positively. Higher similarity of tested conductor to offered will be evaluated positively. 8. Current rating: Both continuous and short term rating will be evaluated. A higher current rating will be evaluated positively. An overall evaluation will be made of this sub-criterion
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Programme, organization and manpower
Description : The evaluation will be based on to which degree the tenderer demonstrates a well-planned, realistic, and robust time schedule/programme, which allows sufficient time for potential contingencies, but still provides evidence of a high level of security for delivery within the timeframe as set out. In this context it will be evaluated positive that: 1) the description and the Project Programme reflect a realistic, and frontloaded, programme for the critical activities including production and considerations for actions in case of unforeseen events (breakdown etc.). 2) the description and programme contain a robust production schedule including all tests, delivery time, robust planning for installation of joints and cable terminations, and supervision activities on site and the associated manpower. 3) the description demonstrates the tenderer’s ability to identify and overcome known risks in the production, transportation, and installation phases. 4) the description provides an operational organisation on site in Denmark, with clear roles, responsibilities, hierarchy and procedures for escalation. Further, interfaces are handled with clear lines for communication. 5) the ability to extent personnel on site in case of unforeseen delays concerning the jointing work is also covered by the description and ensures efficient execution at all time. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Contract terms
Description : The tendered assignment must be performed on the basis of the attached contract terms. Apart from the clauses and sub-clauses listed in section 3.7.1, which are not part of the evaluation of “Contract terms”, it is possible for the tenderer to make explicit and well-explained deviations. These will be included in the evaluation of the sub-criterion "Contract terms" and it is noted that any deviation(s) may lead to a reduction to the score depending on content, clarity, and consequence of the deviation. In this regard, it is explicitly noted that deviations which intends to limit liability and shift the financial risk in favour of the tenderer will be of particular importance in the evaluation. A minimum score of 4 must be achieved, cf. sub-section 3.7.1. If the tenderer has no deviations the evaluation of this sub-criterion will result in the maximum score of 10. An overall evaluation will be made of this sub-criterion.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Description of the financial guarantee : Please see description in tender conditions.
Deadline for receipt of expressions of interest : 30/05/2025 10:00 +00:00
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 template for 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

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 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 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 receiving requests to participate : Energinet Eltransmission A/S -
Organisation processing tenders : Energinet Eltransmission A/S -

8. Organisations

8.1 ORG-0001

Official name : Energinet Eltransmission A/S
Registration number : 39 31 48 78
Department : Energinet Eltransmission A/S
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 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) : Østsjælland ( DK021 )
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 : 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 : c6349004-4949-4b21-87bc-86a9ca9875c2 - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 09/05/2025 12:51 +00:00
Notice dispatch date (eSender) : 09/05/2025 13:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00301627-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025