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
2016/S 241-439877
Offentliggjort
14.12.2016
Udbudstype
Udbud efter forhandling

Udbyder

DONG Energy Oil and Gas A/S

Microsoft Project Server Application Services


DONG Energy Oil and Gas A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DONG Energy Oil and Gas A/S
27446485
Kraftværksvej 53
Fredericia
7000
Denmark
Contact person: Maria Kannov
Telephone: +45 99554156
E-mail: makan@dongenergy.dk
NUTS code: DK0

Internet address(es):

Main address: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=187177&ccsum=20df2e0e0718a044d94b904a57450e00

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=187177&ccsum=20df2e0e0718a044d94b904a57450e00
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=187177&ccsum=20df2e0e0718a044d94b904a57450e00
I.6) Main activity
Electricity

Section II: Object

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

Microsoft Project Server Application Services.

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

At the moment, DONG Energy's Microsoft Project Server and UMT360 Suite consists of Microsoft Project Server 2013, SharePoint 2010 and SharePoint 2013, UMT360 and Microsoft Reporting Server.

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 on week days between 8 am and 5 pm.

2. An Application Development Services covering changes, enhancement and project work on an ad hoc basis. The supplier will be required to deliver scalable Application Development Services on site at DONG Energy's locations in Denmark.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
72416000
72200000
72260000
72261000
72262000
II.2.3) Place of performance
NUTS code: DK0
Main site or place of performance:

DONG Energy

Nesa Allé 1

2820 Gentofte

Denmark.

II.2.4) Description of the procurement:

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 on week days between 8:00 and 17:00

2. An Application Development Services covering changes, enhancement and project work on an ad hoc basis. The supplier will be required to deliver scalable Application Development Services on site at DONG Energy's locations in Denmark.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Service Quality / Weighting: 50
Price - Weighting: 50
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/03/2017
End: 03/01/2020
This contract is subject to renewal: yes
Description of renewals:

Term of the Application Service Agreement: 3 (three) years from the Commencement of the Consultancy Services with a possibility to extend two times for 12 months period.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
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
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Candidates must submit the following information and formalities necessary for evaluating if the requirements are met:

A. Candidate's 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.

B. A Candidate shall submit the most recent audited annual accounts.

NOTE: 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.

C. 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.

If a 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 must 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.

The Candidate is encouraged to have the financially strongest possible parent or associated company include a document (Letter of Support) stating that they will issue a Parent Company Guarantee / Performance Guarantee at a later stage.

NOTE: A ‘Letter of Support’ template can be requested from the Contracting Entity.

If a consortium applies for pre-qualification, the information above must be submitted for each member of the consortium.

Minimum level(s) of standards possibly required:

— Minimum turnover of DKK 10 000 000 in the last fiscal year.

— Minimum total assets of DKK 1 000 000 in the last fiscal year

— Minimum equity of DKK 5 000 000in the last fiscal year.

— A liquidity ratio above 1 (one) in last fiscal year.

DONG Energy will reject all applications from Candidates that do not reach the minimum levels of standards, i.e. such candidates will not be prequalified and will not be invited to submit their tender.

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

Candidates must submit the following information and formalities necessary for evaluating, if the minimum requirements are met:

— Detailed reference list of significant completed or on-going relevant deliveries made by the Candidate within the last 3 years similar to the services covered by this tender. The reference list should include the customer name and contact information, location, sector, scope and detailed project information (period of delivery, project contact information, etc.). The list shall include up to 3 (three) references. DONG Energy reserves the right to contact the submitted references in order to check whether the provided information is correct.

The prequalification selection will be based on an overall assessment of the submitted references documenting the Candidate's technical capacity within Microsoft Project Server Application Services, by use of the following selection criteria:

— Relevant Microsoft Project Server Application Services experience. The Candidate's documented experience from performing Application Support and Application Development as described in this contract notice, within the areas listed as a part of DONG Energy's Microsoft Project Server. The overall submitted references will be considered very good, if the Candidate can provide 3 (three) references containing substantial Microsoft Project Server Application Support and Application Development Services for a period of at least three consecutive years.

— Relevant Microsoft Project Server Application Support experience. The Candidates' documented experience from performing support on MSPS. It will be considered very good, if the Candidate can document references working with the MSPS 2013 and UMT360 setup and working with application support on the MSPS and UMT360 setup. References lasting at least 4 years, which include configuration and customization of the MSPS and UMT360 setup and ensuring stable operation, will be considered good.

— Relevant Microsoft Project Server Application Development experience. The Candidates' documented references from development on MSPS. It will be considered very good if the Candidate can provide a proven track record of the candidates' previous experience with Application Development. A good proven track record is when the Candidate can document developing and customizing MSPS for at least 4 years.

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

Please remember to submit the information for participation in the European Singe Procurement Document (ESPD), which will be available with the other Tender documents. Please note that Part III: Exclusion Grounds A and B in the ESPD do not apply to this contract notice.

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/01/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

It is important for DONG Energy that the service provider will be able to provide services on site in DONG Energy offices in Greater Copenhagen area. Accordingly, DONG Energy requests Candidates to submit a written confirmation that the supplier will be able to provide consultancy services on site (i.e. in DONG Energy offices in greater Copenhagen area) in case it will win the tender. If a Candidate does not provide such written confirmation, DONG Energy will consider rejecting the application.

Maximum three (3) Candidates will be pre-qualified for the tender procedure based on the results of the prequalification.

If the number of Candidates applying for pre-qualification exceeds 3 (three), the Contracting Entity will perform the prequalification on the basis of an evaluation of each Candidate's respective economic and financial standing as well as technical ability/professional ability. Based on such evaluation, the 3 (three) best Candidates will be pre-qualified.

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.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfs.dk

Internet address:http://www.kfst.dk/

VI.5) Date of dispatch of this notice:
09/12/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|