Ørsted Services A/S will tender for a contract that will cover the software, services and implementation services for an Identity Governance and Administration (IGA) solution. IGA is a security tool and refers to a framework of policies and technologies for ensuring the right access for the right person at the right time. The solution must integrate with various critical IT systems in Ørsted.
Deadline
Fristen for modtagelse af bud var på 2020-06-04.
Indkøbet blev offentliggjort på 2020-05-11.
Objekt Omfanget af udbuddet
Titel: Tender for an Identity Governance and Administration Solution
Produkter/tjenester: Programpakker og informationssystemer📦
Kort beskrivelse:
“Ørsted Services A/S will tender for a contract that will cover the software, services and implementation services for an Identity Governance and...”
Kort beskrivelse
Ørsted Services A/S will tender for a contract that will cover the software, services and implementation services for an Identity Governance and Administration (IGA) solution. IGA is a security tool and refers to a framework of policies and technologies for ensuring the right access for the right person at the right time. The solution must integrate with various critical IT systems in Ørsted.
Vis mere
Anslået værdi uden moms: DKK 15 000 000 💰
1️⃣
Sted for udførelsen: Københavns omegn🏙️
Hovedsted eller sted for udførelsen: Nesa Allé 1, 2820 Gentofte, DENMARK.
Beskrivelse af udbuddet:
“The following services in scope for the tender are:
1) the IGA software solution (on-premise);
2) implementation and integration of the IGA solution in...”
Beskrivelse af udbuddet
The following services in scope for the tender are:
1) the IGA software solution (on-premise);
2) implementation and integration of the IGA solution in Ørsted’s IT landscape:
— implement the IGA solution on several environments in Ørsted,
— integration to Ørsted’s processes and systems,
— project and test management;
3) application support and maintenance to support Ørsted, after the implementation:
— support of the IGA solution when in production,
— ensure relevant upgrades of the solution, following a relevant lifecycle.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 15 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 60
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser: Two 12 months.
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:
— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;
— recent references: the references are considered more positive, if the scope has been carried out within year 2015 up until 2020;
— customers: references from customers with similar size, complexity and international foot print as to Ørsted will be considered more relevant;
— scope: references regarding projects with high complexity regarding scope, geography, integrations and resources will be considered more relevant, just as projects spanning across multiple business units and work functions e.g. projects, operations and line functions will also be considered more relevant;
— size: references regarding projects handling multiple network domains and integrations to multiple systems within access data reconciliation are considered more relevant;
— responsibility: references regarding a high level of responsibility for a complex implementation approach including installation, configuration, training and support are considered more relevant.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Ørsted’s ServiceNow solution has undergone a custom user experience (UX) upgrade. As part of the tender and agreement, Ørsted would like a price on the cost...”
Beskrivelse af mulighederne
Ørsted’s ServiceNow solution has undergone a custom user experience (UX) upgrade. As part of the tender and agreement, Ørsted would like a price on the cost to re-create the same UX. Ørsted has developed a number of mock-up pictures in the tender documents to illustrate the preferred design of the end user portal.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
“It is a minimum requirement that the applicant has:
• a turnover of DKK 10 (ten) million or above in the last financial year;
• a liquidity ratio above 1...”
It is a minimum requirement that the applicant has:
• a turnover of DKK 10 (ten) million or above in the last financial year;
• a liquidity ratio above 1 (one) in in the last financial year.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The contracting entity will make an overall assessment, taking the following elements into account when evaluating the relevance of the references submitted:
— submission of more than three references (with a maximum of five) will be considered more positive in the evaluation;
— recent references: the references are considered more positive, if the scope has been carried out within year 2015 up until 2020;
— customers: references from customers with similar size, complexity and international foot print as to Ørsted will be considered more relevant;
— scope: references regarding projects with high complexity regarding scope, geography, integrations and resources will be considered more relevant, just as projects spanning across multiple business units and work functions e.g. projects, operations and line functions will also be considered more relevant;
— size: references regarding projects handling multiple network domains and integrations to multiple systems within access data reconciliation are considered more relevant;
— responsibility: references regarding a high level of responsibility for a complex implementation approach including installation, configuration, training and support are considered more relevant.
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“— Applicants shall fill out the eESPD document and are advised to do so on either: http://www.base.gov.pt/deucp/ or https://uea.publicprocurement.be/ using...”
Liste og kortfattet beskrivelse af regler og kriterier
— Applicants shall fill out the eESPD document and are advised to do so on either: http://www.base.gov.pt/deucp/ or https://uea.publicprocurement.be/ using the XML-file which is made available in Scanmarket. Please be aware that each entity in a joint venture or consortium should submit separate eESPDs. Further, the same applies for supporting entities on which the applicant relies. Compliance with all minimum requirement(s) is confirmed by ticking ‘yes’ in part IV of the eESPD.
— Five applicants will be pre-qualified for the tender procedure. If the number of applicants applying for pre-qualification exceeds five, the contracting entity will perform the pre-qualification on the basis of an evaluation of the following criteria: experience (see section III.1.3 — Technical and professional ability).
— All applicants must meet the minimum requirement provided in III.1.2) — Economic and financial standing.
— Applicants may submit a maximum of five references.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-06-04
12:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2020-06-15 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 3
Supplerende oplysninger Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 35291095📞
E-mail: klfu@erst.dk📧
URL: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty)...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complaints about not having been pre-qualified must be filed with the Complainants Board for Public Procurement (Klagenævnet for Udbud) within 20 (twenty) calendar days from the day after the day when the contracting entity has notified the applicants in question about the result of the pre-qualification, provided that the notification contains a short statement of relevant reasoning behind the decision. The complainant must notify the contracting entity in writing of the filing at the latest when complaint is filed.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfs.dk📧
URL: http://www.kfst.dk/🌏
Kilde: OJS 2020/S 093-223058 (2020-05-11)