23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 156-414773
Offentliggjort
13.08.2021
Udbudstype
Udbud efter forhandling

Udbyder

Andel Holding A/S

Opdateringer

Annullering
(26.10.2021)

Lot 3: Broadband Internet Connection has been canceled due to reconsiderations regarding the duration of the contract and scope of the services.
Lot 1, Lot 2 and Lot 4 are as of now still expected to be awarded.

Telecom/Broadband Services and Mobile Terminals


Andel Holding A/S

Contract notice – utilities

Services

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: Energivej 33
Town: Haslev
NUTS code: DK02 Sjælland
Postal code: 4690
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: 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 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: 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: 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: 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: 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: 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.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.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=308728&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=308728&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:

Telecom/Broadband Services and Mobile Terminals

Reference number: ESIN-2021-276704
II.1.2) Main CPV code
64200000 Telecommunications services
II.1.3) Type of contract
Services
II.1.4) Short description:

The tender consists of 4 lots, each of which constitutes independent framework agreements:

Lot 1: Fixed Network Telephony

Lot 2: Mobile Network Telephony and Data Services

Lot 3: Broadband Internet Connection

Lot 4: Mobile Terminals

II.1.5) Estimated total value
Value excluding VAT: 56 700 000.00 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:

Lot 1: Fixed Network Telephony

Lot No: 1
II.2.2) Additional CPV code(s)
64211000 Public-telephone services
64212000 Mobile-telephone services
64215000 IP telephone services
64210000 Telephone and data transmission services
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

Fixed Network Telephony (Lot 1) covers fixed phone subscriptions for Andel in Denmark and both local and International traffic. A web and self-service portal for handling subscription is a part of the scope. Consultancy services is included . The expected number of fixed network telephony subscriptions to be migrated/ported include approximately 1.350 subscriptions. For further description of the Lot references is made to the Lot 1 specifications.

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: 3 600 000.00 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:

3 x 12 months

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

If the number of compliant Applicants applying for prequalification exceeds 4, the Contracting Entity 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 references documenting experience with delivering fixed network telephony to similar or comparable customer, content and complexity of contract, will be considered more relevant in the evaluation, i.e. the more relevant references the better (with a maximum of five).

- References documenting experience with delivering fixed network telephony for customers with at least 1.000 subscriptions, will be considered more relevant in the evaluation.

- References documenting the ability to deliver SIP-trunks in a redundant setup will be considered more relevant in the evaluation.

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
II.2) Description
II.2.1) Title:

Lot 2: Mobile Network Telephony and Data Services

Lot No: 2
II.2.2) Additional CPV code(s)
64210000 Telephone and data transmission services
64211000 Public-telephone services
64212000 Mobile-telephone services
64215000 IP telephone services
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

Mobile Network Telephony and Data Services (Lot 2) is covering mobile subscriptions in Denmark, voice, text and data traffic, and global roaming. Consultancy services is included . The expected number of mobile sub-scriptions to be migrated/ported include approximately 1.700 subscriptions to employees, temporary consul-tancy telephones and mobile broadband modems. Andel estimates to migrate/port a minimum of 800 subscrip-tions under this Framework Agreement.

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: 14 700 000.00 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:

3 x 12 months

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

If the number of compliant Applicants applying for prequalification exceeds 4, the Contracting Entity 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 references documenting experience with delivering mobile network telephony and data to similar or comparable customer, content and complexity of contract, will be considered more relevant in the evaluation, i.e. the more relevant references the better (with a maximum of five).

- References documenting experience with delivering mobile network telephony and data services to customers with at least 1.400 subscriptions, will be considered more relevant in the evaluation.

- References demonstrating the ability to deliver mobile subscriptions 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 in the evaluation.

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
II.2) Description
II.2.1) Title:

Lot 3: Broadband Internet Connection

Lot No: 3
II.2.2) Additional CPV code(s)
32412100 Telecommunications network
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

Broadband Internet Connection (Lot 3) is covering the broadband internet connections including (if relevant) the installations delivered to Andel Employees at their home addresses in Denmark. It can be delivered on Fiber, Coax or Copper. A web and self-service portal for handling subscriptions is a part of the scope. Consul-tancy services is included. The expected number of broadband internet connection subscriptions to be mi-grated include approximately 1.400 subscriptions.

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: 16 800 000.00 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:

3 x 12 months

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
Objective criteria for choosing the limited number of candidates:

If the number of compliant Applicants applying for prequalification exceeds 4, the Contracting Entity 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 references documenting experience with delivering broadband internet connections to similar or comparable customer, content and complexity of contract, will be considered more relevant in the evaluation, i.e. the more relevant references the better (with a maximum of five).

- References documenting experience with delivering broadband internet connections to customers with at least 1.000 subscriptions, will be considered more relevant in the evaluation.

- References documenting the ability to migrate/port/onboard a new customer with at least 1.000 Broad-band internet connection subscriptions to employees effectively will be considered more relevant in the evaluation.

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
II.2) Description
II.2.1) Title:

Lot 4: Mobile Terminals

Lot No: 4
II.2.2) Additional CPV code(s)
32250000 Mobile telephones
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

Mobile Terminals (Lot 4) is covering the mobile Smartphones for Andel’s employees. The expected number of mobile smartphones include approximately 1.500 devices. Andel’s current Tele and Data policy allows for the employees to substitute their smartphones every 24 months.

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: 21 600 000.00 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:

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 compliant Applicants applying for prequalification exceeds 5, the Contracting Entity 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 references documenting experience with delivering mobile terminals to similar or comparable customer, content and complexity of contract, will be considered more relevant in the evaluation, i.e. the more relevant references the better (with a maximum of five).

- References documenting experience with delivering mobile terminals to customers with at least 1.400 employees/need for mobile terminals with a continuous replacement of devices will be considered more relevant in the evaluation.

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 equity for the last fiscal year.

Documentation of economic and financial capacity must be provided according to the tender documents.

Minimum level(s) of standards possibly required:

For each of Lot 1, Lot 2, Lot 3 and Lot 4, the following minimum requirements apply:

For Lot 1:

• an average turnover of DKK 6 (six) million or above for the past 3 fiscal years

• an equity of DKK 100 (hundred) million or above in the last financial year

For Lot 2:

• an average turnover of DKK 25 (twenty-five) million or above for the past 3 fiscal years

• an equity of DKK 100 (hundred) million or above in the last financial year

For Lot 3:

• an average turnover of DKK 30 (thirty) million or above for the past 3 fiscal years

• an equity of DKK 100 (hundred) million or above in the last financial year

For Lot 4:

• an average turnover of DKK 30 (thirty) million or above for the past 3 fiscal years

• an equity of DKK 50 (fifty) million or above in the last financial year

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

The Applicant must submit a completed ESPD for each lot the Applicant wish to apply for prequalification for.

The Applicant must submit the following information in the ESPD for a specific lot:

The Applicant must provide a maximum of five (5) references, cf. II.1.4) and II.2.4) per lot, which the ap-plicant has performed during the last 3 years before the application deadline.

Only references relating to services/deliveries performed at the time of application will be taken into ac-count 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 applica-tion will be included in the assessment of the reference.

Each reference should include a brief description of the deliveries incl. number of subscriptions (for lot 4: devices), including a clear description of which of the services under points II.1.4) and II.2.4) per lot was included, as well as the applicant's role(s) and responsibility. Furthermore, please include the financial value of the delivery (amount), date of delivery and the name of the customer (recipient).

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 accord-ance with a framework agreement, the applicant is asked to state in the description of the delivery how the date is stated.

A maximum of 5 references can be specified pr. lot, regardless of whether the applicant is a single compa-ny, 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 un-der the contract must be performed by the entity on which the applicant relies.

The ESPD serves as a preliminary evidence that the applicant per lot 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 or applicants who the contracting entity intends to award a framework agreement per lot to must provide documentation that information submitted in the ESPD is correct.

Minimum level(s) of standards possibly required:

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

Lot 1: At least 2 references documenting experience with delivery of Fixed Network Telephony within the last 3 years.

Lot 2: At least 2 references documenting experience with delivery of Mobile Network Telephony and Data Services within the last 3 years.

Lot 3: At least 2 references documenting experience with delivery of Broadband Internet Connection within the last 3 years.

Lot 4: At least 2 references documenting experience with delivery of Mobile Terminals within the last 3 years.

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

Terms concerning financing and payment is stated in the tender documents.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Participant in a consortium or a joint venture will be jointly and severally liable to the contracting entity for the fulfillment of the contract.

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

Terms of the framework agreement for each lot are included in the tender documents.

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: 10/09/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 23/09/2021
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: 4 (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:

With reference to ‘II.2.6) Estimated value’: The estimated total amount under each Framework Agreement for Lot 1, Lot 2, Lot 3 and Lot 4 are estimated. The estimated total amounts are among other things based on historical data and our expectations to the future. The estimated total amounts are indicative, and the aggregated purchases made may vary from the estimated total amounts. Unforeseen circumstances might occur if for instance new projects, strategic changes or new needs arise, which may impact the volumes under each Framework Agreement. Therefore, the contracting entity has decided to also include an envisaged total maximum amount for each Framework Agreement covering Lot 1, Lot 2 Lot 3 and Lot 4 as follows:

Lot 1

Estimated total amount: 3 600 000 DKK

Total maximum amount: 4 400 000 DKK

Lot 2

Estimated total amount: 14 700 000 DKK

Total maximum amount: 18 600 000 DKK

Lot 3

Estimated total amount: 16 800 000 DKK

Total maximum amount: 20 100 000 DKK

Lot 4

Estimated total amount: 21 600 000 DKK

Total maximum amount: 28 100 000 DKK

Total for Lot 1, 2 3 and 4

Estimated total amount: 56 700 000 DKK

Total maximum amount: 71 200 000 DKK

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
Telephone: +45 41715000
Internet address: https://www.kfst.dk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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:
10/08/2021

Send til en kollega

0.062