25/14408 - Purchase 2026 for 145/170 kV AC Cables
Through the establishment of four (4) Agreements (4 lots), the Contracting Authority intends to procure complete and fully functional supplies of several 145 and 170 kV AC cable systems, as further specified in Appendix 4, Time schedule - Purchase 2026 for 145&170 kV AC Cables (Doc. 25/14408-55). Each Agreement (lot) c...
Angebotsfrist:22. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Through the establishment of four (4) Agreements (4 lots), the Contracting Authority intends to procure complete and fully functional supplies of several 145 and 170 kV AC cable systems, as further specified in Appendix 4, Time schedule - Purchase 2026 for 145&170 kV AC Cables (Doc. 25/14408-55). Each Agreement (lot) covers specified s...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Energinet Eltransmission A/S
- Veröffentlicht: 06. Mai 2026
- Frist: 22. Mai 2026
- Thema: Kabel
Ausschreibungsbeschreibung
Through the establishment of four (4) Agreements (4 lots), the Contracting Authority intends to procure complete and fully functional supplies of several 145 and 170 kV AC cable systems, as further specified in Appendix 4, Time schedule - Purchase 2026 for 145&170 kV AC Cables (Doc. 25/14408-55). Each Agreement (lot) covers specified supplies intended for multiple projects. For each individual project, a specified contract will be made according to the Contract agreement. The scope for each of the four lots is described in detail in the tender documents. Further details concern-ing the procurement are provided in the appendices to the tender documents. Prequalification: It is possible to apply for prequalification for all four lots. The application should clearly state for which lot it concerns. If an applicant applies for more than one lot but does not have the capacity for all such lots, this must be clearly stated in the application. Case: As part of the technical description, the Supplier must submit a proposal for an example case solution. The example case solution must be based on the elements described therein as well as the case docu-ments 26/05333 (1-9). Award: The Agreements will be awarded per Lot directly to the tenderer who has submitted the most economically advantageous tender for each Contract, see section 4.1. A tenderer may be awarded one or more lots as described: The Contracts are divided into four (4) lots, with the expected scope and award conditions set out below: 1.Lot 1 (NEA project (app. 820 km)): Lot 1 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. The evaluation of Lot 1 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 122.100.000 inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. 2.Lot 2 (3N project (app. 585 km)): Lot 2 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. All tenderers are eligible to submit bids for this lot. The evaluation of Lot 2 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 88,000,000, inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. 3.Lot 3 (various 145kV projects Northwest Seeland (DK2) (app. 780 km)): Lot 3 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. However, the tender submitted by the winner of Lot 1 will be excluded from the evaluation of this lot. The evaluation of Lot 3 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 112.200.000 inclusive option for 10 % additional volume to cover unforeseen demand and/or changes in the project. 4.Lot 4 (various projects Jutland (DK1) (app. 595 km)): Lot 4 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. However, the tender submitted by the winner of Lot 2 will be excluded from the evaluation of this lot. The evaluation of Lot 1 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 90.200.000 inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. Based on continuous improvements in fx. optimized manufacturing, project management, procurement etc. in the duration of the Agreement, Supplier shall implement an annual cost reduction of 2% on the baseline price list (doc. 25/14408-54) included in Supplier’s final tender (Appendix 5), excluding any agreed price regulation. The baseline price list shall be adjusted annually by applying the 2% reduction to the most recently updated baseline price list (see also Contract Agreement doc. 25/14408-17 Clause 5.3).
Weiterführende Details
Nach Registrierung stehen Unterlagen, Fristen und Hinweise zur Einreichung strukturiert bereit.
- Kernanforderungen der Ausschreibung priorisiert aufbereitet
- Fristen, Eignungskriterien und Unterlagen in einem Ablauf
- Hinweise zur strukturierten Angebotsvorbereitung
- Passende Folgeausschreibungen automatisch entdecken
Dokumente und Anhänge
49 Dateien erfasst- PDF Notice (BUL)
- PDF Notice (SPA)
- PDF Notice (CES)
- PDF Notice (DAN)
- PDF Notice (DEU)
- PDF Notice (EST)
Ähnliche Bekanntmachungen
10- Reddot FoodNAVAN
Provision of Consultancy Services for Market Insight, Go-To-Market Strategy, Brand Strategy and Visual Identity Development – Reddot Food Limited
Reddot Food Limited invites tenders for the provision of consultancy services covering market insight, go-to-market planning, brand strategy development and visual identity design for current and future product initiatives. The contract will be awarded on the basis of the Most Economically Advantageous Tender (MEAT). Full details of the scope, deliverables and evaluation criteria are contained within the tender documentation.
- Tuath Housing Association LtdDublinFrist: 05. Mai
Multi-Party Framework Agreement for the provision of Periodic Electrical Inspections (PIRs) and Domestic Life Safety System (DLSS) Inspections and associated repairs
Tuath Housing Association invites tenders from suitably qualified and experienced electrical contractors for inclusion on a multi-supplier framework agreement for the provision of Periodic Electrical Inspections, Domestic Life Safety System Inspections, and associated upgrade and/or repair works across designated residential properties within its housing stock. The framework agreement will comprise two initial lots. The first two lots will be awarded to the two tenderers submitting the top two Most Economically Advantageous Tenders (MEAT), as evaluated in accordance with the criteria set out in the tender documentation. Any third and subsequent call-off contracts under the framework will be awarded by way of mini-competition among all appointed framework members, in accordance with the terms and conditions of the framework agreement. Tenderers are requested to consult the accompanying tender documentation for full details of the requirements, scope of services, and evaluation methodology.
- N. Barrett Engineering Ltd.BallinasloeFrist: 30. Apr.
LOT-3: Provision of a100kw Diesel Generator Set.
LOT-3: Provision of a100kw Diesel Generator Set. The Contract Will be Awarded subject to the MEAT(Most Economically Advantageous Tender) criteria as follows: (a) Price - 40 marks. (b) Warranty - 30 marks. (c) Specifications( to include Delivery, Assembly, Training and Back-Up ) - 30 marks. Total = 100 Marks. Please include both Vat exclusive and Vat inclusive figures in your Tender.
- N. Barrett Engineering Ltd.BallinasloeFrist: 30. Apr.
Lot-1: Provision of a Bodor 12kw Plate Laser with Exchange Table Machine - Fume extraction and Compressor for compressed air cutting.
Lot-1: Bodor 12kw Plate Laser with Exchange Table Machine - Fume extraction and Compressor for compressed air cutting. The Contract Will be Awarded subject to the MEAT(Most Economically Advantageous Tender) criteria as follows: (a) Price - 40 marks. (b) Warranty - 30 marks. (c) Specifications( to include Delivery, Assembly, Training and Back-Up ) - 30 marks. Total = 100 Marks. Please include both Vat exclusive and Vat inclusive figures in your Tender.
- N. Barrett Engineering Ltd.BallinasloeFrist: 29. Apr.
LOT 2: Provision of a Bodor T Series 6kw Tube Laser.
LOT 2: Bodor T Series 6kw Tube Laser. The Contract Will be Awarded subject to the MEAT(Most Economically Advantageous Tender) criteria as follows: (a) Price - 40 marks. (b) Warranty - 30 marks. (c) Specifications( to include Delivery, Assembly, Training and Back-Up ) - 30 marks. Total = 100 Marks. Please include both Vat exclusive and Vat inclusive figures in your Tender.
- Wexford County CouncilWexfordFrist: 29. Mai
Multi-Party Framework for Macadam Works Tender 2026
The purpose of this Tender is to establish a Framework for individual Road pavement works yet unknown between 2026 and 2029. This will be done by applying the tendered rates to the measured items for a proposed job. Individual contracts will be awarded based on a weighting system and location specific rates. Individual contracts awarded under the Frameworks will have an upper value of €215,000 excluding VAT.
- Alliander N.V.Arnhem
EU-tender MV+ cables 2024
The general objective of the tendering procedure is to conclude a master framework agreement with a selection of multiple contractors per lot for medium- or low-voltage cables. Further framework agreements with A and B contract parties per lot will be awarded for a specific volume of cables.
- Waterford and Wexford Education and Training Board_110494WexfordFrist: 27. Mai
Single Supplier Framework Agreement for the Supply of Automotive Technician Apprenticeship Equipment and Associated Services for Waterford and Wexford Education and Training Board
This public procurement competition relates to the establishment of a Single Supplier Party Framework ("Framework") for the Supply of Automotive Technican Apprenticeship Equipment and Associated Services to Waterford and Wexford Education and Training Board The tender is divided into 12 Lots. Tenderers may submit proposals for one or more lots and must be clear on which lots they are tendering for in their response. The minimum contract awarded will be one Lot. The quantities may also be varied depending on the funding available. Tenderers may tender for one or several lots.
- Transport Infrastructure Ireland (TII)Dublin
Commercial, Claims Advisor and Professional Services with Local Authorities and Transport Infrastructure Ireland acting as Client
Transport Infrastructure Ireland (the “Contracting Authority”) had a requirement, acting as a central purchasing body, for two framework agreements, comprising one single‑supplier framework agreement (Lot 1) and one multi‑supplier framework agreement (Lot 2) (each a “Framework Agreement”), for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services that could be inferred therefrom or were necessary to carry out the services (the “Services”). Both the Lot 1 and Lot 2 Framework Agreements covered the following two main categories of services: Quantity Surveying, Programme, Risk, Project and Value Management Services; and Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services. The services provided included the review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, preparation of expert witness reports, dispute resolution proceedings, conciliation, arbitration, review of contract documents, programme management, risk management, project management, value management, estimates, and any other related services. Tenderers were advised that the competition comprised two lots, and tenderers were required to submit a single tender submission in accordance with the tender documents. The Authority entered into the Framework Agreements with the tenderers that submitted the most economically advantageous tenders, as determined on the basis of quality and price. The top‑ranked tenderer that satisfied the exclusion and selection criteria set out in the ESPD was appointed to both Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework). The second, third and fourth ranked tenderers that satisfied the exclusion and selection criteria set out in the ESPD were appointed to Lot 2. The duration of the Framework Agreements for Lots 1 and 2 was four years. The awarded positions on the Framework Agreements, based on rankings, were as follows: Lot 1 (Single Supplier Framework – top‑ranked tenderer) - Amey OW Ireland Ltd Lot 2 (Multi Supplier Framework) - Amey OW Ireland Ltd (1st) - Planbay Ltd, trading as Linesight (2nd) - Turner and Townsend Ltd (3rd) - Aecom Ireland Ltd (4th) The estimated maximum spend across Lots 1 and 2 is €30,000,000 over the four‑year duration of the Framework Agreements.
- Iarnród Eireann-Irish RailDublinFrist: 29. Mai
9656 Framework Agreement for the provision of Electrical Services for Low Voltage Equipment
This is a call to competition by Iarnród Éireann to establish a multi-party Framework Agreement for the provision of Low voltage Electrical Systems and Services (the “Contract”) in Ireland as advertised on e-tenders. Iarnród Éireann proposes to establish a multi-party framework agreement for electrical services for low voltage equipment (i.e. less than 1000V). IÉ plans to roll out a renewals program, which will see the modernisation of many traction assets located on the existing DART network over the next few years. The scope of the agreement will involve the renewal of LV services and LV equipment on or near the line and will also extend to other LV equipment located on the IÉ network. The extent and details of the works to be undertaken within the renewals program will vary from location to location. Project works shall be awarded in separate packages based on the “Call Off Contract” procedure set out in the Framework Agreement. Further specific details will be provided to the companies who are pre-qualified to the ITT stage.
Häufige Fragen zu dieser Ausschreibung
- Wie kann ich mich auf diese Ausschreibung bewerben?
- Erstellen Sie ein kostenloses Konto auf auftrag.ai. Danach sehen Sie alle Unterlagen, Fristen und Hinweise zur Einreichung in einem strukturierten Ablauf.
- Bis wann läuft die Angebotsfrist?
- Die Angebotsfrist endet am 22. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Energinet Eltransmission A/S.
- Welche Unterlagen sind für den Start relevant?
- In der Regel benötigen Sie Leistungsbeschreibung, Eignungsnachweise, Fristenhinweise und ggf. Formblätter. Auf auftrag.ai werden diese Punkte priorisiert dargestellt.