23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 100-242763
Offentliggjort
25.05.2020
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

Vindere

Mobile Terminals (Global)

(01.02.2021)
Comm2IG A/S
Kokkedal Industripark 104
2980 Kokkedal

Mobile Network Telephony and Data Services (DK and Global Solution)

(01.02.2021)
Telenor A/S
Frederikskaj 8
2450 Copenhagen SV

Fixed Network Telephony (DK)

(01.02.2021)
Telenor A/S
Frederikskaj 8
2450 Copenhagen SV

Ørsted Telecom/Broadband Services and Mobile Terminals


Ørsted Services A/S

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Ørsted Services A/S
National registration number: 27446485
Postal address: Kraftværksvej 53
Town: Fredericia
NUTS code: DK0
Postal code: 7000
Country: Denmark
Contact person: Kasper Munk
E-mail: info@orsted.dk
Telephone: +45 99551111

Internet address(es):

Main address: www.orsted.com

I.1) Name and addresses
Official name: Radius Elnet A/S
National registration number: 29915458
Postal address: Kraftværksvej 53
Town: Fredericia
NUTS code: DK0
Postal code: 7000
Country: Denmark
Contact person: Kasper Munk
E-mail: info@orsted.dk
Telephone: +45 99551111

Internet address(es):

Main address: www.orsted.com

I.2) Information about joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=368146&ccsum=c20e8252a6a1337733c70b44f2400634
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Ørsted Telecom/Broadband Services and Mobile Terminals

II.1.2) Main CPV code
64212000
II.1.3) Type of contract
Services
II.1.4) Short description:

The tender consists of 4 lots:

• Lot 1: fixed network telephony (DK),

• Lot 2: mobile network telephony and data services (DK and global solution),

• Lot 3: broadband (DK),

• Lot 4: mobile terminals (global).

II.1.5) Estimated total value
Value excluding VAT: 178 350 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Fixed Network Telephony (DK)

Lot No: 1
II.2.2) Additional CPV code(s)
64215000
64211100
64211200
64212000
64211000
64210000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Fixed telephony (Lot 1) covers all Ørsted's fixed phone subscriptions in Denmark, number series and both local and International traffic. A web and self-service portal for handling is a part of the scope. Consultancy services is included.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 3 700 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Option to extend the term of the framework agreement by 3 x 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

If the number of applicants applying for pre-qualification exceeds 5, the contracting entities will perform the pre-qualification on the basis of an evaluation of the following criteria:

— references

The evaluation of experience will be based on the information provided by the applicant and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— references documenting the ability to deliver both ISDN and SIP in a redundant setup will be considered more relevant.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

The expected spend during the term of the contract (including extensions) is DKK 2.7 m and the envisaged total maximum spend is DKK 3.7 m.

II.2) Description
II.2.1) Title:

Mobile Network Telephony and Data Services (DK and Global Solution)

Lot No: 2
II.2.2) Additional CPV code(s)
64215000
64211100
64211200
64212000
64211000
64210000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Mobile telephony (lot 2) is covering mobile subscriptions in Denmark, voice, text and data traffic, and global roaming. A web and self-service portal for handling is a part of the scope and as an option a set up for handling subscriptions globally.Indoor connectivity on selected Ørsted sites is a part of the scope. Consultancy services is included.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 50 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Option to extend the term of the framework agreement by 3 x 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

If the number of applicants applying for pre-qualification exceeds 5, the contracting entities will perform the pre-qualification on the basis of an evaluation of the following criteria:

— references

The evaluation of experience will be based on the information provided by the applicant and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as to Ørsted will be considered more relevant;

— references demonstrating the ability to deliver mobile subscriptions and add-on services in a scalable and robust setup with a self-service portal for administration and the ability to inform and update on operational issues will be considered more relevant.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

The expected spend during the term of the contract (including extensions) is DKK 40 m and the envisaged total maximum spend is DKK 50 m.

II.2) Description
II.2.1) Title:

Broadband (DK)

Lot No: 3
II.2.2) Additional CPV code(s)
32412110
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Broadband (lot 3) is covering the broadband connections including the installations delivered to Ørsted employees at their home addresses in Denmark. It can be delivered on Fiber, coax, copper and mobile broadband. A web and self-service portal for handling is a part of the scope. Consultancy services is included.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 41 300 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Option to extend the term of the framework agreement by 3 x 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

If the number of applicants applying for pre-qualification exceeds 5, the contracting entities will perform the pre-qualification on the basis of an evaluation of the following criteria:

— references.

The evaluation of experience will be based on the information provided by the applicant and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted: submission of more than three references (with a maximum of five) will be considered more positive in the evaluation.

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— references documenting the ability to deliver Broadband connections to employees based on all known technologies, both fixed (coax, fiber and cobber) and Mobile (4G) will be considered more relevant.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

The expected spend during the term of the contract (including extensions) is DKK 33 m and the envisaged total maximum spend is DKK 41.3 m.

II.2) Description
II.2.1) Title:

Mobile Terminals (Global)

Lot No: 4
II.2.2) Additional CPV code(s)
32250000
II.2.3) Place of performance
NUTS code: DK
NUTS code: DE
NUTS code: NL
NUTS code: SE
NUTS code: UK
NUTS code: PL
Main site or place of performance:

In addition, Ørsted has sites/physical presence in the following countries: Malaysia, Taiwan, Singapore, United States of America, Japan, Indonesia.

II.2.4) Description of the procurement:

Mobile terminals (lot 4) is covering the mobile Smartphones for Ørsted's employees. The lot includes a global delivery model for the terminals/handsets.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Option to extend the term of the framework agreement by 3 x 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:

If the number of applicants applying for pre-qualification exceeds 6, the contracting entities will perform the pre-qualification on the basis of an evaluation of the following criteria:

— references.

The evaluation of experience will be based on the information provided by the applicant and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— it is considered more positive, if the reference documents experience providing global delivery of new devices across many locations.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

The expected spend during the term of the contract (including extensions) is DKK 67 m and the envisaged total maximum spend is DKK 83.75 m.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required:

For each of lot 1 to 4, the following minimum requirements apply:

For lot 1:

• a turnover of DKK 6 m or above in the last financial year, where a signed and approved annual account is available;

• a solvency ratio above 25 % (twenty five percent) in in the last financial year, where a signed and approved annual account is available.

For lot 2:

• a turnover of DKK 80 m or above in the last financial year, where a signed and approved annual account is available;

• a solvency ratio above 25 % (twenty five percent) in in the last financial year, where a signed and approved annual account is available.

For lot 3:

• a turnover of DKK 66 m or above in the last financial year, where a signed and approved annual account is available;

• a solvency ratio above 25 % (twenty five percent) in in the last financial year, where a signed and approved annual account is available.

For Llot 4:

• a turnover of DKK 75 m or above in the last financial year, where a signed and approved annual account is available;

• a solvency ratio above 25 % (twenty five percent) in in the last financial year, where a signed and approved annual account is available.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

Assessment of experience for lot 1:

The evaluation of experience will be based on the information provided by the applicant, and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year, 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— references documenting the ability to deliver both ISDN and SIP in a redundant setup will be considered more relevant.

Assessment of experience lot 2:

The evaluation of experience will be based on the information provided by the applicant, and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— references demonstrating the ability to deliver mobile subscriptions and add-on services in a scalable and robust setup with a self-service portal for administration and the ability to inform and update on operational issues will be considered more relevant.

Assessment of experience lot 3:

The evaluation of experience will be based on the information provided by the applicant, and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— references documenting the ability to deliver Broadband connections to employees based on all known technologies, both Fixed (Coax, Fiber and cobber) and Mobile (4G) will be considered more relevant.

Assessment of experience lot 4:

The evaluation of experience will be based on the information provided by the applicant, and the contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;

— a reference is considered more positive, if the scope has been carried out within year 2017, 2018 and/or 2019;

— references from customers with similar size and complexity as Ørsted will be considered more relevant;

— it is considered more positive, if the reference documents experience providing global delivery of new devices across many locations.

Minimum level(s) of standards possibly required:

Per lot the applicant wishes to submit an application for, the applicant should provide a maximum 5 (five) and a minimum of 3 (three) references in total of the best and most relevant deliveries within the scope of this contract notice.

III.1.4) Objective rules and criteria for participation
III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Participants in a consortium will be jointly and severally liable to the contracting entity for the fulfillment of the contract.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Negotiated procedure with prior call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/06/2020
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/06/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

With reference to ‘IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue’.

The contracting entity reserves the right during negotiations to nominate a short list of tenderers for additional negotiations. The short list will be comprised of the tenderers whose tenders (BAFOs) at the time are considered the most economically advantageous pursuant to the award criteria.

With reference to ‘II.1.5) Estimated total value’ and ‘II.2.6) Estimated value’:

The envisaged total maximum value under the framework agreement is DKK 178 350 000, however the estimated total value is DKK 143 000 000. The estimated total value is lower than the total maximum value and is based on among other things historical data and our expectations to the future. However, unforeseen circumstances might occur and the contracting entity wishes to ensure that the framework agreement can also be used if for instance new projects, strategic changes or new needs arise.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291095

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfs.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk/

VI.5) Date of dispatch of this notice:
20/05/2020

Send til en kollega

0.078