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
Offentliggjort
07.02.2025
Udbudstype
Andre

Udbyder

Andel Holding A/S

Tender of contract regarding delivery of Workforce Management System


Andel Holding A/S

87115-2025 - Competition
Denmark – System and support services – Tender of contract regarding delivery of Workforce Management System
OJ S 27/2025 07/02/2025
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name Andel Holding A/S
Email abo@andel.dk
Legal type of the buyer Entity with special or exclusive rights
Activity of the contracting entity Electricity-related activities
2. Procedure
2.1.
Procedure
Title Tender of contract regarding delivery of Workforce Management System
Description The tender involves the delivery and implementation of a Workforce Management System (WMS) for the efficient planning, management, and optimization of the workforce. The system must handle work schedules, shift planning, competency tracking, and absence management, while integrating with existing SAP systems. The solution must be user-friendly, scalable, and comply with relevant regulations, including GDPR. The supplier will be responsible for consultancy, implementation, user training, as well as ongoing support and maintenance. The objective is to optimize resource utilization and facilitate data-driven decision-making in workforce management.
Procedure identifier b4dc116a-923b-4cd2-a3ca-27bdeee87add
Internal identifier 382684
Type of procedure Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated no
Main features of the procedure After receiving the initial offers, The Contracting Entity will arrange individual negotiation meetings with all bidders who have submitted an initial offer in time. The negotiations are carried out in accordance with the principle of equal treatment, and all tenderers are allocated the same time for negotiations with The Contracting Entity. Successive phases are not used in order to limit the number of offers to be negotiated. After the negotiations, The Contracting Entity can issue a revised tender document with a view to an additional initial or final offer. Tenderers will be informed of this at the same time with an invitation to submit an initial or final offer. The Contracting Entity reserves the right to award the contract on the basis of the initial offer or any subsequent initial offers. The Contracting Entity does not pay participation fees to the tenderers who participate in the entire tender process and submit a final conditional offer. The negotiation process is described in more detail in the tender specifications, appendix B - "Additional Information" and appendix C - "Negotiation plan".
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72250000   System and support services
Additional classification   ( cpv ):  72000000   IT services: consulting, software development, Internet and support, 72224100   System implementation planning services, 72263000   Software implementation services
2.1.2.
Place of performance
Country subdivision (NUTS) Østsjælland   ( DK021 )
Country Denmark
2.1.3.
Value
Estimated value excluding VAT 30 000 000,00   DKK
2.1.4.
General information
Additional information The applicant will be excluded from participation in the tendering procedure, if the Applicant is covered by the provisions in §§ 135 and 136 (1-3) of the Public Procurement Act which mentions mandatory reasons for exclusion, as well as the reasons for exclusion stated in § 137(1), no. 2 of the Public Procurement Act, cf. § 11 (1), no. 1 of the Implementing Order, unless the Applicant has submitted sufficient documentation regarding its reliability in accordance with § 138 of the Public Procurement Act, cf. Implementation Order § 11 (1), no. 2. The use of the voluntary grounds for exclusion is in compliance with the principle of proportionality. Trivial conditions cannot thus lead to exclusion of the Applicant. Several cases of conditions that are individually minor serious may however give rise to excluding the Applicant. Before the awarding decision the Applicant that the Ordering Party intends to award the contract to, must provide documentation for the information submitted in the ESPD according to §§ 150-155 of the Public Procurement Act, cf. Section 12 of the Implementing Order. Pursuant to § 152 (4) of the Public Procurement Act, cf. § 12 of the Implementing Order an Applicant who is included on an official list of approved financial actors, cf. § 156 of the Public Procurement Act, can submit a certificate of acceptance to the Contracting Entity issued by the competent authority. This certificate replaces the documentation mentioned in §§ 153-155, 157 and 158. 1st and 2nd point. The Contracting Entity can only accept certificate of inclusion on an official list from applicants and Applicants established in the country that maintains the official list.
Legal basis
Directive 2014/25/EU
Directive 2014/25/EU (the Utilities Directive)   - The Utilities Directive (Directive 2014/25/EU) has been implemented in Danish law by an executive order on the procedures for entering into contracts within water and energy supply, transport and postal services (Executive Order No. 1078 of 29 June 2022), which also contains supplementary provisions.
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that:a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria,b) It has withheld such information,c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, andd) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lot
5.1.
Lot LOT-0000
Title Tender of contract regarding delivery of Workforce Management System
Description The tender involves the delivery and implementation of a Workforce Management System (WMS) for the efficient planning, management, and optimization of the workforce. The system must handle work schedules, shift planning, competency tracking, and absence management, while integrating with existing SAP systems. The solution must be user-friendly, scalable, and comply with relevant regulations, including GDPR. The supplier will be responsible for consultancy, implementation, user training, as well as ongoing support and maintenance. The objective is to optimize resource utilization and facilitate data-driven decision-making in workforce management.
Internal identifier 382684
5.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ):  72250000   System and support services
Additional classification   ( cpv ):  72000000   IT services: consulting, software development, Internet and support, 72224100   System implementation planning services, 72263000   Software implementation services
5.1.2.
Place of performance
Country subdivision (NUTS) Østsjælland   ( DK021 )
Country Denmark
5.1.3.
Estimated duration
Duration 7   Years
5.1.4.
Renewal
Maximum renewals 3
The buyer reserves the right for additional purchases from the contractor, as described here The contract's ordinary duration is valid from 2026 to 2033. The contract can be extended beyond the ordinary period of 3x12 months until 2036 at the latest
5.1.5.
Value
Estimated value excluding VAT 30 000 000,00   DKK
5.1.6.
General information
Reserved participation Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) no
Additional information The applicant will be excluded from participation in the tendering procedure, if the Applicant is covered by the provisions in §§ 135 and 136 (1-3) of the Public Procurement Act which mentions mandatory reasons for exclusion, as well as the reasons for exclusion stated in § 137(1), no. 2 of the Public Procurement Act, cf. § 11 (1), no. 1 of the Implementing Order, unless the Applicant has submitted sufficient documentation regarding its reliability in accordance with § 138 of the Public Procurement Act, cf. Implementation Order § 11 (1), no. 2. The use of the voluntary grounds for exclusion is in compliance with the principle of proportionality. Trivial conditions cannot thus lead to exclusion of the Applicant. Several cases of conditions that are individually minor serious may however give rise to excluding the Applicant. Before the awarding decision the Applicant that the Ordering Party intends to award the contract to, must provide documentation for the information submitted in the ESPD according to §§ 150-155 of the Public Procurement Act, cf. Section 12 of the Implementing Order. Pursuant to § 152 (4) of the Public Procurement Act, cf. § 12 of the Implementing Order an Applicant who is included on an official list of approved financial actors, cf. § 156 of the Public Procurement Act, can submit a certificate of acceptance to the Contracting Entity issued by the competent authority. This certificate replaces the documentation mentioned in §§ 153-155, 157 and 158. 1st and 2nd point. The Contracting Entity can only accept certificate of inclusion on an official list from applicants and Applicants established in the country that maintains the official list.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Other economic or financial requirements
Description It is a minimum requirement for prequalification that the Tenderer has had a degree of solidity of at least 20 % in each of the 3 most recent annual accounts.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name References
Description It is a minimum requirement for prequalification that the Tenderer provides a minimum of 3 and a maximum of 5 references of comparable contracts. The end date of a contract must not be more than 3 years from the date of publication of this tender. Comparable contracts means contracts of similar financial value, where a tenderer has implemented a workforce management system that supported at least 100 field service technicians. In the event that there are more than 5 eligible applicants, a selection process will be conducted to prequalify 5 applicants. The selection will be made based on the following criteria: The most relevant and comparable experience in implementation of a workforce management system for a customer in the utility sector. It will be weighted positively if the implementation process was similar to the one specified in this tender.
Use of this criterion Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing 5
Information about the second stage of a two-stage procedure
Minimum number of candidates to be invited for the second stage of the procedure 3
Maximum number of candidates to be invited for the second stage of the procedure 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated
5.1.10.
Award criteria
Criterion
Type Price
Name Price
Description The total evaluation technical price is calculated on the basis of the completed price list in appendix 1.1.
Weight (percentage, exact) 20

Criterion
Type Quality
Name Quality
Description The quality of the offered solution is assessed based on the documents mentioned in tender specifications, appendix A - "Tender Evaluation", section 2.3. The sub-criteria "Quality" is divided into two sub-sub criterias: • Functional requirements (50 %) • Non functional requirements (50 %)
Weight (percentage, exact) 30

Criterion
Type Quality
Name Implementation
Description The sub-criteria "Implementation" is assessed based on the documents mentioned in tender specifications, appendix A - "Tender Evaluation", section 2.4. The sub-criteria "Implementation" is divided into two sub-sub criterias: • The Tenderer’s offered implementation plan (60 %) • The allocated project team during the implementation (40 %).
Weight (percentage, exact) 50
5.1.11.
Procurement documents
Address of the procurement documents https://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=422544&B=
5.1.12.
Terms of procurement
Terms of submission
Electronic submission Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue Not allowed
Variants Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of requests to participate 10/03/2025   22:59:00 (UTC)
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmes No
Conditions relating to the performance of the contract According to the Investment Screening Act (https://www.retsinformation.dk/eli/lta/2021/842) economic operators, i) who are domiciled outside the EU or EFTA, or ii) which is under the control of or subject to significant influence as defined in law by a company resident or a citizen from a country outside the EU or EFTA, must apply The Danish Business Authority for permission to enter into a "special financial agreement" within a particularly sensitive sector or activity. The ordering party considers that the conclusion of the framework agreement may be subject to requirements for permission. The tenderer should clarify whether the applicant's conclusion of the agreement will be covered by such a requirement. Find out more about this at https://erhvervsstyrelsen.dk/aftaler-omfattet-afinvesteringsscreeningsloven.
Legal form that must be taken by a group of tenderers that is awarded a contract If the contract is awarded to an association of economic actors (e.g. a consortium), the participants in the association must assume joint and several liability and appoint a joint representative.
Financial arrangement Finance- and payment terms are stated in the tender material.
Information about review deadlines In accordance with the Act on the enforcement of the tendering rules, etc. (the act can be downloaded from www.retsinformation.dk), the following deadlines for submitting complaints are accepted: Complaints about not being prequalified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after the day on which The Contracting Entity has sent a notification to the affected applicants about who has been prequalified, if the notification has provided a brief statement of the relevant reasons for the decision. In other situations, complaints about tenders must be submitted to the Complaints Board for Tenders before: 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 counted from the day after the day on which the order has been published. 2) 30 calendar days counted from the day after the day on which The Contracting Entity has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic procurement system has been entered into, if the notification has provided a brief statement of the relevant reasons for the decision. 3) 6 months after The Contracting Entity has entered into a framework agreement, counted from the day after the day on which The Contracting Entity has notified the affected applicants and tenderers, cf. Section 2, subsection 2, or § 171, subsection of the Public Procurement Act. 4. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify The Contracting Entity in writing that the complaint has been submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period, cf. section 3 of the Act, subsection 1. In cases where the complaint has not been lodged during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. § 12, subsection of the Act 1. The e-mail address of the Complaints Board for Tenders is given in point VI.4.1.
5.1.15.
Techniques
Framework agreement No framework agreement
Information about the dynamic purchasing system No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævn for udbud
Organisation providing additional information about the procurement procedure Andel Holding A/S
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name Andel Holding A/S
Registration number 25784413
Department Koncernindkøb
Postal address Hovedgaden 36    
Town Svinninge
Postcode 4520
Country subdivision (NUTS) Vest- og Sydsjælland   ( DK022 )
Country Denmark
Contact point Adrian Bozorgi
Email abo@andel.dk
Telephone +45 70292900
Internet address https://andel.dk/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
8.1.
ORG-0002
Official name Klagenævn for udbud
Registration number 37795526
Postal address Nævnenes Hus, Toldboden 2    
Town Viborg
Postcode 8800
Country subdivision (NUTS) Vestjylland   ( DK041 )
Country Denmark
Telephone +45 72405600
Internet address http://www.klfu.dk
Roles of this organisation
Review organisation
8.1.
ORG-0003
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
Internet address http://mercell.com/
Roles of this organisation
TED eSender
11. Notice information
11.1.
Notice information
Notice identifier/version 3dd00e92-357f-48a9-b5be-d338e91c59e4   -   01
Form type Competition
Notice type Contract or concession notice – standard regime
Notice subtype 17
Notice dispatch date 06/02/2025   12:49:56 (UTC)
Notice dispatch date (eSender) 06/02/2025   12:51:24 (UTC)
Languages in which this notice is officially available English
11.2.
Publication information
Notice publication number 87115-2025
OJ S issue number 27/2025
Publication date 07/02/2025
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web04