1.
Buyer
1.1.
Buyer
Official name
:
Energinet Systemansvar A/S
Legal type of the buyer
:
Public undertaking
Activity of the contracting entity
:
Electricity-related activities
1.1.
Buyer
Official name
:
Fingrid Oyj
Legal type of the buyer
:
Public undertaking
Activity of the contracting entity
:
Electricity-related activities
1.1.
Buyer
Official name
:
Statnett SF
Legal type of the buyer
:
Public undertaking
Activity of the contracting entity
:
Electricity-related activities
1.1.
Buyer
Official name
:
Svenske kraftnät
Legal type of the buyer
:
Public undertaking
Activity of the contracting entity
:
Electricity-related activities
2.
Procedure
2.1.
Procedure
Title
:
Application Management for Nordic Unavailability Collection System
Description
:
Nordic Unavailability System (NUCS) is an application owned by the Nordic Transmission System Operators and used for publishing information to the electricity markets as required by the regulators. The Contracting Authority wants to purchase Application Management Services for NUCS. The services include taking over from the current supplier and provide the following services for the NUCS application: • Development • Maintenance • Operations, including hosting • Support For further details regarding the purchase, reference is made to the tender documents. The tendered contract has a duration of five years. The contract can be extended three times by 12 months for a total of 3 years. The value of the contract is expected to amount to between 4,000,000 and 7,000,000 euros.
Procedure identifier
:
bcaab2e1-1609-4bcc-9155-c11026c0442a
Previous notice
:
77f3c257-69a9-44c5-80c7-83c7b5e2445a-01
Internal identifier
:
24/07568
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
:
The tenders submitted must be valid for a period of 6 months from the specified time limit for the submission of tenders. If the tenderer during the negotiation phase, prepares and submits revised tenders, such tenders must also be valid for the period of 6 months from the specified time limit for these revised tenders.
2.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72230000
Custom software development services
Additional classification
(
cpv
):
72000000
IT services: consulting, software development, Internet and support,
72250000
System and support services,
72260000
Software-related services
2.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Denmark - Sweden - Norway - Finland
2.1.3.
Value
Estimated value excluding VAT
:
7 000 000,00
EUR
2.1.4.
General information
Call for competition is terminated
Additional information
:
It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note: An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
Legal basis
:
Directive 2014/25/EU
Applicable cross-border law
:
Danish law
5.
Lot
5.1.
Lot
:
LOT-0000
Title
:
Application Management for Nordic Unavailability Collection System
Description
:
Nordic Unavailability System (NUCS) is an application owned by the Nordic Transmission System Operators and used for publishing information to the electricity markets as required by the regulators. The Contracting Authority wants to purchase Application Management Services for NUCS. The services include taking over from the current supplier and provide the following services for the NUCS application: • Development • Maintenance • Operations, including hosting • Support For further details regarding the purchase, reference is made to the tender documents. The tendered contract has a duration of five years. The contract can be extended three times by 12 months for a total of 3 years. The value of the contract is expected to amount to between 4,000,000 and 7,000,000 euros.
Internal identifier
:
24/07568
5.1.1.
Purpose
Main nature of the contract
:
Services
Main classification
(
cpv
):
72230000
Custom software development services
Additional classification
(
cpv
):
72000000
IT services: consulting, software development, Internet and support,
72250000
System and support services,
72260000
Software-related services
5.1.2.
Place of performance
Country
:
Denmark
Anywhere in the given country
Additional information
:
Denmark - Sweden - Norway - Finland
5.1.3.
Estimated duration
Duration
:
5
Years
5.1.4.
Renewal
Maximum renewals
:
3
Other information about renewals
:
Three times by 12 months for a total of 3 years.
5.1.5.
Value
Estimated value excluding VAT
:
7 000 000,00
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
:
It should be noted that this is a negotiated procedure. With the exception of basic elements, changes may be made to tender documents and their contents as a consequence as part of the negotiation process. The tenderer's legal form is not required. If you wish to apply to participate in this tender process, the corresponding ESPD must be filled in. The ESPD for this tender process can be found in EU-Supply. The ESPD must be filled in in EU-Supply, after which it is submitted via "My answer". Guidelines for completing the ESPD can be found on the website of the Konkurrence- og Forbrugerstyrelsen, www.kfst.dk (The contracting entity does not take responsibility for the content of the guidance). Please note: An applicant who participates alone, but relies on the capacity of one or more other entities (e.g. a parent company or sister company or subcontractor) shall ensure that the application is accompanied by both the applicant's own ESPD and a separate ESPD for each entity on which it wishes to rely, with a completed Part II "Information on the economic operator" and Part III "Grounds for exclusion" as well as relevant information concerning Part IV "Selection criteria" and Part V: "Limiting the number of qualified applicants". The attached ESPD from those other entities should be duly completed and signed. In addition, the submission of final evidence must also be accompanied by evidence of the commitment of these entities/subcontractors in this respect in the form of a statement of support. - Where groups of economic operators, including temporary associations, apply together, a full ESPD shall be filled in separately for each participating economic operator containing the required information. The final documentation must also be accompanied by a Consortium Declaration, by which the parties declare to be a consortium or other form of association jointly and severally, unconditionally, and directly liable for the fulfilment of the contract tendered.
5.1.10.
Award criteria
Criterion:
Type:
Price
Name
:
Price
Description
:
See Tender Conditions
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
30,00
Criterion:
Type:
Quality
Name
:
Quality of Services
Description
:
See Tender Conditions
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
35,00
Criterion:
Type:
Quality
Name
:
Quality of Cooperation
Description
:
See Tender Conditions
Category of award weight criterion:
Weight (percentage, exact)
Award criterion number
:
35,00
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
:
Klagenævnet for Udbud
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.
Organisation providing additional information about the procurement procedure
:
Energinet Systemansvar A/S
Organisation providing offline access to the procurement documents
:
Energinet Systemansvar A/S
Organisation providing more information on the review procedures
:
Konkurrence- og Forbrugerstyrelsen
Organisation signing the contract
:
Energinet Systemansvar A/S
TED eSender
:
Mercell Holding ASA
6.
Results
Value of all contracts awarded in this notice
:
4 715 560,00
EUR
6.1.
Result lot ldentifier
:
LOT-0000
Winner selection status
:
At least one winner was chosen.
6.1.2.
Information about winners
Winner
:
Leader of tendering party
:
Unicorn Systems a.s.
Official name
:
Unicorn Market Systems a.s.
Tender
:
Tender identifier
:
Application Management for Nordic Unavailability Collection System - Unicorn Systems a.s.
Identifier of lot or group of lots
:
LOT-0000
Value of the tender
:
4 715 560,00
EUR
Concession value:
The tender is a variant
:
no
Country of origin of the product or the service
:
Czechia
Subcontracting
:
No
Contract information:
Identifier of the contract
:
Application Management for Nordic Unavailability Collection System - Unicorn Systems a.s.
Date of the conclusion of the contract
:
16/06/2025
Organisation signing the contract
:
Energinet Systemansvar A/S
6.1.4.
Statistical information
:
Received tenders or requests to participate
:
Type of received submissions
:
Tenders
Number of tenders or requests to participate received
:
2
Type of received submissions
:
Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received
:
1
Range of tenders
:
Value of the lowest admissible tender
:
4 715 560,00
EUR
Value of the highest admissible tender
:
7 033 760,00
EUR
8.
Organisations
8.1.
ORG-0001
Official name
:
Energinet Systemansvar A/S
Registration number
:
39314959
Postal address
:
Tonne Kjærsvej 65
Town
:
Fredericia
Postcode
:
7000
Country subdivision (NUTS)
:
Sydjylland
(
DK032
)
Country
:
Denmark
Contact point
:
Procurement - K
Telephone
:
+45 70102244
Roles of this organisation
:
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
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
:
Fingrid Oyj
Registration number
:
10728943
Postal address
:
Läkkisepäntie 21
Town
:
Helsinki
Postcode
:
00620
Country subdivision (NUTS)
:
Helsinki-Uusimaa
(
FI1B1
)
Country
:
Finland
Contact point
:
Procurement - K
Telephone
:
+45 70102244
Roles of this organisation
:
Buyer
8.1.
ORG-0005
Official name
:
Statnett SF
Registration number
:
NO 962 986 633 MVA
Postal address
:
Nydalen Allé 33
Town
:
Oslo
Postcode
:
0484
Country subdivision (NUTS)
:
Oslo
(
NO081
)
Country
:
Norway
Contact point
:
Procurement - K
Telephone
:
70102244
Roles of this organisation
:
Buyer
8.1.
ORG-0006
Official name
:
Svenske kraftnät
Registration number
:
202100-4284
Postal address
:
Sturegatan 1,
Town
:
Sundbyberg
Postcode
:
172 24
Country subdivision (NUTS)
:
Stockholms län
(
SE110
)
Country
:
Sweden
Contact point
:
Procurement - K
Telephone
:
70102244
Roles of this organisation
:
Buyer
8.1.
ORG-0007
Official name
:
Unicorn Systems a.s.
Size of the economic operator
:
Large
Registration number
:
CZ699004029
Postal address
:
V kapslovně 2767/2, Prague 3 Žižkov
Town
:
Prague
Postcode
:
130 00
Country subdivision (NUTS)
:
Hlavní město Praha
(
CZ010
)
Country
:
Czechia
Telephone
:
+420 221 400 111
Roles of this organisation
:
Tenderer
Group leader
Winner of these lots
:
LOT-0000
The winner is listed on a regulated market
8.1.
ORG-0008
Official name
:
Unicorn Market Systems a.s.
Size of the economic operator
:
Large
Registration number
:
IČO: 21941751
Postal address
:
V kapslovně 2767/2, Prague 3 Žižkov
Town
:
Prague
Postcode
:
130 00
Country subdivision (NUTS)
:
Hlavní město Praha
(
CZ010
)
Country
:
Czechia
Telephone
:
+420 221 400 111
Roles of this organisation
:
Tenderer
Winner of these lots
:
LOT-0000
The winner is listed on a regulated market
8.1.
ORG-0009
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
Notice information
Notice identifier/version
:
5de34590-ef90-456d-beef-707e1450148a
-
01
Form type
:
Result
Notice type
:
Contract or concession award notice – standard regime
Notice subtype
:
30
Notice dispatch date
:
23/06/2025
11:05:34 (UTC) Western European Time, GMT
Notice dispatch date (eSender)
:
23/06/2025
11:31:02 (UTC) Western European Time, GMT
Languages in which this notice is officially available
:
English
Notice publication number
:
408863-2025
OJ S issue number
:
119/2025
Publication date
:
25/06/2025