The tender concerns a framework agreement covering Application Management Services, including: 1. Application Development of Nordic RSC internally developed core business applications and broker system for integration as well as new business applications. 2. Application Operation and Maintenance 3. Application Support including on-call services growing to 24/7/365 over time 4. Project and Consultancy services
Deadline
Fristen for modtagelse af bud var på 2021-12-13.
Indkøbet blev offentliggjort på 2021-11-26.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Nordic RSC – Competitive dialogue concerning Application Management Services
21/09224”
Produkter/tjenester: It-tjenester: rådgivning, programmeludvikling, internet og support📦
Kort beskrivelse:
“The tender concerns a framework agreement covering Application Management Services, including: 1. Application Development of Nordic RSC internally developed...”
Kort beskrivelse
The tender concerns a framework agreement covering Application Management Services, including: 1. Application Development of Nordic RSC internally developed core business applications and broker system for integration as well as new business applications. 2. Application Operation and Maintenance 3. Application Support including on-call services growing to 24/7/365 over time 4. Project and Consultancy services
Vis mere
Anslået værdi uden moms: DKK 100 000 000 💰
The Nordic Regional Security Coordinator (RSC) is the joint office for collaboration between the four electricity Transmission System Operators (TSOs) in the Nordic region (Energinet, Statnett, Fingrid, Svenska Kraftnät). Nordic RSC is an integral part of the supply-critical value chain of electricity and supports the national TSOs in maintaining the operational security of the power systems across Finland, Norway, Sweden and Denmark, as well as help optimize the availability of the Green Nordic Power Grid.
Nordic RSC (Energinet) is currently in the preparation phase for a tender of a framework agreement covering Application Management Services.
The development department uses, amongst others, ServiceNow, Azure DevOps, MongoDB, .NET 5, C#, TPL Data Flow and various Azure Stack services.
The time spent handling three categories of tasks is roughly distributed as follows: 20% application support, 10% maintenance tasks and 70% development tasks. Most of the maintenance is handled as part of Incidents or changes.
The Contracting Authority wants to establish a framework agreement concerning application management services, including:
1. Application Development of Nordic RSC internally developed core business applications and broker system for integration as well as new business applications.
2. Application Operation and Maintenance
3. Application Support including on-call services growing to 24/7/365 over time
4. Project and Consultancy services.
For more information, please see the descriptive document.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
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:
“The Framework Agreement can be extended 3 times with 12 months by written notification to Supplier within 3 months prior to the termination of the Framework...”
Beskrivelse af fornyelser
The Framework Agreement can be extended 3 times with 12 months by written notification to Supplier within 3 months prior to the termination of the Framework Agreement.
Vis mere Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Maksimalt antal: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“If more than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 applicants who are evaluated as...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
If more than 3 applicants fulfill the minimum requirements, cf. section III, the Contracting Authority will prequalify the 3 applicants who are evaluated as most qualified for the specific tendered assignment. Only these applicants will be invited to submit a tender. The selection of the applicants will be based on the submitted references. That is to which extend the reference(s) are assessed to be similar to the tendered assignment, cf. section II.2.4, in terms of comparability and relevance. 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 tendered assignment regarding solution and scope, especially concerning:
• Delivery of daily Application Management Services meaning development, operation and maintenance, including on-call services for application support to an entity similar to the Contracting Authority in the utility sector, where the entity mainly consists of employees with an engineering background.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The Framework Agreement can be extended 3 times with 12 months by written notification to Supplier within 3 months prior to the termination of the Framework...”
Beskrivelse af mulighederne
The Framework Agreement can be extended 3 times with 12 months by written notification to Supplier within 3 months prior to the termination of the Framework Agreement.
The frame of the Agreement can be expanded 2 times with 50 percent of the expected value of the Agreement as stated in the tender notice, in cases where the circumstances for the scope of the Agreement has changed from the time of the conclusion of the tender. This includes the fact that the stated value is used earlier than estimated, unforeseen conditions outside the control of the Contracting Authority, political decisions affecting the Contracting Authority that specifically affect or may affect the Agreement and its scope of application as well as structural and/or organisational changes in the Contracting Authority that increases or may increase the need for procurement under the Agreement.
Vis mere Beskrivelse
Yderligere oplysninger:
“This is a competitive dialogue. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the dialogue phase.The...”
Yderligere oplysninger
This is a competitive dialogue. With exception of mandatory parts, the Tender Documents may as a result undergo changes as part of the dialogue phase.The framework agreement’s expected value is 50,000,000.00 DKK and the maximum value of the framework agreement is 100,000,000.00 DKK.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must confirm the economic ability in the ESPD part IV.B: “Economic and financial standing” with information from the latest annual report...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
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. Equity (total equity incl. share capital, reserves, revaluation, retained earning etc.)
2. Equity ratio (equity/total assets)
If the applicant is relying on the capacities of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.B must also be given in a separate ESPD from each of these entities, cf. section VI.3 “Additional information”. It is the sole responsibility of the applicant to secure that the minimum level(s) of standards required are reached when the applicant is relying on the capacity of other entities or when the applicant is a group of economic operators (e.g. a consortium).
“Concerning 1: Equity from the latest annual report must be at least 1,200,000.00 EUR/9,000,000.00 DKK
Concerning 2: Equity ratio from the latest annual...”
Concerning 1: Equity from the latest annual report must be at least 1,200,000.00 EUR/9,000,000.00 DKK
Concerning 2: Equity ratio from the latest annual report must be at least 20 pct. If the equity ratio is between 15 pct. and 20 pct. the applicant can qualify, if Equity exceeds the total expected value of the frame agreement.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must include the up to five (5) most comparable and relevant references undertaken in the past three (3) years as part of the application. The...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must include the up to five (5) most comparable and relevant references undertaken in the past three (3) years as part of the application. The references must be stated in the ESPD part IV.C: “Technical and professional ability”. Undertaken in the past three (3) years implies that the reference must not have been completed prior to the date reached when counting 3 years backwards from the submission date for prequalification. References older than this will not be taken into consideration. References which have not yet been fully completed can be included as part of the application, but if this is the case, the applicant must describe the parts which have not yet been delivered, and this may affect the evaluation of the applicant, cf. section II.2.9.
The references should include:
1. A specific description of the work performed for each reference: Delivery of Application Management Services, including development, operation, maintenance, and on-call services for application support
2. Contract value (if possible)
3. Contact information for the entity in question (including contact person)
4. Date of initiation and final delivery (day, month, year)
Any ambiguities and/or incomprehensibilities concerning the above information may have a negative effect on the selection of candidates, cf. section II.2.9. Please note the “description” box can contain more text than is visible. I.e. it is possible to copy paste text into the box.
If the applicant is relying on the references of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the information for the ESPD part IV.C must also be given in a separate ESPD from each of these entities.
The number of references should not surpass a maximum of the five (5) most comparable and relevant references. If the applicant is relying on the capacity of one or more other entities (e.g. a parent or sister company or a subcontractor) or the applicant is a group of economic operators (e.g. a consortium) the maximum number of references to be submitted must still be respected and cannot exceed five (5) when combined. If more than five (5) references are included, the Contracting Authority will only consider the five (5) most recent references determined by date of final delivery (in this case not yet finished references will not be included).
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public...”
Liste og kortfattet beskrivelse af regler og kriterier
The applicant must submit a completed version of the ESPD.
Applicants may not be subject to the mandatory grounds for exclusion, cf. the Danish Public Procurement Act (udbudsloven) Section 135 (1-3) and 136.
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.
Vis mere
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem: The information is stated in the Tender Documents.
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten: The information is stated in the Tender Documents.
Oplysninger om det personale, der er ansvarligt for kontraktens udførelse
Pligt til at oplyse navn og faglige kvalifikationer for det personale, der er udpeget til at udføre kontrakten
Procedure Type af procedure
Konkurrencepræget dialog
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-12-13
12:00 📅
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 Oplysninger om gentagelse
Der er tale om et tilbagevendende indkøb ✅
Anslået tidsplan for offentliggørelse af yderligere bekendtgørelser:
“It is expected that the framework agreement will be re-tendered, when the framework agreement expires.” Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The Nordic Regional Security Coordinator (RSC) is the joint office for collaboration between the four electricity Transmission System Operators (TSOs) in...”
The Nordic Regional Security Coordinator (RSC) is the joint office for collaboration between the four electricity Transmission System Operators (TSOs) in the Nordic region (Energinet, Statnett SF, Affärsverket Svenska Kraftnät and Fingrid Oyj). Nordic RSC is an integral part of the supply-critical value chain and supports the national TSOs in maintaining the operational security of the power systems across Finland, Norway, Sweden and Denmark, as well as help optimize the availability of the Green Nordic Power Grid.
As a service provider for the four Nordic TSOs, Nordic RSC is responsible for two overall functions, the provision of operationally safe and socioeconomically optimized market capacities to the power market and for supporting the safe power system operation performed by the TSOs.
Nordic RSC is currently undergoing a transition from being a legal part of the Danish TSO, Energinet, to becoming an independent entity, resulting in a range of new and changed business needs. This imposes new requirements for the IT organization and landscape, and a change in focus from supporting the development of new RSC business services on a project basis, to secure delivery and stable operation of IT services on an ongoing basis.
The tender procedure is conducted as a competitive dialogue, which means that companies who wish to participate in the tender procedure must apply for prequalification.
The application for prequalification must be uploaded through the procurement system before the deadline for prequalification passes.
Questions regarding the prequalification must be forwarded through the procurement system. Questions submitted later than 6 days prior to the time limit for receipt of tenders cannot be expected to be answered. Answers to questions will be published continuously through the procurement system.
The Contracting Authority does not offer any participation fees or other prizes for participation in the dialogue.
The applicant must submit a completed ESPD to apply for prequalification for this tender procedure. The ESPD for this tender can be found via EU-Supply. The ESPD must be completed in EU-Supply and submitted via “My Response”.
Please note:
- An applicant participating on its own, but relying on the capacities of one 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 of 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.
Vis mere Gennemgå organ
Navn: Klagenævntet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsen Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2021/S 233-614935 (2021-11-26)
Bekendtgørelse om indgåede kontrakter (2022-11-07) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 100 000 000 💰
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 233-614935
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Nordic RSC – Competitive dialogue concerning Application Management Services
Dato for indgåelse af kontrakten: 2022-06-09 📅
Navn og adresse på kontrahenten
Navn: Immeo P/S
Nationalt registreringsnummer: 36047879
Postadresse: Trommesalen 5
Postby: København V
Postnummer: 1614
Land: Danmark 🇩🇰
Region: Byen København🏙️
URL: http://www.immeo.dk🌏
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 100 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 76 754 906 💰
Kilde: OJS 2022/S 218-625934 (2022-11-07)