23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 004-005728
Offentliggjort
07.01.2019
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

Vindere

Tender for an Offshore Management System

(13.09.2019)
Systematic A/S
Søren Frichs Vej 39
8000 Aarhus C

Opdateringer

Rettelse
(10.01.2019)

I.3)
Placing the text to be modified:Communication
instead of:
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=288089&ccsum=20df2e0e0718a044d94b904a57450e00
Read:
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=216089&ccsum=20df2e0e0718a044d94b904a57450e00

I.3
instead of:
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=288089&ccsum=20df2e0e0718a044d94b904a57450e00
Read:
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://dongenergy.scanmarket.com/SupplierRegistration/NewSupplier?eventId=216089&ccsum=20df2e0e0718a044d94b904a57450e00

Tender for an Offshore Management System


Ørsted Services A/S

Contract notice – utilities

Services

Legal Basis:

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: Lars Waltenburg
Telephone: +45 99551111
E-mail: info@orsted.dk
NUTS code: DK0

Internet address(es):

Main address: www.orsted.com

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=288089&ccsum=20df2e0e0718a044d94b904a57450e00
Additional information can be obtained from the abovementioned address
I.6) Main activity
Electricity

Section II: Object

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

Tender for an Offshore Management System

Reference number: WK00024451
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

This tender aims at signing a global framework agreement for an administrative IT solution named by Ørsted as the “Offshore Management System” or “OMS”.

The ambition with OMS is to have one global implemented digitalised, scalable solution across both Ørsted Engineering, Procurement, Construction (EPC) and Operations (OPS).

The scope of the OMS is to enable Ørsted with one system to coordinate, monitor and supervise activities at sea across multiple windfarms (single sites, multi sites managed as hubs and even across regions) and making logistic data available for further analysis.

The system should furthermore support Health, Safety and Environment (HSE), regulatory and authority requirements, knowledge harvesting, etc. in relation to activities at sea at offshore windfarms.

Primary users of an OMS will be marine and helicopter coordinators and offshore, logistics management staff within both EPC and OPS as well as offshore.

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)
II.2.3) Place of performance
NUTS code: DE
NUTS code: NL
NUTS code: UK
NUTS code: DK
Main site or place of performance:

The services will be used globally by Ørsted in both Europe, Americas and Asia Pacific.

II.2.4) Description of the procurement:

Ørsted is looking for a mature partner with industry-specific knowledge to provide a proven OMS solution covering areas such as:

— global system that can be deployed anywhere in the world including a global service and support capability,

— comply with Ørsted’s general standard requirements (GDPR, security, IT service management, business requirements, etc.),

— well tested, maintained and secure,

— future proven and able to adapt to special future requirements in the windfarms’ construction and operation phases,

— user friendly and intuitive to use,

— enable the user to control and get a live visual situational overview of one or several windfarms,

— be configurable by importing GIS information defining all assets to be within the wind farm (boundaries, WTGs, cables, OSS, etc.),

— provide an overview of all assets in the windfarm and the status of these, which can be updated either automatically or manually,

— provide functionality to register people, vessels and helicopters in the system including all relevant information and certificates,

— visually track all vessels, helicopters and personnel working offshore automatically via a software or hardware tracking solution and/or via manually handled transfers,

— provide automatic VTMS functionality for sea area surveillance,

— plan all transfers in the windfarm and send out site specific/custom made manifests to relevant parties and keep the manifests updated at all times,

— enable a user to define guard and safety zones and issue alarms, when they are compromised,

— support the management of custody and Work Authorisation (WA) in the windfarm,

— store an audit trail of all events and actions,

— role based, flexible and accessible from anywhere,

— allow Ørsted direct access to all historic data and ability to define and extract relevant data and reports,

— interface to third party solutions such as planning tools, Work Permit tools, etc.,

— integrate to Ørsted specific and industry standard equipment, such as AIS, ADS-B, radar, weather data, sensors, Winda, etc.

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: no
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:

Maximum 5 candidates will be pre-qualified for the tender procedure.

If the number of candidates applying for pre-qualification exceeds 5, the contracting entity will perform the pre-qualification on the basis of an evaluation of each candidate's technical ability/professional ability. The 5 best candidates will be pre-qualified.

The contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:

— references: references from large customers within the offshore windpower sector or the construction sector will be considered more relevant,

— complexity: references regarding projects with high complexity in terms of scope, integrations, resources and migrations will be considered more relevant and projects spanning multiple business units and working functions, e.g. projects, operations and line functions will also be considered more relevant,

— size and scope: references regarding projects handling large numbers of WTG’s will be considered more relevant as well as experience with global delivery of offshore management system services in Americas, EMEA and APAC,

— responsibilities: references regarding responsibility for the entire project, including installation, configuration, training and support, will be considered more relevant.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Extention of the term of the contract: 2 x 12 months.

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
Minimum level(s) of standards possibly required:

— equity must be higher than 2 000 000 EUR,

— liquidity ratio must be higher than 100 %.

Compliance with all minimum requirement(s) is confirmed by ticking “yes” in part IV of the eESPD.

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

Please submit information about your previous experience with services similar to the scope of services from 1.1.2015 to pre-qualification deadline in the eESPD section V.

Information about references in part V of the eESPD will be considered final documentation.

If framework agreements are included as part of your references, you must submit the requested information for each of the contracts concluded under the framework agreement. Otherwise, the reference regarding a framework agreement will be disregarded.

Applicants are requested to submit the following information regarding the customer for each reference:

— company name (please include company structure, including ownership and group structure),

— business registration number or similar,

— company address,

— name of contact person,

— contact email address,

— contact telephone number,

— description of the contract and the scope of the project.

Minimum level(s) of standards possibly required:

The applicant must provide a minimum of two (2) and a maximum of five (5) references, delivering a global OMS solution similar to what Ørsted is tendering for.

Compliance with all minimum requirement(s) is confirmed by ticking “yes” in part IV of the eESPD.

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:

Participants in a consortium will have joint and several liability. A contact person for the consortium should be pointed out.

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
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: 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: 01/02/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 11/02/2019
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: 90 (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:
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:
03/01/2019

Send til en kollega

0.063