23948sdkhjf

Fakta om udbudet

EU-nr
2022/S 010-022318
Offentliggjort
14.01.2022
Udbudstype
Resultat

Udbyder

Energinet Elsystemansvar A/S

Vindere

IT Infrastructure Framework Agreement for Nordic RSC

(28.01.2022)
NNIT A/S
Østmarken 3A
2860 Søborg

IT Infrastructure Framework Agreement for Nordic RSC


Energinet Elsystemansvar A/S

Bekendtgørelse om indgåede kontrakter – forsyningsvirksomhed

Resultat af udbudsproceduren

Tjenesteydelser

Retsgrundlag:
Direktiv 2014/25/EU

Del I: Ordregivende enhed

I.1) Navn og adresser
Officielt navn: Energinet Elsystemansvar A/S
CVR-nummer: 39314959
Postadresse: Tonne Kjærsvej 65
By: Fredericia
NUTS-kode: DK032 Sydjylland
Postnummer: 7000
Land: Danmark
Kontaktperson: Kirsten Ebstrup
E-mail: procurement@energinet.dk
Telefon: +45 70102244
Internetadresse(r):
Overordnet internetadresse: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET
Internetadresse for køberprofilen: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008
I.6) Hovedaktivitet
Elektricitet

Del II: Genstand

II.1) Udbuddets omfang
II.1.1) Betegnelse:

IT Infrastructure Framework Agreement for Nordic RSC

Sagsnr.: 21/01147 - 267330
II.1.2) Hoved-CPV-kode
72000000 It-tjenester: rådgivning, programmeludvikling, internet og support
II.1.3) Kontrakttype
Tjenesteydelser
II.1.4) Kort beskrivelse:

Energinet initiates a tender concerning a Framework Agreement covering IT operations, including:

• Security & Compliance Services

• Architecture

• Service Management

• Service integration

• Operations

• Service Desk and onsite Support Services

• Workplace Services

• Business Application Services

• Infrastructure Services

• Public Cloud Services

• Wide Area Network Services

• Projects and Consultancy Services

• Termination Assistance Services

See further description in II.2.4.

II.1.6) Oplysninger om delkontrakter
Kontrakten er opdelt i delkontrakter: nej
II.1.7) Udbuddets samlede værdi (eksklusive moms) (Må dette offentliggøres? ja)
Værdi eksklusive moms: 250 000 000.00 DKK
II.2) Beskrivelse
II.2.2) Supplerende CPV-kode(r)
72100000 Konsulentvirksomhed vedrørende maskinel
72110000 Konsulentvirksomhed vedrørende valg af maskinel
72120000 Konsulentvirksomhed vedrørende retablering i tilfælde af maskinelkatastrofer
72130000 Konsulentvirksomhed vedrørende planlægning af databehandlingsanlæg
72140000 Konsulentvirksomhed vedrørende leveranceprøvning af maskinel
72150000 Konsulentvirksomhed vedrørende edb-revision og maskinel
72220000 Konsulentvirksomhed i forbindelse med systemer og teknik
72240000 Systemanalyse og programmering
72250000 System- og supporttjenester
72251000 Retablering efter katastrofe
72252000 Edb-arkivering
72253000 Help-desk og støttetjenester
72253100 Help-desk-tjenester
72253200 Systemsupport
72254000 Programmeltestning
72254100 Systemafprøvning
72260000 Programmelrelaterede tjenester
72263000 Implementering af programmel
72300000 Datatjenester
72310000 Databehandling
72315200 Drift af datanetværk
72317000 Datalagring
72318000 Datatransmission
72400000 Internettjenester
72410000 Udbydertjenester
72500000 Servicevirksomhed i forbindelse med datamater
72510000 Servicevirksomhed i forbindelse med drift af datamater
72540000 Tjenesteydelser i forbindelse med opgradering af datamater
72590000 Professionel servicevirksomhed i forbindelse med edb
72600000 Support- og konsulentvirksomhed i forbindelse med edb
72611000 Teknisk support i forbindelse med datamater
72700000 Datamatnetværkstjenester
72900000 Computer backup og katalogkonvertering
72910000 Backup-service
II.2.3) Udførelsessted
NUTS-kode: DK Danmark
Hovedudførelsessted:

Ørestads Boulevard 114, 2300 Copenhagen

II.2.4) Beskrivelse af udbuddet:

Nordic RSC (Regional Security Coordinator) is a joint office owned by Energinet, Fingrid, Svenska Kraftnät and Statnett with the purpose of delivering operational coordination in the Nordic electricity system. Energinet is empowered by the TSOs to conduct the tendering process. The role of the Nordic RSC within the agreed different services is to provide coordination services for the secure operation of the European transmission system, to build consistent regional data, to perform analyses, making recommendations and otherwise support harmonizing of operational procedures and standards, assisting the Parties to maintain security of supply. The Nordic RSC needs to deliver the following five essential coordination functions:

1. Coordinated Security Analysis (including remedial action-related analysis),

2. Short and Medium Term Adequacy Forecasts,

3. Coordinated Capacity Calculations,

4. Outage Planning Coordination, and

5. Individual Grid Model/Common Grid Model Delivery

Currently, Energinet is appointed as the hosting TSO for the Nordic RSC, thus Energinet is also responsible for providing server capacity and other IT tools for the Nordic RSC’s current business functions and future functions as defined by the ENTSO-E rules. In this context, Energinet requires an IT infrastructure Framework Agreement covering IT operations for primarily involved IT systems, but also other systems used by Nordic RSC e.g. administrative IT systems. Selected IT systems ranging from systems which are business critical, systems containing security sensitive data to systems which are neither business critical nor handle any security sensitive data.

The overall target of this procurement is to ensure high quality and reliability in the daily operation of the common Nordic RSC/TSO business process and to provide common basis for the business and support for the existing business processes and any additional business processes which may be defined by the TSOs or Nordic RSC.

Energinet would like to conclude a Framework Agreement with a partner that can provide IT operations, including:

1. Security and Compliance Services such as SOC, SIEM and GDPR

2. Architecture such as workplace architecture, infrastructure architecture and enterprise/applications architecture

3. Service Management such as ITIL

4. Service integration such as solution automation

5. Operations such as monitoring, tooling and patch management

6. Service Desk and onsite support services

7. Workplace Services such as Collaboration, Device Management, Remote Connectivity, Client Computing, Workplace applications, Content filtering service and telephony

8. Busines Application Services such as Technical Application Management, Application Operations, Database Management, Application and database basics, Middleware Management, Platform Services and OS

9. Infrastructure Services such as housing, hosting, network, Virtual/Physical Compute, Storage, load balancing, firewall and domain services

10. Public Cloud Services such as PaaS and IaaS and partly SaaS

11. Wide Area Network Services such as Wide Area Network and Internet access

12. Projects and Consultancy Services

13. Termination Assistance Services

Furthermore, the Framework Agreement will include support and recurring consultancy services - see also remaining description in the last part of VI.3 (due to limited space in this section)

II.2.11) Oplysninger om optioner
Optioner: ja
Beskrivelse af optioner:

Option 1: The Customer has an option of prolonging the Framework Agreement for a period up to an aggregate of thirty-six (36) months from the end date of the Framework Agreement, at the Customer’s sole discretion. For the avoidance of doubt, the Customer can choose a prolongation of less than thirty-six (36) months and may (again) choose prolongation within the aggregate of the remaining thirty-six (36) months from the expiration of the five (5) Year Term.

Option 2: The Customer is currently a part of Energinet, but it is the intention that the Customer shall be divested into a separate legal entity owned by the four (4) TSOs, which will assume all rights and obligations of the Customer pursuant to the Framework Agreement. In this regard the Customer has an option to transfer the Frame Agreement from Energinet to the separate legal entity owned by the four (4) TSOs.

II.2.13) Oplysninger om EU-midler
Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14) Yderligere oplysninger

This is a negotiated procedure. With exception of mandatory parts, Tender Documents may as a result undergo changes as part of the negotiation process.The applicant is to submit a customer statement for minimum 2 references on the accuracy of references provided and signed by a relevant responsible person (for example, the relevant project manager) at the reference customer in question.

Del IV: Procedure

IV.1) Beskrivelse
IV.1.1) Proceduretype
Forhandlingsprocedure med forudgående indkaldelse af tilbud
IV.1.3) Oplysninger om rammeaftale eller dynamisk indkøbssystem
Udbuddet indebærer udarbejdelse af en rammeaftale
IV.1.8) Oplysninger om GPA-aftalen om offentlige udbud
Dette udbud er omfattet af GPA-aftalen: ja
IV.2) Administrative oplysninger</div>
IV.2.1) Tidligere offentliggørelse om samme kontrakt
Bekendtgørelsens nummer i EUT S: 2021/S 077-198644
IV.2.8) Oplysninger om opsigelse af dynamisk indkøbssystem
IV.2.9) Oplysninger om ophør af indkaldelse af tilbud i form af en vejledende periodisk bekendtgørelse

Del V: Kontrakttildeling

Kontraktnr.: 1
Betegnelse:

IT Infrastructure Framework Agreement for Nordic RSC

En kontrakt/delkontrakt tildeles: ja
V.2) Kontrakttildeling
V.2.1) Dato for indgåelse af kontrakten:
07/01/2022
V.2.3) Kontrahentens navn og adresse
Officielt navn: NNIT A/S
CVR-nummer: 21 09 31 06
Postadresse: Østmarken 3A
By: Søborg
NUTS-kode: DK012 Københavns omegn
Postnummer: 2860
Land: Danmark
Kontrahenten er en SMV: nej
V.2.4) Oplysninger om kontraktens/delkontraktens værdi (eksklusive moms) (Må dette offentliggøres? ja)
Kontraktens/delkontraktens oprindeligt anslåede samlede værdi: 249 000 000.00 DKK
Kontraktens/delaftalens samlede værdi: 498 000 000.00 DKK
V.2.5) Oplysninger om underentreprise
V.2.6) Pris, der er betalt for lejlighedskøb

Del VI: Supplerende oplysninger

VI.3) Yderligere oplysninger:
VI.4) Klageprocedurer
VI.4.1) Organ med ansvar for klageprocedurerne
Officielt navn: Klagenævntet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
By: Viborg
Postnummer: 8800
Land: Danmark
E-mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internetadresse: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3) Klageprocedure
Præcise oplysninger om klagefrist(er):

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, 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:

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/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

VI.4.4) Tjeneste, hvor der kan fås oplysninger om klageproceduren
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsen Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
Internetadresse: http://www.kfst.dk
VI.5) Dato for afsendelse af denne bekendtgørelse:
11/01/2022

Send til en kollega

0.05