Energinet, CAR Insurance, AC Lindehøj

The procurement covers Construction, Third-Party Liability, Terrorism and Environmental Impairment Liability insurance and involves the following 4 lots:Lot 1. Class of Insurance: Onshore Construction All Risks (CAR)Lot 2. Class of Insurance: Third-Party Liability Insurance.Lot 3. Class of Insurance: Terrorism Insurance.Lot 4. Class of Insurance: Environmental Impairment Liability Insurance.The procurement is …

CPV: 66510000 Poisťovacie služby, 66513200 Poistenie podnikateľov proti všetkým rizikám, 66515000 Poistenie pre prípad poškodenia alebo straty, 66515200 Poistenie majetku, 66516000 Poistenie zodpovednosti
Miesto vykonania:
Energinet, CAR Insurance, AC Lindehøj
Udeľujúci orgán:
Energinet
Číslo udelenia:
263410944

1. Buyer

1.1 Buyer

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

2. Procedure

2.1 Procedure

Title : Energinet, CAR Insurance, AC Lindehøj
Description : The procurement covers Construction, Third-Party Liability, Terrorism and Environmental Impairment Liability insurance and involves the following 4 lots:Lot 1. Class of Insurance: Onshore Construction All Risks (CAR)Lot 2. Class of Insurance: Third-Party Liability Insurance.Lot 3. Class of Insurance: Terrorism Insurance.Lot 4. Class of Insurance: Environmental Impairment Liability Insurance.The procurement is conducted as a negotiated procedure with prior call for competition. Energinet reserves the right to award the contract based on the initial tender.There is no remuneration to participants in the negotiations.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed.There is anticipated to be one negotiation meeting held via Microsoft Teams.
Procedure identifier : bf1df167-3dff-47bf-98ed-970f5393c497
Internal identifier : 263410944
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : The procurement covers Construction, Third-Party Liability, Terrorism and Environmental Impairment Liability insurance and involves the following 4 lots:Lot 1. Class of Insurance: Onshore Construction All Risks (CAR)Lot 2. Class of Insurance: Third-Party Liability Insurance.Lot 3. Class of Insurance: Terrorism Insurance.Lot 4. Class of Insurance: Environmental Impairment Liability Insurance.The procurement is conducted as a negotiated procedure with prior call for competition. Energinet reserves the right to award the contract based on the initial tender.There is no remuneration to participants in the negotiations.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed.There is anticipated to be one negotiation meeting held via Microsoft Teams.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66516000 Liability insurance services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 5 350 000 Danish krone

2.1.4 General information

Additional information : Other requirements: Requirement 1: Not established in a country on the EU list of non-cooperative jurisdictions for tax purposes: The applicant must confirm, that the applicant is not subject to the mandatory exclusion ground set out in Udbudslovens §134 litra a? Requirement 2: COUNCIL REGULATION (EU) 2022/576 of 8 April 2022. The applicant must confirm, that the applicant is not subject to the mandatory exclusion ground set out in Regulation (EU) 2022/576, article 5k regarding the War in Ukraine The undersigned solemnly declares the company is not: (a) a Russian national, or a natural or legal person, entity or body established in Russia; (b) a legal person, entity or body whose proprietary rights are directly or indirectly owned for more than 50 % by an entity referred to in point (a) of this paragraph; or c) a natural or legal person, entity or body acting on behalf or at the direction of an entity referred to in point (a) or (b) of this paragraph, including, where they account for more than 10 % of the contract value, subcontractors, suppliers or entities whose capacities are being relied on within the meaning of the public procurement Directives.
Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
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. "
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).
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).
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).
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.
Child labour and including 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).
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.
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?
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?
Breaching of obligations set under 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?
Breaching obligation relating to 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?
Breaching obligation relating to 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?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 - Onshore Construction All Risks (CAR)
Description : Class of Insurance: Onshore Construction All Risks (CAR) Lot details: Construction All Risks policy (CAR), estimated Contract value DKK 1,931,000,000, LEG3/06 sublimit 372,500,000 EEO and in the aggregate, inland transit DKK 50 mill. per conveyance and further sums/limits according to the Risk and Insurance Information document. Base Wording: Munich Re Comprehensive Project Insurance (CPI) E 34 7.2-E (1.10.2004)

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 12/01/2026
Duration end date : 20/07/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Fixed Period: Inception 12.01.2026 – 20.07.2029 both days included and followed by a Defects Liability Period, being 60 months extended maintenance cover. Construction and Erection Period (incl. 4 weeks of testing). The insurance cover will continue until final TOC following the extended maintenance period. Partial handing over and/or taking into use may be done. The extended maintenance period will expire 5 years after the handing over and/or taking into use of the specific project. The following provisions regarding extension applies: (i) One or more extensions of the Primary Insurance Period and up to 3 (three) months in total is automatically granted and at no Additional Premium. (ii) Extensions exceeding the three months and up to 12 months in total are automatically granted at a uniform monthly rate agreed with the Insurer and as stated in the Policy. Extensions beyond (i) and (ii) above may be granted by Insurers subject to a risk review and paid by the Insured according to rates to be negotiated. Under 'Maximum renewals', 1 has been entered as an estimate, since extensions cannot be known in advance.

5.1.5 Value

Estimated value excluding VAT : 4 500 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The following Selection criteria also apply to this lot: Concession to write insurance in Denmark: All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA. Rating and Letter of Commitment: To fulfil the economic criterion “Other economic or financial requirements” in the ESPD, all Tenderers must have a Financial Strength rating of no less than A- (Standard and Poor's) or an equivalent rating from a comparable ratings agency. A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D. Technical and professional capacity: A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
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 :
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 : Lowest price
Description : Award criterion is based on lowest price for 100%, please see Appendix A for additional information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/263410944.aspx

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
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 tender material.
Financial arrangement : See tender material.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 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).
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 - Third-Party Liability Insurance
Description : Class of Insurance: Third-Party Liability Insurance. Lot details: Third-Party Liability insurance DKK 372,500,000 EEO for the project period, primary in respect of contractors own TPL policy and further as referenced in the in the Risk and Insurance Information document. Base Wording: Munich Re Comprehensive Project Insurance (CPI) E 34 7.2-E (1.10.2004)

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66516000 Liability insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 12/01/2026
Duration end date : 20/07/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Fixed Period: Inception 12.01.2026 – 20.07.2029 both days included and followed by a Defects Liability Period, being 60 months extended maintenance cover. Construction and Erection Period (incl. 4 weeks of testing). The insurance cover will continue until final TOC following the extended maintenance period. Partial handing over and/or taking into use may be done. The extended maintenance period will expire 5 years after the handing over and/or taking into use of the specific project. The following provisions regarding extension applies: (i) One or more extensions of the Primary Insurance Period and up to 3 (three) months in total is automatically granted and at no Additional Premium. (ii) Extensions exceeding the three months and up to 12 months in total are automatically granted at a uniform monthly rate agreed with the Insurer and as stated in the Policy. Extensions beyond (i) and (ii) above may be granted by Insurers subject to a risk review and paid by the Insured according to rates to be negotiated. Under 'Maximum renewals', 1 has been entered as an estimate, since extensions cannot be known in advance.

5.1.5 Value

Estimated value excluding VAT : 500 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The following Selection criteria also apply to this lot: Concession to write insurance in Denmark: All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA. Rating and Letter of Commitment: To fulfil the economic criterion “Other economic or financial requirements” in the ESPD, all Tenderers must have a Financial Strength rating of no less than A- (Standard and Poor's) or an equivalent rating from a comparable ratings agency. A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D. Technical and professional capacity: A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
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 :
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 : Lowest price
Description : Award criterion is based on lowest price for 100%, please see Appendix A for additional information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/263410944.aspx

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
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 tender material.
Financial arrangement : See tender material.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 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).
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-0003

Title : Lot 3 - Terrorism Insurance
Description : Class of Insurance: Terrorism Insurance. Lot details: Onshore Terrorism. Sum DKK 100,000,000 EEO and in the aggregate. Terrorism Clause / Wording to be provided by the respective insurer.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515200 Property insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 12/01/2026
Duration end date : 20/07/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Fixed Period: Inception 12.01.2026 – 20.07.2029 both days included and followed by a Defects Liability Period, being 60 months extended maintenance cover. Construction and Erection Period (incl. 4 weeks of testing). The insurance cover will continue until final TOC following the extended maintenance period. Partial handing over and/or taking into use may be done. The extended maintenance period will expire 5 years after the handing over and/or taking into use of the specific project. The following provisions regarding extension applies: (i) One or more extensions of the Primary Insurance Period and up to 3 (three) months in total is automatically granted and at no Additional Premium. (ii) Extensions exceeding the three months and up to 12 months in total are automatically granted at a uniform monthly rate agreed with the Insurer and as stated in the Policy. Extensions beyond (i) and (ii) above may be granted by Insurers subject to a risk review and paid by the Insured according to rates to be negotiated. Under 'Maximum renewals', 1 has been entered as an estimate, since extensions cannot be known in advance.

5.1.5 Value

Estimated value excluding VAT : 100 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The following Selection criteria also apply to this lot: Concession to write insurance in Denmark: All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA. Rating and Letter of Commitment: To fulfil the economic criterion “Other economic or financial requirements” in the ESPD, all Tenderers must have a Financial Strength rating of no less than A- (Standard and Poor's) or an equivalent rating from a comparable ratings agency. A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D. Technical and professional capacity: A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
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 :
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 : Lowest price
Description : Award criterion is based on lowest price for 100%, please see Appendix A for additional information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/263410944.aspx

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
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 tender material.
Financial arrangement : See tender material.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 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).
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-0004

Title : Lot 4 - Environmental Impairment Liability Insurance
Description : Class of Insurance: Environmental Impairment Liability Insurance. Lot details: Environmental Impairment Liability Insurance coverage for damage to biodiversity resulting in particular from the provisions of Directive 2004/35/3C of the European Parliament relating to the environmental public liability. Insured sum: DKK 187,500,000 EEO and in the aggregate EIL wording to be provided by the respective insurer.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66516000 Liability insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 12/01/2026
Duration end date : 20/07/2029

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : Fixed Period: Inception 12.01.2026 – 20.07.2029 both days included and followed by a Defects Liability Period, being 60 months extended maintenance cover. Construction and Erection Period (incl. 4 weeks of testing). The insurance cover will continue until final TOC following the extended maintenance period. Partial handing over and/or taking into use may be done. The extended maintenance period will expire 5 years after the handing over and/or taking into use of the specific project. The following provisions regarding extension applies: (i) One or more extensions of the Primary Insurance Period and up to 3 (three) months in total is automatically granted and at no Additional Premium. (ii) Extensions exceeding the three months and up to 12 months in total are automatically granted at a uniform monthly rate agreed with the Insurer and as stated in the Policy. Extensions beyond (i) and (ii) above may be granted by Insurers subject to a risk review and paid by the Insured according to rates to be negotiated.

5.1.5 Value

Estimated value excluding VAT : 250 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The following Selection criteria also apply to this lot: Concession to write insurance in Denmark: All Tenderers who wish to submit a tender must file a request for participation by submitting the European Single Procurement Document (hereafter ESPD) in accordance with the time limits put forth in the procurement documents. The Tenderer must declare whether the Tenderer is covered by the exclusion grounds listed in the ESPD. To fulfil the suitability criterion “Enrolment in a trade register” in the ESPD, all Tenderers must uphold permission to write insurance risks as specified in this tender by the Danish FSA. Rating and Letter of Commitment: To fulfil the economic criterion “Other economic or financial requirements” in the ESPD, all Tenderers must have a Financial Strength rating of no less than A- (Standard and Poor's) or an equivalent rating from a comparable ratings agency. A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D. Technical and professional capacity: A letter of commitment if the candidate relies on the technical or financial capacity of other entities, see Appendix D (Confirmation regarding other entity's capacity (Letter of Commitment)). Only the candidates relying on other legal entities to fulfill technical or financial capacity must complete Appendix D.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
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 :
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 : Lowest price
Description : Award criterion is based on lowest price for 100%, please see Appendix A for additional information.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100

5.1.11 Procurement documents

Address of the procurement documents : https://permalink.mercell.com/263410944.aspx

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
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 tender material.
Financial arrangement : See tender material.

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 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).
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-0005

Title : Energinet, CAR Insurance, AC Lindehøj
Description : The procurement covers Construction, Third-Party Liability, Terrorism and Environmental Impairment Liability insurance and involves the following 4 lots:Lot 1. Class of Insurance: Onshore Construction All Risks (CAR)Lot 2. Class of Insurance: Third-Party Liability Insurance.Lot 3. Class of Insurance: Terrorism Insurance.Lot 4. Class of Insurance: Environmental Impairment Liability Insurance.The procurement is conducted as a negotiated procedure with prior call for competition. Energinet reserves the right to award the contract based on the initial tender.There is no remuneration to participants in the negotiations.Costs incurred by the tenderer in connection with the preparation and submission of a tender for one or more lots are the tenderers to bear and will not be reimbursed.There is anticipated to be one negotiation meeting held via Microsoft Teams.
Internal identifier : 263410944-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 66510000 Insurance services
Additional classification ( cpv ): 66513200 Contractor's all-risk insurance services
Additional classification ( cpv ): 66515000 Damage or loss insurance services
Additional classification ( cpv ): 66515200 Property insurance services
Additional classification ( cpv ): 66516000 Liability insurance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 11/01/2026
Duration end date : 20/07/2029

5.1.4 Renewal

Maximum renewals : 1

5.1.5 Value

Estimated value excluding VAT : 5 350 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Due to a technical error in Mercell, a 'lot 5' has been automatically created. Unfortunately, the lot cannot be deleted. There are only 4 lots in this tender. Mercell has been informed of the error.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that: Minimum level(s) of standards possibly required
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 :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://permalink.mercell.com/263410944.aspx

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
Deadline for receipt of requests to participate : 29/09/2025 10:00 +00:00
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 : -
Financial arrangement : -

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 : Pursuant to Danish act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments - available at www.retsinformation. dk), the following time limits for filing a complaint apply. Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision. Other complaints must be filed with The Complaints Board for Public Procurement within: 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).
Organisation providing additional information about the procurement procedure : Energinet
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Energinet
Registration number : 28980671
Postal address : Tonne Kjærsvej 65, Erritsø
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Energinet
Telephone : 70102244
Internet address : https://energinet.dk/
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) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Fax : +45 33307799
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Fax : +45 41715100
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 : b4772f21-528c-4ba5-912b-b7e619b59c78 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/08/2025 11:17 +00:00
Notice dispatch date (eSender) : 22/08/2025 11:18 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00552535-2025
OJ S issue number : 161/2025
Publication date : 25/08/2025