Energinet, CAR Insurance, Kassø 150/400 kV

Insurance procurement for project: Energinet, CAR Insurance, Kassø 150/400 kVThe procurement covers Construction All Risks and Terror Insurance and involves the following lots:Lot 1: Construction All Risks (CAR) Insurance.Lot 2: Terrorism Insurance.Energinet reserves the right to award the contract based on the initial tender. There is no remuneration to participants …

CPV: 66510000 Zavarovalniške storitve, 66513200 Storitve zavarovanja gradbišča, 66515000 Storitve škodnega zavarovanja, 66516000 Storitve zavarovanja odgovornosti
Kraj izvršitve:
Energinet, CAR Insurance, Kassø 150/400 kV
Organ za podeljevanje:
Energinet
Številka dodelitve:
267965278

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, Kassø 150/400 kV
Description : Insurance procurement for project: Energinet, CAR Insurance, Kassø 150/400 kVThe procurement covers Construction All Risks and Terror Insurance and involves the following lots:Lot 1: Construction All Risks (CAR) Insurance.Lot 2: Terrorism Insurance.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 : b2cf2d40-80e9-4f9e-bc8a-c87aca38efe9
Internal identifier : 267965278
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 : Insurance procurement for project: Energinet, CAR Insurance, Kassø 150/400 kVThe procurement covers Construction All Risks and Terror Insurance and involves the following lots:Lot 1: Construction All Risks (CAR) Insurance.Lot 2: Terrorism Insurance.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 ): 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 : 3 500 000 Danish krone

2.1.4 General information

Additional information : Selection Criteria: 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. 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. 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 : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for bestikkelse ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 3 i konventionen om bekæmpelse af bestikkelse, som involverer tjenestemænd ved De Europæiske Fællesskaber eller i Den Europæiske Unions medlemsstater (EFT C 195 af 25.6.1997, s. 1), og i artikel 2, stk. 1, i Rådets rammeafgørelse 2003/568/RIA af 22. juli 2003 om bekæmpelse af bestikkelse i den private sektor (EUT L 192 af 31.7.2003, s. 54). Denne udelukkelsesgrund omfatter også bestikkelse som defineret i den nationale ret gældende for den ordregivende myndighed (den ordregivende enhed) eller den økonomiske aktør.
Fraud : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for svig ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som omhandlet i artikel 1 i konventionen om beskyttelse af De Europæiske Fællesskabers finansielle interesser (EFT C 316 af 27.11.1995, s. 48).
Money laundering or terrorist financing : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for hvidvaskning af penge eller finansiering af terrorisme ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 1 i Europa-Parlamentets og Rådets direktiv 2005/60/EF af 26. oktober 2005 om forebyggende foranstaltninger mod anvendelse af det finansielle system til hvidvaskning af penge og finansiering af terrorisme (EUT L 309 af 25.11.2005, s. 15).
Participation in a criminal organisation : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for deltagelse i en kriminel organisation ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Rådets rammeafgørelse 2008/841/RIA af 24. oktober 2008 om bekæmpelse af organiseret kriminalitet (EUT L 300 af 11.11.2008, s. 42).
Terrorist offences or offences linked to terrorist activities : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for terrorhandlinger eller strafbare handlinger med forbindelse til terroraktivitet ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i henholdsvis artikel 1 og 3 i Rådets rammeafgørelse 2002/475/RIA af 13. juni 2002 om bekæmpelse af terrorisme (EFT L 164 af 22.6.2002, s. 3). Denne udelukkelsesgrund omfatter også anstiftelse, medvirken og forsøg på at begå sådanne handlinger som omhandlet i nævnte rammeafgørelses artikel 4.
Child labour and including other forms of trafficking in human beings : Er den økonomiske aktør selv eller en person, der tilhører den økonomiske aktørs administrations-, ledelses- eller tilsynsorgan eller har beføjelse til at repræsentere eller kontrollere eller til at træffe beslutninger heri, ved en endelig dom blevet dømt for børnearbejde og andre former for menneskehandel ved en dom afsagt for højst fem år siden, eller hvori en udelukkelsesperiode fastsat direkte i dommen fortsat finder anvendelse? Som defineret i artikel 2 i Europa-Parlamentets og Rådets direktiv 2011/36/EU af 5. april 2011 om forebyggelse og bekæmpelse af menneskehandel og beskyttelse af ofrene herfor, og om erstatning af Rådets rammeafgørelse 2002/629/RIA (EUT L 101 af 15.4.2011, s. 1).
Grave professional misconduct : Har den økonomiske aktør i forbindelse med udøvelsen af erhvervet gjort sig skyldig i alvorlige forsømmelser? Hvis det er relevant, se definitioner i national ret, den relevante meddelelse eller udbudsdokumenterne.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Har den økonomiske aktør befundet sig i en af følgende situationer:a) Denne har afgivet groft urigtige oplysninger ved meddelelsen af de oplysninger, der kræves til verifikation af, at der ikke er grundlag for udelukkelse, eller af at udvælgelseskriterierne er opfyldt,b) Denne har tilbageholdt sådanne oplysninger,c) Denne har været ude af stand til straks at fremsende den supplerende dokumentation, som en ordregivende myndighed eller en ordregivende enhed anmoder om, ogd) Denne har uretmæssigt påvirket den ordregivende myndigheds eller den ordregivende enheds beslutningsproces, indhentet fortrolige oplysninger, der kan give denne uretmæssige fordele i forbindelse med udbudsproceduren, eller uagtsomt givet vildledende oplysninger, der kan have væsentlig indflydelse på beslutninger vedrørende udelukkelse, udvælgelse eller tildeling?
Conflict of interest due to its participation in the procurement procedure : Er den økonomiske aktør opmærksom på en interessekonflikt, jf. national ret, den relevante meddelelse eller udbudsdokumenterne, som følge af sin deltagelse i udbudsproceduren?
Direct or indirect involvement in the preparation of this procurement procedure : Har den økonomiske aktør eller en virksomhed, der er knyttet til den økonomiske aktør, rådgivet den ordregivende myndighed eller den ordregivende enhed eller på anden måde været involveret i forberedelsen af udbudsproceduren?
Breaching of obligations set under purely national exclusion grounds : Andre udelukkelsesgrunde, der måtte være fastsat i den ordregivende myndigheds eller den ordregivende enheds medlemsstats lovgivning. Finder de rent nationale udelukkelsesgrunde, der er anført i den relevante meddelelse eller i udbudsdokumenterne, anvendelse?
Breaching obligation relating to payment of social security contributions : Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af bidrag til sociale sikringsordninger både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet?
Breaching obligation relating to payment of taxes : Har den økonomiske aktør tilsidesat sine forpligtelser vedrørende betaling af skatter og afgifter både i det land, hvor den økonomiske aktør er etableret, og i den ordregivende myndigheds eller den ordregivende enheds medlemsstat, hvis denne er en anden end etableringslandet?

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1: Construction All Risks (CAR) Insurance
Description : Class of Insurance: Construction All Risks (CAR) Insurance. Lot details: Construction All Risks policy (CAR) Estimated Contract Value DKK 1,725,000,000 and further sums/limits according to the document Risk and Insurance Information. Indemnity period 24 months Extended Maintenance according to the document Risk and Insurance Information.

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 ): 66516000 Liability insurance services
Options :
Description of the options : See tender materials.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 01/11/2033

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : a. Fixed Period: Inception (commencement of insurance): April 1st, 2026 at local Danish time 00:01 to Expiry (expiration of insurance): November 1st, 2033 at local Danish time 23:59. b. Optional prolongation (discretionary to the awarding entity): Duration: One fixed additional period of 3 months attaching to the Expiry date above – refer to document Risk and Insurance Information for details. 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 : 3 250 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

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

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://permalink.mercell.com/267965278.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 : 25/11/2025 11:00 +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: Terrorism Insurance
Description : Class of Insurance: Terrorism Insurance. Lot details: Terrorism (onshore) policy, DKK 100,000,000 value according to the document Risk and Insurance Information.

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 ): 66516000 Liability insurance services
Options :
Description of the options : See tender materials.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Start date : 01/04/2026
Duration end date : 01/11/2033

5.1.4 Renewal

Maximum renewals : 1
Other information about renewals : a. Fixed Period: Inception (commencement of insurance): April 1st, 2026 at local Danish time 00:01 to Expiry (expiration of insurance): November 1st, 2033 at local Danish time 23:59. b. Optional prolongation (discretionary to the awarding entity): Duration: One fixed additional period of 3 months attaching to the Expiry date above – refer to document Risk and Insurance Information for details. 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 : 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

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

Languages in which the procurement documents are officially available : English
Address of the procurement documents : https://permalink.mercell.com/267965278.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 : 25/11/2025 11:00 +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 : Energinet, CAR Insurance, Kassø 150/400 kV
Description : Insurance procurement for project: Energinet, CAR Insurance, Kassø 150/400 kVThe procurement covers Construction All Risks and Terror Insurance and involves the following lots:Lot 1: Construction All Risks (CAR) Insurance.Lot 2: Terrorism Insurance.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 : 267965278-2

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 ): 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 : 31/03/2026
Duration end date : 01/11/2033

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 3 500 000 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 : Due to a technical error in Mercell, a 'Lot 3: Energinet, CAR Insurance, Kassø 150/400 kV' has been automatically created. Unfortunately, the lot cannot be deleted in the Mercell system and therefore appears in the published version. There are only 2 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 : Den økonomiske aktør er optaget i handelsregistre i den medlemsstat, hvor denne er etableret, jf. bilag XI til direktiv 2014/24/EU; økonomiske aktører fra visse medlemsstater kan være nødt til at opfylde andre krav i nævnte bilag.
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 : For så vidt angår eventuelle øvrige økonomiske og finansielle krav, som måtte være blevet anført i den relevante meddelelse eller i udbudsdokumenterne, erklærer den økonomiske aktør, at: -
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/267965278.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 : 25/11/2025 11:00 +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 : I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
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
Internet address : https://naevneneshus.dk/start-din-klage /klagenaevnet-for-udbud/
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 : f262cf19-6790-4e51-a081-fb33bb5d7a09 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 22/10/2025 15:50 +00:00
Notice dispatch date (eSender) : 22/10/2025 15:50 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00703476-2025
OJ S issue number : 205/2025
Publication date : 24/10/2025