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 107-244810
Offentliggjort
07.06.2018
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

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 99554156
E-mail: makan@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=261269&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
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

The Scope of Services for the tender comprises the service and implementation of an enterprise Risk Management System across Ørsted Wind Power. Ørsted Services A/S is tendering for an Agreement with a Vendor, that can deliver both IT system and supporting services 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, it is Ørsted’s intention 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.

Ørsted is tendering for a standard Enterprise Risk Management system, commonly known as ERM, as well as the implementation of such system, with a certain level of customization for meeting the customer requirements.

The preferred solution is to be based on a non on-premise solution.

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)
72200000
72300000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

The Scope of Services for the tender comprises the service and implementation of an enterprise Risk Management System across Ørsted Wind Power. Ørsted Services A/S is tendering for an Agreement with a Vendor, that can deliver both IT system and supporting services 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, it is Ørsted’s intention 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 Contracting Entity aims at implementing a new solution to support a standard Enterprise Risk Management System (ERM) covering the management of threats, issues and opportunities across different areas of Ørsted Wind Power. The primary focus of the solution is the ability to support the existing risk management processes and ensure that the solution capable of:

— providing a reliable and realistic risk profile,

— involving risk and response owners more actively in the process,

— tracking, recording and analysing risk behaviour from concept to decommissioning,

— performing contingency forecasts per asset and optimising cost allocation and investment,

— proactively managing risks on a day-to-day basis based on alert functionality,

— actively analysing, quantifying, planning and monitoring risks and mitigating actions,

— improving transparency and trust in respect of internal and external partners,

— aligning the use of risk assessment tools across Wind Power,

— contributing to increasing park yield by improving asset performance,

— producing comprehensive reports.

Ørsted is tendering for a standard Enterprise Risk Management system, commonly known as ERM, as well as the implementation of such system, with a certain level of customization for meeting the customer requirements.

The preferred solution is to be based on a non on-premise solution.

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:

Ørsted is entitled to extend the Term by twelve (12) months, subject to three (3) months' written notice to Supplier before expiry of the Term. Ørsted is entitled to exercise this right of extension of the Term three (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:

Max. 5 vendors will be prequalified for the Tender procedure.

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: 29/06/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 09/07/2018
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:
06/06/2018
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|instance-web01