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 192-545452
Offentliggjort
05.10.2022
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

Opdateringer

Rettelse
(10.10.2022)

IV.2.2
Placing the text to be modified:Date
instead of:
Date: 03-10-2022
Time: 09:00
Read:
Date: 06-11-2022
Time: 16:00

Framework Agreement for Software Sourcing Service


Ørsted Services A/S

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Ørsted Services A/S
National registration number: 27446485
Postal address: Kraftværksvej 53
Town: Fredericia
NUTS code: DK0 Danmark
Postal code: Skærbæk 7000
Country: Denmark
Contact person: Kasper Munk
E-mail: KASMU@ORSTED.com
Internet address(es):
Main address: www.orsted.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.orstedprocurement.com/go/4364628001838D416CA3
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.orstedprocurement.com/go/4364628001838D416CA3
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

Framework Agreement for Software Sourcing Service

II.1.2) Main CPV code
72268000 Software supply services
II.1.3) Type of contract
Services
II.1.4) Short description:

This tender is for a supplier who can support the handling of different kinds of standard tier 2 and tier 3 software (standard software with no implementation, support except what is included in license fee, and a low unit cost) and SaaS products which also includes a large number of technical engineering soft-ware. The supplier should ensure relevant entitlement data is transferred into Snow. As a part of this service, the supplier should act as a reseller of the software and SaaS products.

II.1.5) Estimated total value
Value excluding VAT: 40 300 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
48000000 Software package and information systems
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

This tender is for a supplier who can support the handling of different kinds of standard tier 2 and tier 3 software (standard software with no implementation, support and a low unit cost) and SaaS products which also includes a large number of technical engineering soft-ware. The supplier should ensure relevant entitlement data is transferred into Snow. As a part of this service, the supplier should act as a reseller of the software and SaaS products.

With this tender, we seek to significantly improve our processes around handling software purchases preferable via an online portal as well as contract lifecycle management for our tier 2 and tier 3 software. This is done by:

Enable automation of the flow of entitlements data into Snow

Easy access to information on available Standard Software and SaaS products

Consolidating the majority purchase of tier 2 and tier 3 software to one single re-seller

Decrease audit risks and avoid over licensing to optimize Contracting Entity’s li-cense cost

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: 40 300 000.00 EUR
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:

Frame Agreement can be renewed by Contacting entity 3*12 months

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

If the number of Applicants applying for prequalification exceeds the number set out above, prequalification will be based on an evaluation of the following criteria with the weights specified below:

Economic and financial capacity 30 %

Experience 70 %

The evaluation of the Applicant’s economic and financial capacity will be based upon the information submitted and will be an overall assessment of the following three areas (in prioritized order):

(a) Solvency

(b) Liquidity

(c) Profitability

The Applicant’s experience will be based on the information submitted in accordance with Section 3.5.1 of the Prequalification Notice and will be an overall assessment of:

(a) Similarity to the Contract, including purchase volume and experience with integration to software asset management tools in general. Experience with integration with Snow will be considered especially positive.

(b) It will be considered positive if the references show experience with delivering software asset management service.

(c) It will be considered positive if the references show experience with resell of a variety of software.

(d) The referenced service is delivered to a customer similar to Contracting Entity in size, global reach and complexity of company structure.

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

Contracting entity has the option to purchase additional consultancy hours on hourly basis.

II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

If the number of Applicants applying for prequalification exceeds 4, prequalification will be based on an evaluation of the following criteria with the weights specified below:

Economic and financial capacity (see section 3.4 of the Prequalification Notice)

30 %

Experience (see section 3.5 of the Prequalification Notice)

70 %

III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

Applicants shall fill out the eESPD document via the Contracting Entity’s online sourcing platform Ørsted Procurement Portal using the available eESPD-file. The eESPD is a generic application from to be used by Applicants in EU tenders.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/10/2022
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/10/2022
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: 3 (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 payment will be used
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud, Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the Contracting Entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the Contracting Entity in writing of the filing at the latest when complaint is filed

VI.4.4) Service from which information about the review procedure may be obtained
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: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
30/09/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.046|instance-web04