Framework agreements respectively for tower inspections and for insulator inspections

The Contracting Authority wants to purchase Inspections of overhead lines, which is tendered in 2 lots: LOT 1 is for tower inspections LOT 2 is for insulator inspections The Contracting Authority uses the tower inspection to assess the health of the overhead lines. To make a health assessment, the inspection …

CPV: 79961200 Usluge fotografiranja iz zraka
mjesto izvršenja:
Framework agreements respectively for tower inspections and for insulator inspections
registar:
Energinet
nagradni broj:
24/15830

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Framework agreements respectively for tower inspections and for insulator inspections
Description : The Contracting Authority wants to purchase Inspections of overhead lines, which is tendered in 2 lots: LOT 1 is for tower inspections LOT 2 is for insulator inspections The Contracting Authority uses the tower inspection to assess the health of the overhead lines. To make a health assessment, the inspection should reveal corrosion and defects which the assets have. In the Service description doc. no. 24/15830-12 the requirements are described for the data, so the inspection will reveal any defects. The Contracting Authority uses the insulator inspection to assess the health of the insulators on Energinet’s overhead lines as well. To make a health assessment, the inspection should deliver different data to locate any defects. The Service description doc. no. 24/15830-11 explains the expectations and requirements for the data. For further details regarding the purchase, reference is made to the complete tender documents. The tendered framework agreement for each lot has a duration of 3 years. The framework agreement can be extended for 2 x 12 months. The expected value of each lot is: • LOT 1: Tower inspections. Expected consumption: DKK 5 Mio. • LOT 2: Insulator inspections. Expected consumption: DKK 2.5 Mio. Offers can be submitted for one or both lots. 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 for each lot, see section 4.1. The consumption figures are estimates only and are consequently not binding for the Contracting Authorty. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Procedure identifier : d5d8ea89-4ea6-4b6e-a143-789a956606f4
Previous notice : 6e6e0eb1-f852-419b-be9d-0bf31cd2d399-01
Internal identifier : 24/15830
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tenders submitted must be valid for a period of four (4) 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 four (4) months from the specified time limit for these revised tenders.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79961200 Aerial photography services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Across Denmark

2.1.3 Value

Estimated value excluding VAT : 7 500 000 Danish krone
Maximum value of the framework agreement : 8 250 000 Danish krone

2.1.4 General information

Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1 - Tower Inspections
Description : The Contracting Authority wants to purchase Inspections of overhead lines, which is tendered in 2 lots: LOT 1 is for tower inspections The Contracting Authority uses the tower inspection to assess the health of the overhead lines. To make a health assessment, the inspection should reveal corrosion and defects which the assets have. In the Service description doc. no. 24/15830-12 the requirements are described for the data, so the inspection will reveal any defects. The Contracting Authority uses the insulator inspection to assess the health of the insulators on Energinet’s overhead lines as well. To make a health assessment, the inspection should deliver different data to locate any defects. The Service description doc. no. 24/15830-11 explains the expectations and requirements for the data. For further details regarding the purchase, reference is made to the complete tender documents. Offers can be submitted for one or both lots. 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 for each lot, see section 4.1. The consumption figures are estimates only and are consequently not binding for the Contracting Authorty. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79961200 Aerial photography services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Across Denmark

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2x12months

5.1.5 Value

Estimated value excluding VAT : 5 000 000 Danish krone
Maximum value of the framework agreement : 5 500 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note the following: - An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Data Capturing Solutions
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Health, Safety and Environment
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Sustainability
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Contract Terms
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

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 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 -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0002

Title : LOT 2 - Insulator Inspections
Description : The Contracting Authority wants to purchase Inspections of overhead lines, which is tendered in 2 lots: LOT 2 is for insulator inspections The Contracting Authority uses the tower inspection to assess the health of the overhead lines. To make a health assessment, the inspection should reveal corrosion and defects which the assets have. In the Service description doc. no. 24/15830-12 the requirements are described for the data, so the inspection will reveal any defects. The Contracting Authority uses the insulator inspection to assess the health of the insulators on Energinet’s overhead lines as well. To make a health assessment, the inspection should deliver different data to locate any defects. The Service description doc. no. 24/15830-11 explains the expectations and requirements for the data. For further details regarding the purchase, reference is made to the complete tender documents. The expected value of each lot is: • Lot 2: Insulator inspections. Expected consumption: DKK 2.5 Mio. Offers can be submitted for one or both lots. 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 for each lot, see section 4.1. The consumption figures are estimates only and are consequently not binding for the Contracting Authorty. During the specified period, the Contracting Authority has the right to purchase the services and/or goods comprised by the framework agreement from the selected tenderer, but is not obligated to do so, cf. the framework sec. 1.3.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79961200 Aerial photography services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Across Denmark

5.1.3 Estimated duration

Duration : 3 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : 2x12months

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Danish krone
Maximum value of the framework agreement : 2 750 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : During the tender process, the contracting authority identified that Lot 2 for insulator inspections, requires a more detailed scope in the Service description, document No. 24/15830-11. The contracting authority will take additional time for internal considerations and updates to the material. As a result, the tender for Lot 2 has been cancelled.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Data Capturing Solutions
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Criterion :
Type : Quality
Name : Health, Safety and Environment
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Criterion :
Type : Quality
Name : Sustainability
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Name : Contract Terms
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 5
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date); 2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision; 3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

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 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 -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

6.1 Result lot ldentifier : LOT-0001

The winner was not yet chosen, but the competition is still ongoing.

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : Energinet
Registration number : 28980671
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

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) : Sydjylland ( DK032 )
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) : Sydjylland ( DK032 )
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

11. Notice information

11.1 Notice information

Notice identifier/version : 14dde24a-0dfc-4a11-b5d7-671f2ef11785 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 02/05/2025 11:58 +00:00
Notice dispatch date (eSender) : 02/05/2025 12:14 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00286621-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025