23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 135-277596
Offentliggjort
18.07.2017
Udbudstype
Udbud efter forhandling

Udbyder

DONG Energy Oil & Gas A/S

Opdateringer

Annullering
(26.07.2017)

Maximum five (5) 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 5 (five), the Contracting Entity will perform the prequalification on the basis of an evaluation of each Candidate's technical ability/professional ability. Based on such evaluation, the 5 (five) 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.
For further information please refer to the procurement documents.

Tender for a Contract Management Tool


DONG Energy Oil & Gas A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DONG Energy Oil & Gas A/S
27446485
Kraftværksvej 53
Fredericia
7000
Denmark
Contact person: Søren Bo Christiansen
Telephone: +45 99551111
E-mail: info@dongenergy.dk
NUTS code: DK0

Internet address(es):

Main address: www.dongenergy.dk

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/Event/Events.aspx?id=216092
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/Event/Events.aspx?id=216092
I.6) Main activity
Electricity

Section II: Object

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

Tender for a Contract Management Tool.

II.1.2) Main CPV code
72310000
II.1.3) Type of contract
Services
II.1.4) Short description:

The purpose of the tender is to procure a Contract Management Tool to support Operation and Maintenance Agreements (OMA) in Wind Power Operations.

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)
72245000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

DONG Energy

Nesa Allé 1

2820 Gentofte

Denmark.

II.2.4) Description of the procurement:

The purpose of the tender is to procure a Contract Management Tool for use within one or more business units within the DONG Energy Group.

During the operational phase of an offshore wind farm, Wind Power Operations (WPO) will typically provide O&M services to the owners of the wind farm (Partners) under an Operation & Maintenance Agreement (OMA). As WPO increasingly is viewed as a business, transparency of the OMA profit is needed. Hereunder, clarity of which services are charged out as fixed and variable fees to the Partners under the OMA, the levers that drive and affect the OMA profit and how the OMA budget is linked to the asset budget presented to Partners.The purpose of the Contract Management System is to manage two major issues;

— Enabling the Business Manager to ensure compliance of the OMA by tracking contractual obligations and alignment of interpretation of contracts across portfolio

— Convey information of the services performed on Site to the Business Controller (WP Finance), of the cost of these services to the Business Manager (WPO) and finally to invoice these costs under the OMA to the Partners, and thereby ensure the full communication and invoicing flow.

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
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:

3 times 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
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:

Please remember to submit the information for participation in the European Singe Procurement Document(ESPD), which will be available with Prequalification Documents.

Please also 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: 07/08/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/08/2017
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:

Maximum five (5) 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 5 (five), the Contracting Entity will perform the prequalification on the basis of an evaluation of each Candidate's technical ability/professional ability. Based on such evaluation, the 5 (five) 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.

For further information please refer to the procurement documents.

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:
14/07/2017

Send til en kollega

0.047