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
2018/S 073-162921
Offentliggjort
14.04.2018
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

Opdateringer

Annullering
(06.06.2018)

Tender for a Risk Management System


Ørsted Services A/S

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Ørsted Services A/S
27446485
Kraftværksvej 53
Fredericia
7000
Denmark
Contact person: Maria Kannov
Telephone: +45 99551111
E-mail: info@orsted.dk
NUTS code: DK0

Internet address(es):

Main address: www.orsted.dk

I.2) Information about 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=253982&ccsum=20df2e0e0718a044d94b904a57450e00
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

Tender for a Risk Management System

II.1.2) Main CPV code
72300000
II.1.3) Type of contract
Services
II.1.4) Short description:

Ørsted is tendering for an Agreement with a vendor, that can deliver a Software-as-a-Service solution to support a Risk management system for Ørsted. The vendor must deliver these services meeting the requirements for Ørsted’s wind power business unit. However, the agreement must be able to allow the solution to be extended and implemented in all of Ørsted’s business units and Shared service functions in the future, if Ørsted chooses to do so.

The implementation of a professional risk management tool will enable the management of risks from concept to decommissioning, optimising contingency forecasting across Ørsted wind power and improving transparency towards internal and external stakeholders. With the organisation operating in an increasingly competitive market, such a solution will play a differentiating role and will unlock potential savings, which can be realised by being more competitive and aggressive in bidding processes.

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)
72310000
II.2.3) Place of performance
NUTS code: DK0
Main site or place of performance:

Ørsted A/S.

Nesa Allé 1.

2820 Gentofte

Denmark.

II.2.4) Description of the procurement:

The tender must include:

— Software/IT system services, including:

—— Wind power configuration and setup, including integrations.

—— Hosting/operation (SaaS or SaaS-like).

—— Support and maintenance of software system services.

— Supporting services.

—— System implementation and integration services.

Configuration of users.

Configuration of modules.

—— Training (methodology, material and training in the use of the system).

O Project management.

The tenderer can only submit one tender in this procedure.

The Contracting entity aims at implementing a new Risk management system for our Wind power business, however, Ørsted may choose to extend the use of the solution to Ørsted's other business units in the future. The primary focus of the solution is the ability to handle:

— Manageability of threats, issues and opportunities.

— Risk intelligence – detailed search and reporting.

— Full risk (ad hoc) audit capability at different levels.

— Integration with multiple program management tools (e.g. SAP, Excel, Primavera P6, MS Project, PDF).

— Import of data already available in current risk management spreadsheets.

— Easy accessibility for all stakeholders.

— Ensuring that risks can be aggregated by asset, technology or other quantity for analysis.

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: 60
This contract is subject to renewal: yes
Description of renewals:

The Agreement can be extended by Ørsted for a 12 month period. Ørsted can apply this extension 3 times.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

Please see the document 'PQ_Doc_Prequalification Notice' in Scanmarket event.

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
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: 14/05/2018
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
VI.3) Additional information:
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:
12/04/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.079|