23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 202-460689
Offentliggjort
19.10.2018
Udbudstype
Udbud efter forhandling

Udbyder

Energinet (SOV)

Vindere

Application tools for Nordic RSC — Norcap project

(03.06.2019)
Grid Solutions Denmark, Branch of Grid Solutions SAS Frankrig
Strevelinsvej 8
Fredericia DK-7000

Application Tools for Nordic RSC


Energinet (SOV)

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Energinet (SOV)
28980671
Tonne Kjærsvej 65
Fredericia
7000
Denmark
Contact person: Kirsten Ebstrup
Telephone: +45 70102244
E-mail: procurement@energinet.dk
NUTS code: DK

Internet address(es):

Main address: https://eu.eu-supply.com/ctm/supplier/publictenders?B=ENERGINET

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/228008

I.1) Name and addresses
Fingrid Oyj
1072894-3
Läkkisepäntie 21
Helsinki
00101
Finland
E-mail: procurement@energinet.dk
NUTS code: FI1B1

Internet address(es):

Main address: https://www.fingrid.fi/en/

I.1) Name and addresses
Statnett SF
962986633
Nydalen 4904
Oslo
0423
Norway
E-mail: procurement@energinet.dk
NUTS code: NO011

Internet address(es):

Main address: http://www.statnett.no/en/

I.1) Name and addresses
Svenska kraftnät
202100-4284
Sturegatan 1
Sundbyberg
17224
Sweden
E-mail: procurement@energinet.dk
NUTS code: SE11

Internet address(es):

Main address: https://www.svk.se/en/

I.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law:

Danish law

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=215261&B=ENERGINET
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=215261&B=ENERGINET
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:

Application Tools for Nordic RSC

Reference number: 18/00627
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description:

The Solution is a suite of software modules providing an integrated user experience to the shared RSC Services for TSO and RSC Operators. The RSC Services must be in compliance with relevant legislations, and changes to the relevant legislations during the Contract period must be covered by the Contract scope. Initially the Solution comprises 3 major services: Common Grid Model (CGM), Coordinated Security Analysis (CSA) and Coordinated Capacity Calculation (CCC). These services must be supported within the initial releases, but later additional services like SMTA, OPC, Dynamic Analysis or Emergency and Restoration service may need to be supported in the Solution. It may also be needed to support offline analyses by RSC and TSO operators on selected sets of data in a separate environment (Study Mode). The Solution delivered is expected to be partly standard system already developed, and partly new development/configuration. Maintenance and Support must be included in the delivery.

II.1.5) Estimated total value
Value excluding VAT: 14 200 000.00 EUR
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)
72000000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Nordic RSC is operational as of January 2017 and is in the process of defining the future strategy for IT support for the services CGM (Common Grid Model), CSA (Coordinated Security Analysis) and CCC (Coordinated Capacity Calculation). Given the complexity of the functionality to be established within a short time frame, Nordic RSC needs a partnership with strong IT vendors for realizing this strategy.

Through the establishment of this Contract, the Contracting Authority wants to purchase an integrated system enabling Nordic RSC and Nordic TSOs to collaborate closely on ensuring the delivery of the CGM, CSA and CCC services.

(i) Design and build a solution:

— Coordinated Capacity Calculations based on FB and CNTC methodologies for various time horizons,

— IGM merging for creating a CGM,

— coordinated security analysis and apply remedial actions,

— centralized domain validation front-end for approval of capacity calculation results,

— reliability margins calculation,

— market information tool for presentation of calculated capacities for market participants,

— releasing the calculated capacities to the market.

(ii) Maintenance and support in accordance to contract and especially Appendix 3 Requirement and Appendix 5 Maintenance and Support:

— support the customer on system related questions, defects, incidents and problem management,

— execute maintenance of the system.

(iii) Documentation related to the solution and maintenance thereof in accordance with the Contract and especially with Appendix 4 (Documentation) and Appendix 5 (Maintenance and Support).

(iv) Training in accordance with the contract and especially with Appendix 3 (Requirements specification).

(v) Time and material:

Purchase of up to 54 500 additional hours under this tendered Contract.

(vi) Other supplier deliverables, the list is not exhaustive:

1) cooperation with the Customer and its subcontractors and other relevant third parties;

2) participation in the clarification phase;

3) comply with standards, quality assurance system and procedures;

4) assistance necessary to perform the audit;

5) implement and maintain standards and procedures;

6) ensure that all the Supplier’s personnel and all representatives and Subcontractors of the Supplier comply with the requirements;

7) comply with information technology security measures and physical security measure;

8) tests of the delivery and test of maintenance:

The expected cost for the services during the contract duration will have a total cost of 14 200 000 EUR and the division of the costs are as below.

1) baseline fee (SOW) 1 350 000 EUR;

2) maintenance 2 500 000 EUR;

3) time and material 10 250 000 EUR.

The expected figures are estimates only and are consequently not binding for the Contracting Authority.

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
Value excluding VAT: 14 200 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

The contract is made for a period of eight (8) years from the signing of the contract.

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:

The Contracting Authority will pre-qualify the 5 applicants who are evaluated as most qualified for the specific tender. Only these applicants will be invited to submit a tender.

The selection of the applicants will be based on the submitted references. As a result the number of references will not be the determining factor alone, but more importantly to which degree the specific forwarded references are comparable and relevant to the solution and scope, especially concerning references with projects in similar industries containing:

If more than 5 applicants meet the given selection criteria, the Contracting Authority will conduct a reduction,where the number of applicants are reduced to 5. The reduction will be conducted based on the reference cases submitted by the applicants, where the applicants with the most relevant reference cases will be picked for pre-qualification. The most relevant reference cases are identified through an evaluation where the specific reference case will be rated particularly relevant, if it demonstrates within (priority listed):

Priority 1:

— power flow calculation (solving the power flow) Demonstrate to merge IGMs on any standards,

— delivered of security analysis,

— delivering of flow-based capacity calculation (Incl. PTDF matrix),

— supplier has delivered the main technical and/or financial part of the delivery.

Priority 2:

— supporting CGMES 2.4.15,

— development of complex data exchange standards,

— relevant experience with complex IT projects in this industry in the Nordics.

Priority 3:

— delivering of software projects compliant with ISO 27001 or equivalent IT-security standard,

— tool to visualize the result of the Capacity calculations.

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

Companies in which Energinet SOV or another company in the Energinet group acquire half or more than half of the capital or have the authority to exercise half or more than half of the voting rights or has the right to manage the company’s business regardless of the official name during the term of the Frame Agreement will have an option to use the Frame Agreement.

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
List and brief description of selection criteria:

The Contracting Authority will only enter into contract with economic solid companies. This to ensure that the company continues to exist through the whole contract period.

The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report regarding the following economic indicators:

1) turnover for the last 3 years;

2) equity for the last available year (total equity incl. share capital, reserves, revaluation, retained earning etc.);

3) equity ratio for the last available year (equity/total assets).

Both economic indicators should be stated in ESPD part IV.B (financial ratios).

If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) the information for the ESPD Part IV.B must also be given in a separate ESPD from each of the entities, cf. Section VI.3 “Additional information”.

The applicant is obliged to document the requirement by request of the Contracting Authority.

Minimum level(s) of standards possibly required:

— The total turnover of the applicant within the industry has to exceed 5 000 000 EUR per year repeatedly over the last 3 business years,

— the equity must be at least 33 pct. of the total expected amount of the baseline fee + maintenance fee = 3 850 000 EUR reference to Section II.2.6 (last available year),

— the equity ratio must be at least 20 pct (last available year).

If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected amount of the contract.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

The references of the most significant comparable contracts undertaken in the past three (3) years must be stated in the ESPD part IV.C: “Technical and professional ability”.

The references shall include:

1) a detailed description of the work performed for each reference (please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box):

— main purpose of the project,

— customer (if confidential, a description of the industry and the Customer’s role herein can be provided),

— the supplier’s part of the project total value (EUR),

— which project phases was the Supplier involved in (design phase, development phase, test phase, cut-over, post-go live support, maintenance and support),

— maximum number of supplier resources involved in the project at 1 given point in time,

— the main project roles that the Supplier fulfilled (e.g. system design, system development, architecture design, system integration, project management, test management etc.),

— the suppliers main deliverables/main contributions to the project,

— description of the project, and the Suppliers contribution herein;

2) project total value (EUR) (if possible);

3) date: reference project start and project end date (for Supplier involvement);

4) contact information for the entity in question (including contact person);

5) number of character.

The Contracting Authority prefers references which has been in progress for at least 12 months after finalizing the clarification phase of the project. The Contracting Authority prefers a maximum of 2 references, which are still ongoing. The Contracting Authority has a preference for the references ended.

Each Reference must maximum be 10 000 Characters (approx. 4 pages with a reading fontsize of 12). If the reference includes more than 10 000 characters, the Contracting Authority will only evaluate the first 10 000 characters listed.

If the applicant is relying on the capacities of 1 or more other entities (e.g. a parent or sister company or a subcontractor) the information for the ESPD Part IV.C must also be given in a separate ESPD from each of the entities, cf. Section VI.3 “Additional information”.

The number of references should not surpass a maximum of the 5 most comparable and relevant references. If the reference list includes more than 5 references, the Contracting Authority will only consider the first 5 listed. If the applicant is participating in the procurement procedure together with others in a group of economic operators (e.g. a consortium) or is relying on the capacity of 1 or more other entities for references the maximum number of references to be submitted must still be respected and cannot exceed 5 when combined.

The Contracting Authority reserves the right to contact the stated references.

Minimum level(s) of standards possibly required:

Applicants must as a minimum submit at least 1 reference case, that shows a demonstrated experience within development of services related to Common Grid Model (CGM) or/and, Coordinated Security Analysis (CSA) or/and Coordinated Capacity Calculation (CCC).

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

The applicant must submit a completed version of the ESPD. Please see section VI.3 “Additional information” for further information regarding the ESPD. The application must be submitted through EU-Supply, cf. link in section I.1 in this TED announcement.

Applications not submitted via EU-supply or received after the deadline will not be accepted.

The Contracting Authority reserves the right to request the applicant to supplement, specify or complete the information submitted.

Energinet has joined Global Compact and is using the 10 principles as a platform for working with our Code of Conduct. Contractors are expected to act in accordance with Energinet’s Code of Conduct visible at our homepage: www.energinet.dk.

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The information is stated in the tender material.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

The information is stated in the tender material.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

The information is stated in the tender material.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

The information is stated in the tender material.

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: yes
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: 31/10/2018
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: 6 (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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Contracting Authority will draw attention to following: The process related to MVS Security Plan and the process related to demonstration of testdata.

In relation to these 2 procedures Contracting Authority will not provide a MVS Security plan and test data as part of the tender material publication. Access to these two procedures are further described in the Tender Conditions cf. 12.2 and 12.3.

All interested economic operators are encouraged to ask questions in relation to the tender and Tender Documents. Written questions and answers will regularly be made available to all in the EU-Supply system in anonymous form. Moreover, the Contracting Authority draws the attention of all economic operators to the fact that the tender is conducted as a negotiated procedure, and as a result the tender documents may — with due respect of the principles of equality and transparency — be subject to negotiations which may lead to changes to the Tender Documents. Any changes will be made available via the EU-Supply system.

The applicant must submit a completed European Single Procurement Document (ESPD) to apply for pre-qualification for this tender procedure. The ESPD for this tender can be found in the pre-qualification material via EU-supply.

To complete the ESPD, please:

— save the XML file onto your own computer (available from the Prequalification Material folder in EU-Supply),

— open the link https://ec.europa.eu/growth/tools-databases/espd/welcome

— choose the preferred language,

— choose “I am an economic operator”,

— choose “Import ESPD”,

— upload the XML file of the ESPD,

— choose the country of your companies origin,

— fill out and complete the ESPD with the information required in this contract notice,

— when finished filling out the ESPD selected “Overview” and check the information stated,

— after checking the information select “Download as” either pdf or/and XML file and it will be saved to the computer,

— upload the pdf and/or XML file version to “My response” in EU-Supply as your request for pre-qualification.

Please note:

— an applicant participating on its own, but relying on the capacities of 1 or more other entities (e.g. a parent or sister company or a subcontractor), must ensure that the application includes the applicant's own ESPD together with a separate ESPD from each of the entities it relies on with a completed Part II: “Information concerning the economic operator” and part III: “Exclusion grounds” of the ESPD as well as the relevant information regarding Part IV: “Selection criteria” and Part V: “Reduction of the number of qualified candidates”. The ESPD from each of the entities should be duly filled and signed by the entities concerned.

Further where an applicant wants to rely on the capacities of other entities, it shall prove to the Contracting Authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect, which must be submitted as part of the final documentation,

— where groups of economic operators, including temporary associations, participate together in the procurement procedure, a complete separate ESPD for each the participating economic operators must be submitted.

Further the final documentation must include a signed declaration by all parties of the group of economic operators (joint venture, consortium or other) stating that all economic operators assume joint and several liabilities towards the Contracting Authority for the performance of the contract as a whole.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævntet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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 into 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.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsen Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
15/10/2018

Send til en kollega

0.031