23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 132-352053
Offentliggjort
12.07.2021
Udbudstype
Udbud efter forhandling

Udbyder

Andel Holding A/S

Vindere

New Personal Devices (NPD)

(10.01.2022)
COMM2IG A/S
Kokkedal Industripark 104
2980 Kokkedal

New Personal Devices (NPD)


Andel Holding A/S

Contract notice – utilities

Supplies

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Andel Holding A/S
National registration number: 25784413
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
Contact person: Paul Göttsche
E-mail: paulg@andel-koncern.dk
Telephone: +45 20124242
Internet address(es):
Main address: http://www.andel.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/241140
I.1) Name and addresses
Official name: Andel A.M.B.A.
National registration number: 68515211
Postal address: Hovedgaen 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE Strømmen A/S
National registration number: 24213528
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Nexel A/S
National registration number: 20214414
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Obviux A/S
National registration number: 37809365
Postal address: Finsensvej 78, 2.
Town: Frederiksberg
NUTS code: DK02 Sjælland
Postal code: 2000
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE Energi A/S
National registration number: 40138099
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE City Light A/S
National registration number: 36035668
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Watts A/S
National registration number: 41501480
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE Udelys A/S
National registration number: 25784510
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Cerius A/S
National registration number: 28113285
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE Finans A/S
National registration number: 25784499
Postal address: Hovedgaen 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Radius Elnet A/S
National registration number: 29915458
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: SEAS-NVE Forsyningsnet A/S
National registration number: 36035692
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
E-mail: paulg@andel-koncern.dk
Internet address(es):
Main address: http://www.andel.dk
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: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=297192&B=ANDEL
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=297192&B=ANDEL
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Other activity: Utility Services

Section II: Object

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

New Personal Devices (NPD)

Reference number: ESIN-2021-265744
II.1.2) Main CPV code
30210000 Data-processing machines (hardware)
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The object of the tender is to procure new personal computers (named devices), monitors and accessories for all Andel employees and external consultants. Andel expect the Supplier to offer a framework agreement with a wide range of high-end devices, monitors and accessories that can meet the needs of Andel app. 1 600 users.

Andel Holding A/S is responsible for the organization of the tender and the practical implementation. Andel Holding A/S is listed as contracting entity on the framework agreement, while the companies in Andel are covered by the offer and subsequently will have the opportunity to enter into individual purchase order with the supplier for the framework agreement. The tender thus includes all those in the tender notice as well as the companies listed under Annex 6 in the tender material as well as future companies which, through company law restructuring etc. going to cover the universal service or professional and physical areas of these companies.

II.1.5) Estimated total value
Value excluding VAT: 4 300 000.00 USD
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
30230000 Computer-related equipment
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

The object of the tender is to procure new personal computers (named devices), monitors and accessories for all Andel employees and external consultants. Andel expect one Supplier to offer a framework agreement with a wide range of high-end devices, monitors and accessories that can meet the current and future needs of Andel app. 1 600 users.

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: 4 300 000.00 USD
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 for 2 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:

A maximum of 5 Applicants will be prequalified for the tender procedure.

If the number of compliant Applicants applying for prequalification exceeds 5, the Contracting Entities will perform the prequalification on the basis of an evaluation of the information in ESPD section IV.C., 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 the past 3 years,

— references from customers with similar size and complexity as to Andel 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.2.13) 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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The Applicant must in ESPD section IV.B provide information about average turnover for the past 3 fiscal years and liquidity ratio for the last fiscal year.

Minimum level(s) of standards possibly required:

It is a minimum requirement that the Applicant has the following:

• a minimum average turnover of USD 6 000 000 in the past 3 fiscal years.

• a liquidity ratio above 1 (one) in the last fiscal year.

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

The Applicant must submit a completed ESPD

The Applicant must provide a maximum of five (5) references, delivering personal devices, monitors and accessories, cf. II.1.4) and II.2.4), which the applicant has performed during the last 3 years before the application deadline.

Please submit information about your previous experience delivering new devices across many locations in the ESPD section V.:

— title of reference,

— scope of delivery,

— description of customer (including number of employees, sector and locations - name may be anonymized),

— short description of the contract (including contract start and term, value, the different categories of products provided); see the criteria below for the selection of Applicants.

Information about references in part V of the eESPD will be considered final documentation.

Only references relating to deliveries performed at the time of application will be taken into account when assessing which applicants have documented the most relevant references (cf. point II.2.9) and when assessing whether the minimum requirements to technical and professional capacity is met, cf. below. In the case of an ongoing task, only the part of services/deliveries already performed at the time of application will be included in the assessment of the reference.

When stating the date of delivery, the applicant is asked to indicate the date of commencement and end of delivery. Is this not possible, e.g. because the tasks have been performed on an ongoing basis in accordance with a framework agreement, the applicant is asked to state in the description of the delivery how the date is stated.

If framework agreements are included as part of your references, you must submit the requested information for each of the contracts concluded under the framework agreement. Otherwise, the reference regarding a framework agreement will be disregarded.

A maximum of 5 references can be specified, regardless of whether the applicant is a single company, whether the applicant is based on the technical ability of other entities, or whether it is an association of companies (e.g. a consortium).

If the applicant bases its application on another entity’s technical and professional capacity regarding the performance of specific parts of the deliveries covered by the contract, cf. point II.2.4), the deliveries under the contract must be performed by the entity on which the applicant relies.

The ESPD serves as a preliminary evidence that the applicant meets the minimum requirements for suitability in relation to technical and professional capacity, cf. point III.1.3) and how the applicant meets the selection criterion, cf. point II.2.9).

Before the awarding of a contract the applicant who the contracting entity intends to award a framework agreement must provide documentation that information submitted in the ESPD is correct.

Minimum level(s) of standards possibly required:

The Applicant must provide a maximum of five (5) references, delivering personal devices, monitors and accessories within last 3 years before the application deadline.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Payment terms are included in the tender material.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Contract terms are included in the tender material.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/08/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

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

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 estimated total amount under the Framework Agreement is USD 4 300 000. The estimated total amount is among other things based on historical data and our expectations to the future. The estimated total amount is indicative, and the aggregated purchases made under the framework agreement may vary from the estimated total amount. Unforeseen circumstances might occur if for instance new projects, strategic changes or new needs arise, including structural changes such as future divestments which may impact the volumes under the framework agreement. Therefore, the contracting entity has decided to also include an envisaged total maximum amount. The envisaged total maximum amount under the framework agreement is USD 5 150 000.

In order to minimize administrative and transportation costs related to the framework agreement it has been decided to enter into one framework agreement. Therefore the framework agreement will not be divided into lots.

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

VI.4) Procedures for review
VI.4.1) Review body
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Internet address: https://www.kfst.dk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding a candidate not being pre-qualified must be filed with the Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.

Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement be filed with the Complaints Board for Public Procurement within:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;

3) 6 months starting the day after the contracting authority has sent notification to the candidates involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning its decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The email of the Complaints Board for Public Procurement is stated in Section VI.4.1).

The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.5) Date of dispatch of this notice:
07/07/2021

Send til en kollega

0.047