1.
Buyer
1.1.
Buyer
Official name
:
Energinet
Activity of the contracting entity
:
Electricity-related activities
2.
Procedure
2.1.
Procedure
Title
:
Framework Agreement regarding IT and OT resources
Description
:
Through the establishment of the present framework agreements, the Contracting Authority’s purpose of the tender is to find a strategic Supplier for each of the two (2) lots with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). - Lot 1 regards: Platform Service DevOps Engineers - Lot 2 regards: Infrastructure DevOps Engineers. Each lot will be awarded to one (1) Tenderer. The lots are individual framework agreements that do not depend on each other.
Procedure identifier
:
de626cea-ef5c-4884-9974-1c6fa28eed06
Previous notice
:
ee246f8f-a08a-437e-bbc3-241198b776e5-01
Internal identifier
:
23/14503
Type of procedure
:
Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated
:
no
2.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72000000
IT services: consulting, software development, Internet and support
Additional classification
(
cpv
):
72200000
Software programming and consultancy services
2.1.2.
Place of performance
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
2.1.3.
Value
Estimated value excluding VAT
:
21 600 000,00
EUR
Maximum value of the framework agreement
:
83 375 000,00
EUR
2.1.4.
General information
Call for competition is terminated
Legal basis
:
Directive 2014/25/EU
5.
Lot
5.1.
Lot
:
LOT-0001
Title
:
Framework Agreement regarding IT and OT resources - LOT 1
Description
:
Through the establishment of the present framework agreements, the Contracting Authority’s purpose of the tender is to find a strategic Supplier for each of the two (2) lots with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). Lot 1 regards: Platform Service DevOps Engineers Lot 2 regards: Infrastructure DevOps Engineers. Each lot will be awarded to one (1) Tenderer. The lots are individual framework agreements that do not depend on each other. The Tenderer can apply for prequalification for both lots or for one lot. Please note that there are individual criteria for suitability and selection see section 2.2 and 2.3 in the Tender Conditions. As a result thereof a Tenderer can be prequalified to submit a tender for both lots as well. There are no limits to how many lots can be won by one Tenderer. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension for 4x1 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1 in the Tender Conditions. The estimated consumption during the term of the framework agreements is expected to amount to: - Lot 1: EUR 14,040,000.00 - Lot 2: EUR 7,560,000.00 Maximum consumption pr. lot during the term of the framework agreements amounts to: - Lot 1: EUR 54,050,000.00 - Lot 2: EUR 29,325,000.00 The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreements and may in connection with single-standing purchases choose to tender these independently. The Contracting authority reserves the right to award the contracts under the present framework agreement as periodic contracts as defined in the preparatory work to article 97 of The Public Procurement Act (Act. No. 1564 of 15 December 2015). The award of a periodic contract entail that one supplier is chosen for a period of either 12, 24, 36 and 48 months (however no longer than 24 months after the expiry of the framework agreement) regarding the specified services under the frame agreement.”
Internal identifier
:
23/14503 - 363098 - LOT 1
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72000000
IT services: consulting, software development, Internet and support
Additional classification
(
cpv
):
72200000
Software programming and consultancy services
Options
:
Description of the options
:
The Framework Agreement can be extended 4 x 1 year
5.1.2.
Place of performance
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
4
The buyer reserves the right for additional purchases from the contractor, as described here
:
Options for extension: 4 x 1 year
5.1.5.
Value
Estimated value excluding VAT
:
14 040 000,00
EUR
Maximum value of the framework agreement
:
54 050 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
Please note that this is a negotiated procedure. There are no requirements as to the tenderer's legal form. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Annex II. Act no. 10 of 6/1/2023 (the Danish Tender Act) §134a, §135, subsec-tion 1-3 and §136. Applications that have not been submitted via EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Authority reserves the right to obtain additional, precise or supplementary information from the applicant. The Contracting Authority wishes to receive tenders in English. Any questions related to the application process must be submitted via EU Supply. All questions will be answered to the extent that is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published via EU Supply on an ongoing basis. Please note that the estimated value of the framework agreements is associated with uncertainty, which is why a significantly higher maximum value is stated, in order to make sure that the framework agreements will have effect throughout the entire contract period including options. Submitted tenders must be valid for a least 6 months. The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). Please note: - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candi-dates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned. Further where an applicant wants to rely on the capaci-ties of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation. - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted. Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
5.1.10.
Award criteria
Criterion
:
Type
:
Price
Name
:
Price
Description
:
See Tender Conditions
Weight (percentage, exact)
:
40
Criterion
:
Type
:
Quality
Name
:
Working Methodology
Description
:
See Tender Conditions
Weight (percentage, exact)
:
30
Criterion
:
Type
:
Quality
Name
:
Organization
Description
:
See Tender Conditions
Weight (percentage, exact)
:
20
Criterion
:
Type
:
Quality
Name
:
Collaboration
Description
:
See Tender Conditions
Weight (percentage, exact)
:
10
5.1.12.
Terms of procurement
Information about review deadlines
:
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 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.
5.1.15.
Techniques
Framework agreement
:
Framework agreement, without reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
Energinet
Organisation providing offline access to the procurement documents
:
Energinet
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
5.1.
Lot
:
LOT-0002
Title
:
Framework Agreement regarding IT and OT resources - LOT 2
Description
:
Through the establishment of the present framework agreements, the Contracting Authority’s purpose of the tender is to find a strategic Supplier for each of the two (2) lots with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). - Lot 1 regards: Platform Service DevOps Engineers - Lot 2 regards: Infrastructure DevOps Engineers. Each lot will be awarded to one (1) Tenderer. The lots are individual framework agreements that do not depend on each other. The Tenderer can apply for prequalification for both lots or for one lot. Please note that there are individual criteria for suitability and selection see section 2.2 and 2.3 in the Tender Conditions. As a result thereof a Tenderer can be prequalified to submit a tender for both lots as well. There are no limits to how many lots can be won by one Tenderer. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension for 4x1 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender, see section 4.1 in the Tender Conditions. The estimated consumption during the term of the framework agreements is expected to amount to: - Lot 1: EUR 14,040,000.00 - Lot 2: EUR 7,560,000.00 Maximum consumption pr. lot during the term of the framework agreements amounts to: - Lot 1: EUR 54,050,000.00 - Lot 2: EUR 29,325,000.00 The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreements and may in connection with single-standing purchases choose to tender these independently. The Contracting authority reserves the right to award the contracts under the present framework agreement as periodic contracts as defined in the preparatory work to article 97 of The Public Procurement Act (Act. No. 1564 of 15 December 2015). The award of a periodic contract entail that one supplier is chosen for a period of either 12, 24, 36 and 48 months (however no longer than 24 months after the expiry of the framework agreement) regarding the specified services under the frame agreement.”
Internal identifier
:
23/14503 - 363098 - LOT 2
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72000000
IT services: consulting, software development, Internet and support
Additional classification
(
cpv
):
72200000
Software programming and consultancy services
Options
:
Description of the options
:
The Framework Agreement can be extended 4 x 1 year
5.1.2.
Place of performance
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
5.1.3.
Estimated duration
Duration
:
4
Years
5.1.4.
Renewal
Maximum renewals
:
4
The buyer reserves the right for additional purchases from the contractor, as described here
:
Options for extension: 4 x 1 year
5.1.5.
Value
Estimated value excluding VAT
:
7 560 000,00
EUR
Maximum value of the framework agreement
:
29 325 000,00
EUR
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)
:
yes
Additional information
:
Please note that this is a negotiated procedure. There are no requirements as to the tenderer's legal form. The applicant must submit a completed version of the European Single Procurement Document (ESPD). The applicant must not be covered by the mandatory grounds for exclusion, cf. Annex II. Act no. 10 of 6/1/2023 (the Danish Tender Act) §134a, §135, subsec-tion 1-3 and §136. Applications that have not been submitted via EU-Supply or that are received after the deadline will generally not be accepted. The Contracting Authority reserves the right to obtain additional, precise or supplementary information from the applicant. The Contracting Authority wishes to receive tenders in English. Any questions related to the application process must be submitted via EU Supply. All questions will be answered to the extent that is possible to submit an answer no later than six calendar days before the application deadline. Questions and answers, as well as any corrections, will be published via EU Supply on an ongoing basis. Please note that the estimated value of the framework agreements is associated with uncertainty, which is why a significantly higher maximum value is stated, in order to make sure that the framework agreements will have effect throughout the entire contract period including options. Submitted tenders must be valid for a least 6 months. The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-supply. The ESPD must be completed in EU-Supply and submitted via “My Response”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority (www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). Please note: - An applicant participating on its own, but relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicants own ESPD together with a separate ESPD from each of the entities it relies on with a completed part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding part IV: “Selection criteria” and part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned. Further where an applicant wants to rely on the capaci-ties of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation. - Where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each of the participating economic operators must be submitted. Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.
5.1.10.
Award criteria
Criterion
:
Type
:
Price
Name
:
Price
Description
:
See Tender Conditions
Weight (percentage, exact)
:
40
Criterion
:
Type
:
Quality
Name
:
Working Methodology
Description
:
See Tender Conditions
Weight (percentage, exact)
:
30
Criterion
:
Type
:
Quality
Name
:
Organization
Description
:
See Tender Conditions
Weight (percentage, exact)
:
20
Criterion
:
Type
:
Quality
Name
:
Collaboration
Description
:
See Tender Conditions
Weight (percentage, exact)
:
10
5.1.12.
Terms of procurement
Information about review deadlines
:
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 Un-ion (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 au-thority has entered a contract based on a framework agreement through reopening of competition or a dynamic purchasing sys-tem, 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.
5.1.15.
Techniques
Framework agreement
:
Framework agreement, without reopening of competition
Information about the dynamic purchasing system
:
No dynamic purchase system
Electronic auction
:
no
5.1.16.
Further information, mediation and review
Review organisation
:
Klagenævnet for Udbud
Organisation providing additional information about the procurement procedure
:
Energinet
Organisation providing offline access to the procurement documents
:
Energinet
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
TED eSender
:
Mercell Holding ASA
6.
Results
6.1.
Result lot ldentifier
:
LOT-0001
Winner selection status
:
No winner was chosen and the competition is closed.
The reason why a winner was not chosen
:
Decision of the buyer, because of a change in needs
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
3
6.1.
Result lot ldentifier
:
LOT-0002
Winner selection status
:
No winner was chosen and the competition is closed.
The reason why a winner was not chosen
:
Decision of the buyer, because of a change in needs
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
3
8.
Organisations
8.1.
ORG-0001
Official name
:
Energinet
Registration number
:
28980671
Postal address
:
Tonne Kjærsvej 65
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
Contact point
:
Procurement - R
Telephone
:
+45 70102244
Roles of this organisation
:
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
8.1.
ORG-0002
Official name
:
Klagenævnet for Udbud
Registration number
:
37795526
Postal address
:
Nævnenes Hus, Toldboden 2
Town
:
Viborg
Postcode
:
8800
Country subdivision (NUTS)
:
Østjylland
(
DK042
)
Country
:
Denmark
Telephone
:
+45 72405708
Roles of this organisation
:
Review organisation
8.1.
ORG-0003
Official name
:
Konkurrence- og Forbrugerstyrelsen
Registration number
:
10294819
Postal address
:
Carl Jacobsen Vej 35
Town
:
Valby
Postcode
:
2500
Country subdivision (NUTS)
:
Byen København
(
DK011
)
Country
:
Denmark
Telephone
:
+45 41715000
Roles of this organisation
:
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name
:
Mercell Holding ASA
Registration number
:
980921565
Postal address
:
Askekroken 11
Town
:
Oslo
Postcode
:
0277
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
eSender
Telephone
:
+47 21018800
Fax
:
+47 21018801
Roles of this organisation
:
TED eSender
11.
Notice information
11.1.
Notice information
Notice identifier/version
:
debc9fe9-e4a5-432b-97a8-78e4225e314f
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
12/11/2024
07:50:56 (UTC)
Notice dispatch date (eSender)
:
12/11/2024
08:00:38 (UTC)
Languages in which this notice is officially available
:
English
11.2.
Publication information
Notice publication number
:
689704-2024
OJ S issue number
:
221/2024
Publication date
:
13/11/2024