23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 211-518713
Offentliggjort
31.10.2019
Udbudstype
Udbud efter forhandling

Udbyder

Ørsted Services A/S

Vindere

SAP Test Automation Tool

(07.05.2020)
Worksoft Inc
Dallas

Opdateringer

Rettelse
(04.11.2019)

II.1.5)
Placing the text to be modified:Estimated total value
instead of:
20 000 000,00
Read:
25 000 000,00

SAP Test Automation Tool


Ørsted Services A/S

Contract notice – utilities

Services

Legal Basis:

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Ørsted Services A/S
National registration number: 27446485
Postal address: Nesa Allé 1
Town: Gentofte
NUTS code: DK011
Postal code: 2820
Country: Denmark
Contact person: Kasper Munk
E-mail: info@orsted.dk

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=339476&ccsum=c20e8252a6a1337733c70b44f2400634
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:

SAP Test Automation Tool

II.1.2) Main CPV code
48986000
II.1.3) Type of contract
Services
II.1.4) Short description:

Acquisition of software or suite of software (‘test tool’) and licenses or subscriptions for using said software (‘licenses’) in order for Ørsted to perform automated testing and validation of systems and business processes in line with the stated requirements.

‘Quick-start’ support from vendor for initial installation and setup of the test tool, including the following activities (Location: Onsite Poland/Warsaw):

Optional consultancy services, on site support and training requested of a value of 1 200 000 DKK.

II.1.5) Estimated total value
Value excluding VAT: 20 000 000.00 DKK
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)
72266000
II.2.3) Place of performance
NUTS code: DK011
NUTS code: PL91
II.2.4) Description of the procurement:

— acquisition of software or suite of software (‘test tool’) and licenses or subscriptions for using said software (‘licenses’) in order for Ørsted to perform automated testing and validation of systems and business processes in line with the stated requirements,

— ‘Quick-start’ support from vendor for initial installation and setup of the test tool, including the following activities (Location: Onsite Poland/Warsaw),

— optionally, onsite support from the vendor in the form of two (2) consultants 2 days/week on-site in PL (Warsaw) and DK (Gentofte/Virum). Duration is a period of six (6) months after completion of the initial installation of the tool,

— optionally, 2 onsite classroom training workshops (one in DK and one in PL) for 10-20 users per site,

— optionally consultancy service 1 000 hours.

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: 20 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Two extension options of each 12 months.

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 refer to the pre-qualification notice.

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: 29/11/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 06/12/2019
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: 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
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
Telephone: +45 35291095

Internet address: https://naevneneshus.dk/start-din-klage/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
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
Telephone: +45 41715000

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
30/10/2019

Send til en kollega

0.062