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
2015/S 250-459613
Offentliggjort
28.12.2015

Udbyder

DONG Energy Oil & Gas A/S

Vindere

(17.08.2016)
Pipeline Software Inc
2850 Red Hill Avenue, Suite 110
CA 92705 Santa Ana

Software programming and consultancy services


DONG Energy Oil & Gas A/S

Contract notice – utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

DONG Energy Oil & Gas A/S
Kraftværksvej 53
Contact point(s): IT Procurement
For the attention of: Contract Manager, Jesper Hornstrup Dahl
7000 Fredericia
DENMARK
Telephone: +45 99559273
E-mail: jehda@dongenergy.dk

Internet address(es):

General address of the contracting entity: http://www.dongenergy.com

Electronic access to information: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=154776&ccsum=c6746f80fcc43fca36a1c3475ad4aa84

Electronic submission of tenders and requests to participate: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=154776&ccsum=c6746f80fcc43fca36a1c3475ad4aa84

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Main activity
Production, transport and distribution of gas and heat
Electricity
Exploration and extraction of gas and oil
I.3) Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting entity:
Oracle Primavera Application Services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code DK0

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
DONG Energy Group is one of the leading energy groups in Northern Europe. DONG Energy Group's business is based on procuring, producing, distributing and trading a broad spectrum of commodities across the entire energy supply chain in Northern Europe. DONG Energy Oil & Gas A/S is a part of DONG Energy Group and intend to enter into an agreement on Oracle Primavera Support and Maintenance Services and therefore publish this Contract Notice in order to select the suppliers invited to participate in the tender.
DONG Energy IT is a part of DONG Energy Oil & Gas A/S. DONG Energy IT is looking for an Application Services supplier that can assist the internal Department ‘ERP Logistics’ in carrying out tasks within DONG Energy's Primavera Suite used in the Business Units Exploration and Production and Wind Power. At the moment, the Primavera Suite consists of Primavera P6 EPPM, Primavera Analytics, ETL Tool – Extract, Transport and Load of P6 EPPM data to Primavera Analytics, Primavera BI-publisher, Primavera Risk Analysis and Maxavera integration tools.
The overall Application Services Agreement consist of the following categories:
1. An Application Support Services covering Application Support Standby availability and Application Support Incident Management on 2nd and 3rd level. It will be required by the supplier that it will be able to handle 2nd and 3rd level incident management with a standby availability 24/7.
2. An Application Development Services covering changes, enhancement and project work on an ad hoc basis. The supplier will be required to be able to deliver scalable Application Development Services on site at DONG Energy's locations in Denmark.
II.1.6) Common procurement vocabulary (CPV)

72200000, 72212517, 72261000, 72266000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Information about lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be published in tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Participants in a Consortium will have joint liability. A single point of contact (responsible person) for the Consortium should be stated clearly.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: In order to be pre-qualified to participate in this tender, the Candidates must submit a signed solemn declaration which will be considered as proof that Candidates is not in any of the situations stated below:
1) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an agreement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
2) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsary winding up or administration by the court or of an arrangement with creditors or any other similar proceedings under national laws and regulations;
3) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
4) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Entity;
5) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the Contracting Entity.
A template of such a solemn declaration can be found at the Electronic Access Point listed above.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates must submit the following information and formalities necessary for evaluating if the requirements are met:
— Candidates financial and economic capacity in the form of overall turnover for the past 2 years, plus equity, liabilities and pre-tax profits for the most recent available accounting years.
— The Candidates shall submit the most recent audited annual accounts (dated and signed by the accountant). The latest Annual Accounts containing the previous year will also be accepted.
— If the Candidate is a newly established entity and therefore cannot provide 2 years of Annual Accounts the Candidate will have to submit its latest Annual Accounts or Opening Balance.
— If the Candidate wishes to improve its economic and financial assessment by submitting a Letter of Support, an authorized signatory from the supporting legal entity will have to sign the Letter of Support. If a Letter of Support is submitted the assessment of the economic and financial standing of the Candidate will be based on the information about both entities. In such case, the annual accounts of the other legal entity for the previous two years should be submitted. If the other legal entity is a parent company to the Candidate it is possible to submit consolidated accounts instead of annual accounts.
— If a consortium applies for pre-qualification, the information above must be submitted for each member of the consortium.
The Candidate must document the following required minimum level(s) of economic and financial ability in order to be qualified:
— Minimum turnover of DKK 20 (twenty) million in the last fiscal year.
— Minimum total assets of DKK 1 (one) million in the last fiscal year.
— Minimum equity of DKK 10 (ten) million in the last fiscal year.
— A liquidity ratio above 1 (one) in last fiscal year.
Information about the Candidate:
The Candidate shall submit a description of ownership and corporate structure. If the Candidate is a subsidiary,
the Candidate shall submit the name of the highest possible group parent – being an entity directly or indirectly controlling more than 50 % of the Candidate.
A ‘Letter of Support’ template can be found at the Electronic Access Point listed above.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The Candidates must submit the following information and formalities relating to the Candidate's Technical capacity:
A list of up to 5 (five) references of the best and most relevant deliveries within the scope of this Contract Notice. The deliveries must still be delivered or completed within the last 3 (three) years from the date of this Contract Notice.
Please note that the number of Candidates invited to submit a tender will be limited to a maximum of 5 (five). Selection of Candidates will be based on an evaluation of the Candidate's Technical Capacity in accordance with the procedure described under section VI.3 in this notice.
The reference list should include the customer name, location, sector, scope of delivery and a description of the experience with reference to the Selection Criteria listed in section VI.3 in this notice.
A ‘References’ template can be found at the Electronic Access Point listed above.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting entity:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents (except for a DPS)
IV.3.4) Time limit for receipt of tenders or requests to participate
22.1.2016 - 15:00
IV.3.5) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6) Minimum time frame during which the tenderer must maintain the tender
IV.3.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
A maximum of 5 (five) Candidates will be pre-qualified for the negotiated tender procedure. If the number of Candidates requesting prequalification exceeds 5 (five), the Contracting Entity will prequalify Candidates on the basis of an evaluation of each Candidate's technical ability/professional ability. The Contracting Entity will prequalify up to 5 (five) of the best Candidates among the compliant requests.
The assessment regarding the Candidate's technical ability will be based upon the submitted references. The evaluation of the submitted references (maximum 5) will be based on the following selection criteria:
The selection will be based on a overall assessment of the submitted references documenting the Candidate's technical capacity within Primavera Application Services, by use of the following selection criteria (equal weight):
Relevant Primavera Application Services experience:
The Candidate's documented experience from performing Application Support and Application Development as described in this contract notice section II.1.5, within the areas listed as a part of DONG Energy's Primavera Suite. The overall submitted references will be considered very good, if the Candidate can provide 5 (five) references containing substantial Primavera Support and Application Development Services for a period of at least three consecutive years.
Customer Satisfaction and KPI Compliance:
The Candidate's documented level of Customer Satisfaction and/or documented level of KPI compliance – as agreed with the customer – relating to delivery of Primavera Application Services in the submitted references. The overall submitted references will be considered very good, if the Candidate – on all submitted references – can document a high level of KPI compliance – as agreed with the customer – and a high level of Customer Satisfaction measured by a neutral third party.
Documented Business Value creation:
The Candidate's documented ability to create value for the customer by realizing the customers' business cases or similar document. The overall submitted references will be considered very good, if the Candidate – on all submitted references – can document value creation as agreed with the customer and/or subsequently measured by a neutral third party.
The Contracting Entity reserves the right – subject to the principles of equal treatment and transparency – to request a Candidate to submit missing or insufficient information according to section III.2.1), III.2.2) and III.2.3) or, if applicable, to use information already in the Contracting entity's possession; or obtain such information provided it is publicly available. However, the contracting entity is not obliged to do so.
**
Candidates are advised to show their interest in this tender, by using the link to eSourcing system, listed in section I.1 (Electronic submission of tenders and requests to participate). Candidates who are not yet registered in eSourcing system may create an account to be able to enter the tender information. All questions related to registration to eSourcing system can be forwarded directly to Contracting Authority's contact person listed in section I.1. All communication regarding this Contract Noticed will be through eSourcing system. The Contracting Entity will in an anonymized way forward all questions and answers to all candidates that have shown their interest.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: Deadlines for submitting a complaint appears in Act no. 492 of 12.5.2010 (Lov om håndhævelse af udbudsreglerne m.v.).
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
Carls Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
23.12.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|