Tender of contract regarding delivery of Workforce Management System

The tender involves the delivery and implementation of a Workforce Management System (WMS) for the efficient planning, management, and optimization of the workforce. The system must handle work schedules, shift planning, competency tracking, and absence management, while integrating with existing SAP systems. The solution must be user-friendly, scalable, and comply …

CPV: 72250000 Systémové a podpůrné služby, 72000000 Informační technologie: poradenství, vývoj programového vybavení, internet a podpora, 72224100 Plánování implementace systémů, 72263000 Implementace programového vybavení
Místo provedení:
Tender of contract regarding delivery of Workforce Management System
Misto zadání:
Andel Holding A/S
Číslo zakázky:
382684

1. Buyer

1.1 Buyer

Official name : Andel Holding A/S
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Tender of contract regarding delivery of Workforce Management System
Description : The tender involves the delivery and implementation of a Workforce Management System (WMS) for the efficient planning, management, and optimization of the workforce. The system must handle work schedules, shift planning, competency tracking, and absence management, while integrating with existing SAP systems. The solution must be user-friendly, scalable, and comply with relevant regulations, including GDPR. The supplier will be responsible for consultancy, implementation, user training, as well as ongoing support and maintenance. The objective is to optimize resource utilization and facilitate data-driven decision-making in workforce management.
Procedure identifier : b4dc116a-923b-4cd2-a3ca-27bdeee87add
Previous notice : 3dd00e92-357f-48a9-b5be-d338e91c59e4-01
Internal identifier : 382684
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Main features of the procedure : After receiving the initial offers, The Contracting Entity will arrange individual negotiation meetings with all bidders who have submitted an initial offer in time. The negotiations are carried out in accordance with the principle of equal treatment, and all tenderers are allocated the same time for negotiations with The Contracting Entity. Successive phases are not used in order to limit the number of offers to be negotiated. After the negotiations, The Contracting Entity can issue a revised tender document with a view to an additional initial or final offer. Tenderers will be informed of this at the same time with an invitation to submit an initial or final offer. The Contracting Entity reserves the right to award the contract on the basis of the initial offer or any subsequent initial offers. The Contracting Entity does not pay participation fees to the tenderers who participate in the entire tender process and submit a final conditional offer. The negotiation process is described in more detail in the tender specifications, appendix B - "Additional Information" and appendix C - "Negotiation plan".

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72224100 System implementation planning services
Additional classification ( cpv ): 72263000 Software implementation services

2.1.2 Place of performance

Country subdivision (NUTS) : Østsjælland ( DK021 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 30 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : The applicant will be excluded from participation in the tendering procedure, if the Applicant is covered by the provisions in §§ 135 and 136 (1-3) of the Public Procurement Act which mentions mandatory reasons for exclusion, as well as the reasons for exclusion stated in § 137(1), no. 2 of the Public Procurement Act, cf. § 11 (1), no. 1 of the Implementing Order, unless the Applicant has submitted sufficient documentation regarding its reliability in accordance with § 138 of the Public Procurement Act, cf. Implementation Order § 11 (1), no. 2. The use of the voluntary grounds for exclusion is in compliance with the principle of proportionality. Trivial conditions cannot thus lead to exclusion of the Applicant. Several cases of conditions that are individually minor serious may however give rise to excluding the Applicant. Before the awarding decision the Applicant that the Ordering Party intends to award the contract to, must provide documentation for the information submitted in the ESPD according to §§ 150-155 of the Public Procurement Act, cf. Section 12 of the Implementing Order. Pursuant to § 152 (4) of the Public Procurement Act, cf. § 12 of the Implementing Order an Applicant who is included on an official list of approved financial actors, cf. § 156 of the Public Procurement Act, can submit a certificate of acceptance to the Contracting Entity issued by the competent authority. This certificate replaces the documentation mentioned in §§ 153-155, 157 and 158. 1st and 2nd point. The Contracting Entity can only accept certificate of inclusion on an official list from applicants and Applicants established in the country that maintains the official list.
Legal basis :
Directive 2014/25/EU
Directive 2014/25/EU (the Utilities Directive) - The Utilities Directive (Directive 2014/25/EU) has been implemented in Danish law by an executive order on the procedures for entering into contracts within water and energy supply, transport and postal services (Executive Order No. 1078 of 29 June 2022), which also contains supplementary provisions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender of contract regarding delivery of Workforce Management System
Description : The tender involves the delivery and implementation of a Workforce Management System (WMS) for the efficient planning, management, and optimization of the workforce. The system must handle work schedules, shift planning, competency tracking, and absence management, while integrating with existing SAP systems. The solution must be user-friendly, scalable, and comply with relevant regulations, including GDPR. The supplier will be responsible for consultancy, implementation, user training, as well as ongoing support and maintenance. The objective is to optimize resource utilization and facilitate data-driven decision-making in workforce management.
Internal identifier : 382684

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72250000 System and support services
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72224100 System implementation planning services
Additional classification ( cpv ): 72263000 Software implementation services

5.1.2 Place of performance

Country subdivision (NUTS) : Østsjælland ( DK021 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The contract's ordinary duration is valid from 2026 to 2033. The contract can be extended beyond the ordinary period of 3x12 months until 2036 at the latest

5.1.5 Value

Estimated value excluding VAT : 30 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : The applicant will be excluded from participation in the tendering procedure, if the Applicant is covered by the provisions in §§ 135 and 136 (1-3) of the Public Procurement Act which mentions mandatory reasons for exclusion, as well as the reasons for exclusion stated in § 137(1), no. 2 of the Public Procurement Act, cf. § 11 (1), no. 1 of the Implementing Order, unless the Applicant has submitted sufficient documentation regarding its reliability in accordance with § 138 of the Public Procurement Act, cf. Implementation Order § 11 (1), no. 2. The use of the voluntary grounds for exclusion is in compliance with the principle of proportionality. Trivial conditions cannot thus lead to exclusion of the Applicant. Several cases of conditions that are individually minor serious may however give rise to excluding the Applicant. Before the awarding decision the Applicant that the Ordering Party intends to award the contract to, must provide documentation for the information submitted in the ESPD according to §§ 150-155 of the Public Procurement Act, cf. Section 12 of the Implementing Order. Pursuant to § 152 (4) of the Public Procurement Act, cf. § 12 of the Implementing Order an Applicant who is included on an official list of approved financial actors, cf. § 156 of the Public Procurement Act, can submit a certificate of acceptance to the Contracting Entity issued by the competent authority. This certificate replaces the documentation mentioned in §§ 153-155, 157 and 158. 1st and 2nd point. The Contracting Entity can only accept certificate of inclusion on an official list from applicants and Applicants established in the country that maintains the official list.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The total evaluation technical price is calculated on the basis of the completed price list in appendix 1.1.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : The quality of the offered solution is assessed based on the documents mentioned in tender specifications, appendix A - "Tender Evaluation", section 2.3. The sub-criteria "Quality" is divided into two sub-sub criterias: • Functional requirements (50 %) • Non functional requirements (50 %)
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Implementation
Description : The sub-criteria "Implementation" is assessed based on the documents mentioned in tender specifications, appendix A - "Tender Evaluation", section 2.4. The sub-criteria "Implementation" is divided into two sub-sub criterias: • The Tenderer’s offered implementation plan (60 %) • The allocated project team during the implementation (40 %).
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 50

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævn for udbud
Information about review deadlines : In accordance with the Act on the enforcement of the tendering rules, etc. (the act can be downloaded from www.retsinformation.dk ), the following deadlines for submitting complaints are accepted: Complaints about not being prequalified must be submitted to the Complaints Board for Tenders within 20 calendar days from the day after the day on which The Contracting Entity has sent a notification to the affected applicants about who has been prequalified, if the notification has provided a brief statement of the relevant reasons for the decision. In other situations, complaints about tenders must be submitted to the Complaints Board for Tenders before: 1) 45 calendar days after The Contracting Entity has published a notice in the Official Journal of the European Union that The Contracting Entity has entered into a contract. The deadline is counted from the day after the day on which the order has been published. 2) 30 calendar days counted from the day after the day on which The Contracting Entity has notified the affected tenderers that a contract based on a framework agreement with re-opening of the competition or a dynamic procurement system has been entered into, if the notification has provided a brief statement of the relevant reasons for the decision. 3) 6 months after The Contracting Entity has entered into a framework agreement, counted from the day after the day on which The Contracting Entity has notified the affected applicants and tenderers, cf. Section 2, subsection 2, or § 171, subsection of the Public Procurement Act. 4. At the latest at the same time as a complaint is submitted to the Complaints Board for Tenders, the complainant must notify The Contracting Entity in writing that the complaint has been submitted to the Complaints Board for Tenders, and whether the complaint has been submitted during the standstill period, cf. section 3 of the Act, subsection 1. In cases where the complaint has not been lodged during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. § 12, subsection of the Act 1. The e-mail address of the Complaints Board for Tenders is given in point VI.4.1.
Organisation providing additional information about the procurement procedure : Andel Holding A/S

6. Results

Value of all contracts awarded in this notice : 91 718 147 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Infosys Limited
Tender :
Tender identifier : Tender of contract regarding delivery of Workforce Management System - Infosys Limited
Identifier of lot or group of lots : LOT-0000
Value of the tender : 91 718 147 Danish krone
The tender is a variant : no
Subcontracting : Yes
Subcontracting value is known : no
Subcontracting percentage is known : no
Contract information :
Identifier of the contract : Tender of contract regarding delivery of Workforce Management System - Infosys Limited
Date of the conclusion of the contract : 29/08/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 1

8. Organisations

8.1 ORG-0001

Official name : Andel Holding A/S
Registration number : 25784413
Department : Koncernindkøb
Postal address : Hovedgaden 36
Town : Svinninge
Postcode : 4520
Country subdivision (NUTS) : Vest- og Sydsjælland ( DK022 )
Country : Denmark
Contact point : Adrian Bozorgi
Telephone : +45 70292900
Internet address : https://andel.dk/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævn for udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Telephone : +45 72405600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Infosys Limited
Size of the economic operator : Large
Registration number : N/A
Postal address : Plot No 44 and 97A, 3rd Cross, Electronics City, Hosur Road,
Town : Bangalore
Postcode : 560100
Country : India
Telephone : +44 7469236516
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : e4269912-58c6-4568-9249-d6f84213f9a9 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 03/09/2025 10:52 +00:00
Notice dispatch date (eSender) : 03/09/2025 11:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00576786-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025