23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 068-181569
Offentliggjort
06.04.2022
Udbudstype
Udbud efter forhandling

Udbyder

Andel Holding A/S

Vindere

Tender for an Asset Investment Planning System

(23.12.2022)
Copperleaf Technologies Inc.
2920 Virtual Way, Suite 140
V5M 0C4 Vancouver

Tender for an Asset Investment Planning System


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: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
Contact person: Mikkel Karklinat
E-mail: MLK@andel.dk
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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.dk
Internet address(es):
Main address: http://www.andel.dk
I.1) Name and addresses
Official name: Andel Lumen A/S
National registration number: 25784510
Postal address: Hovedgaden 36
Town: Svinninge
NUTS code: DK02 Sjælland
Postal code: 4520
Country: Denmark
Contact person: Mikkel Karklinat
E-mail: mlk@andel.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.dk
Internet address(es):
Main address: http://www.cerius.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.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
Contact person: Mikkel Karklinat
E-mail: mlk@andel.dk
Internet address(es):
Main address: http://www.radiuselnet.dk
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: Mikkel Karklinat
E-mail: mlk@andel.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=328184&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=328184&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:

Tender for an Asset Investment Planning System

Reference number: ESIN-2022-97305
II.1.2) Main CPV code
72200000 Software programming and consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description:

The tender concerns the procurement of an Asset Investment Planning system based on the CNAIM standard, as Software as a Service. The system is to manage assets related to electrical distribution in Cerius & Radius. The system will support a systematic approach with established calculation principles for tactical and strategic decisions. The process expected to follow in an Asset Investment Planning system is described as follows: - Calculating asset health, criticality, probability of failure and consequence of failure. - Generation of risk overview including monetized risk. - Modelling, optimisation and prioritisation of interventions. - OPEX/CAPEX forecast and creating reinvestment plans. - Validating and executing investment plans.

II.1.5) Estimated total value
Value excluding VAT: 20 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48100000 Industry specific software package
48900000 Miscellaneous software package and computer systems
48000000 Software package and information systems
II.2.3) Place of performance
NUTS code: DK02 Sjælland
Main site or place of performance:

Virum

II.2.4) Description of the procurement:

The tender concerns the procurement of an Asset Investment Planning system based on the CNAIM standard, as Software as a Service. The system is to manage assets related to electrical distribution in Cerius & Radius. The system will support a systematic approach with established calculation principles for tactical and strategic decisions. The process expected to follow in an Asset Investment Planning system is described as follows: - Calculating asset health, criticality, probability of failure and consequence of failure. - Generation of risk overview including monetized risk. - Modelling, optimisation and prioritisation of interventions. - OPEX/CAPEX forecast and creating reinvestment plans. - Validating and executing investment plans.

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: 20 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

The contract can be prolonged with 4x12 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:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have docu-mented the most relevant deliveries, see section III.1.3), of the services covered by the contract, see the descrip-tion in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made based on the extent to whether the references doc-ument experience with delivery of comparable services.

If there are more than five (5) candidates who meet the selection criteria, a selection will be made based on the following criteria, in prioritized order:

1) Experience in the implementation of the CNAIM standard in similar enterprise.

2) Number of different asset register categories implemented and operated according to CNAIM principles, with asset register categories as defined in CNAIM 2.1. (the two references with the most CNAIM asset register cate-gories summed up)

3) The total sum of the two (2) references with the highest contract sum

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

1) Functionalities for non-reinvestment projects and 2) Functionalities for planning for inspections and O&M interventions

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 candidate must submit the European Single Procurement Document ("ESPD") with the following infor-mation:

The candidate's solvency ratio in the latest financial year available

If the candidate relies on the economic and financial capacity of other entities in relation to fulfilment of the minimum requirements, see below, the contracting entity will require the candidate and the entities in ques-tion to undertake joint and several liability for the performance of the contract.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability require-ments in respect of economic and financial capacity.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:

A copy of most recent annual report/financial statement available. For groups of operators (e.g. a consorti-um), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other enti-ties must be provided as well.

Minimum level(s) of standards possibly required:

As a minimum requirement, a solvency ratio is required of at least 20 % in the most recent annual report/financial statement available. The solvency ratio is calculated as the operator’s total equity divided by the operator’s total as-sets, calculated as a percentage. The solvency ratio is thus calculated as (total equity/total assets) x 100 = solvency ratio. If the candidate relies on the capacity of other entities, the solvency ratio is calculated as the candidate's and such other entities’ total equity divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the equity to total assets ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD.

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

The candidate must submit the ESPD with the following information:

A list containing maximum 5, and minimum 2 of most significant comparable services, see sections II.1.4) and II.2.4), that the candidate has carried out in the last 3 years before the expiry of the application deadline. By similar companies are meant companies that operate with infrastructure in electricity distribution, have asset classes that are similar to Andel’s.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9) and in the evaluation of whether the minimum requirements with respect to technical and professional capacity have been complied with, see below. Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the deliveries made. The description of the de-livery should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the contract (amount), the date of delivery, the name of the cus-tomer (recipient), the number of different asset register categories implemented as defined in the CNAIM v2.1 principles and the total replacement value of the asset base.

When indicating the date of the delivery, the candidate is requested to indicate the date when the delivery was commenced and finalized. If this is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the candidate is asked to indicate in the description of the delivery how the date is specified.

No more than 5 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacities of other entities, or whether the candidate is a group of oper-ators (e.g. a consortium).

If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such services under the contract must be per-formed by the entity on which the candidate relies.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability require-ments in respect of technical and professional ability, see section III.1.3) and the candidate's compliance with the selection criterion, see section II.2.9).

Before the award decision is made, the tenderer to whom the contracting entity intends to award the con-tract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the ref-erence for confirmation of the information stated in the reference, including the dates of the reference indi-cated.

Minimum level(s) of standards possibly required:

It is a requirement that the applicant has experience in implementing and operating the system in a company similar to Andel within the last three (3) years, and have at least one reference with a replacement value of the asset base of minimum 5 billion DKK. By similar companies are meant companies that operate with infrastructure in electricity distribution.

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

Financing conditions and payment arrangements will be stated in the tender documents.

Reference is furthermore made to the electronic invoicing required and the option of electronic ordering pursu-ant to (Consolidated) Act no. 798 of 28 June 2007 on payment to public authorities, etc., as amended. The Con-solidated Act is available (in Danish) at www.retsinformation.dk.

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

No specific legal form is required.

If the contract is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.

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

The contract lays down requirements on compliance with the law on processing of personal data, including section 3(9) of the Danish Data Protection Act (databeskyttelsesloven) (the “war provision”)

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
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: 02/05/2022
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 10/05/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, 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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). For access to the tender documents, the candidate must be registered or register as a user.

If the application contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. The contracting entity would prefer that questions regarding prequalification are submitted within 21. April 2022 12.00 CEST.

Interested operators are requested to keep updated via the electronic tendering system.

The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. section 11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors (implementerings-bekendtgørelsen - “the Danish Implementing Order”). The ESPD is available via the electronic tendering sys-tem. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. Where the Candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The Candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacity of other entities, an ESPD must be submitted for and signed by each of the entities on which the candidate relies.

In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section III.1.2) and III.1.3), including for the purpose of selection, see section II.2.9). The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.

The candidate must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications.

The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, cf. section 10(1), para. (1) of the Danish Implementing Order, unless the candidate has submitted sufficient docu-mentation for its reliability in accordance with section 138 of the Danish Public Procurement Act, cf. section 10(1), para. (2) of the Danish Implementing Order.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Implementing Order (implementeringsbekendtgørelsen).

As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire term of the contract, including the price of all options. The estimate is based on market knowledge and previous experiences.

The contracting entity may ask the candidate to supplement, specify or complete the application pursuant to Article 76, para. (4) of the Utilities Directive if the application or tender does not meet the formal requirements of the tender documents.

For information on the process of the negotiations, reference is made to the tender specifications.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
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:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Ud-bud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Pro-curement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is ac-companied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Dan-ish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candi-dates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Dan-ish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the com-plainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see sec-tion 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

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:
01/04/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|