23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 139-286369
Offentliggjort
26.07.2017
Udbudstype
Udbud efter forhandling

Udbyder

DONG Energy Oil & Gas A/S

Tender for a Contract Management Tool


DONG Energy Oil & Gas A/S

Contract award notice – utilities

Results of the procurement procedure

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DONG Energy Oil & Gas A/S
27446485
Kraftværksvej 53
Fredericia
7000
Denmark
Contact person: Søren Bo Christiansen
Telephone: +45 99551111
E-mail: info@dongenergy.dk
NUTS code: DK0

Internet address(es):

Main address: www.dongenergy.dk

I.2) Joint procurement
I.6) Main activity
Electricity

Section II: Object

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

Tender for a Contract Management Tool.

II.1.2) Main CPV code
72310000
II.1.3) Type of contract
Services
II.1.4) Short description:

The purpose of the tender is to procure a Contract Management Tool to support Operation & Maintenance Agreements (OMA) in Wind Power Operations.

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)
72245000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

DONG Energy

Nesa Allé 1

2820 Gentofte

Denmark.

II.2.4) Description of the procurement:

The purpose of the tender is to procure a Contract Management Tool for use within one or more business units within the DONG Energy Group.

During the operational phase of an offshore wind farm, Wind Power Operations (WPO) will typically provide O&M services to the owners of the wind farm (Partners) under an Operation & Maintenance Agreement (OMA). As WPO increasingly is viewed as a business, transparency of the OMA profit is needed. Hereunder, clarity of which services are charged out as fixed and variable fees to the Partners under the OMA, the levers that drive and affect the OMA profit and how the OMA budget is linked to the asset budget presented to Partners. The purpose of the Contract Management System is to manage 2 major issues:

— Enabling the Business Manager to ensure compliance of the OMA by tracking contractual obligations and alignment of interpretation of contracts across portfolio.

— Convey information of the services performed on Site to the Business Controller (WP Finance), of the cost of these services to the Business Manager (WPO) and finally to invoice these costs under the OMA to the Partners, and thereby ensure the full communication and invoicing flow.

II.2.11) Information about options
Options: no
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 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.1.6) 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
Notice number in the OJ S: 2017/S 135-277596
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a periodic indicative notice

Section V: Award of contract

Contract No: 1
Title:

Tender for a Contract Management Tool

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information:

Maximum five (5) Candidates will be pre-qualified for the tender procedure based on the results of the prequalification.

If the number of Candidates applying for pre-qualification exceeds 5 (five), the Contracting Entity will perform the prequalification on the basis of an evaluation of each Candidate's technical ability/professional ability. Based on such evaluation, the 5 (five) best Candidates will be pre-qualified.

The contracting entity reserves the right — subject to the principles of equal treatment and transparency — to request a Candidate to submit missing or insufficient information according to section III.2.1), III.2.2) and III.2.3) or, if applicable, to use information already in the Contracting entity's possession; or obtain such information provided it is publicly available. However, the contracting entity is not obliged to do so.

For further information please refer to the procurement documents.

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:
20/07/2017

Send til en kollega

0.047