Tender for ​purchase, delivery and implementation of Ørsted Risk Management Platform

The Contract is for the purchase, delivery and implementation of Ørsted Risk Management Platform to the Contracting Entity for the Project. The purpose of the purchase is for Ørsted to acquire a comprehensive Risk Management Platform to support our organization in effectively managing risks across our company, including wind farm …

CPV: 48000000 Software package and information systems, 72212730 Security software development services, 72222300 Information technology services, 72260000 Software-related services, 72263000 Software implementation services, 72416000 Application service providers
Place of execution:
Tender for ​purchase, delivery and implementation of Ørsted Risk Management Platform
Awarding body:
Ørsted Services A/S
Award number:

1. Buyer

1.1 Buyer

Official name : Ørsted Services A/S
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Tender for ​purchase, delivery and implementation of Ørsted Risk Management Platform
Description : The Contract is for the purchase, delivery and implementation of Ørsted Risk Management Platform to the Contracting Entity for the Project. The purpose of the purchase is for Ørsted to acquire a comprehensive Risk Management Platform to support our organization in effectively managing risks across our company, including wind farm operations. Ørsted operates in the renewable energy sector, manages a diverse portfolio of wind assets, both in development and in operation. The complexity of operations, along with external factors like environmental regulations and regulatory requirements, requires the continuous evolution of our risk management approach to maintain resilience, agility, and efficiency across the risk lifecycle. We aim to establish a platform where the major business risk areas will be able to manage their detailed risks in their individual access-controlled domains. Risks should be able to be aggregated at an enterprise level with integration from other risk systems. The new platform should enable us to capture risks consistently from many business areas across the organization, promote consistency in risk evaluation, and facilitate enhanced communication and decision-making at all layers of the business. The platform should support structured risk identification and assessment methodologies, allowing Ørsted to prioritize risk based on likelihood and impact, and assign clear ownership and mitigation actions.
Procedure identifier : 72c87c16-ac38-4b61-a4f4-119fa98660e0
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 72416000 Application service providers

2.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 2 500 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender for purchase, delivery and implementation of Ørsted Risk Management Platform
Description : The Contract is for the purchase, delivery and implementation of Ørsted Risk Management Platform to the Contracting Entity for the Project. The purpose of the purchase is for Ørsted to acquire a comprehensive Risk Management Platform to support our organization in effectively managing risks across our company, including wind farm operations. Ørsted operates in the renewable energy sector, manages a diverse portfolio of wind assets, both in development and in operation. The complexity of operations, along with external factors like environmental regulations and regulatory requirements, requires the continuous evolution of our risk management approach to maintain resilience, agility, and efficiency across the risk lifecycle. We aim to establish a platform where the major business risk areas will be able to manage their detailed risks in their individual access-controlled domains. Risks should be able to be aggregated at an enterprise level with integration from other risk systems. The new platform should enable us to capture risks consistently from many business areas across the organization, promote consistency in risk evaluation, and facilitate enhanced communication and decision-making at all layers of the business. The platform should support structured risk identification and assessment methodologies, allowing Ørsted to prioritize risk based on likelihood and impact, and assign clear ownership and mitigation actions.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 72212730 Security software development services
Additional classification ( cpv ): 72416000 Application service providers
Options :
Description of the options : Maximum number of renewals 4. Consultancy services for further IT development and customization are defined in Appendix 2_Price Catalogue, are requested as an Option 1. Full information on the Options can be found in Tender Material.

5.1.2 Place of performance

Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 4
Other information about renewals : The buyer reserves the right for additional purchases from the contractor, as described here: Option to extend the agreement. After the initial 4 years of the agreement, the agreement can be renewed for an additional 4 x 12 months up to a total duration of 8 years.

5.1.5 Value

Estimated value excluding VAT : 2 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Economic and financial capacity 35% The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - Turnover (revenue) - Earnings before tax (EBT) - Current assets - Total assets (sum of all assets) - Total shareholder’s equity (equity including minority shares) - Current liabilities - Intangible assets - Inventories - Trade receivables - Cash and cash equivalents - Trade payables - Total interest-bearing debt (bank loans, borrowings, draw on revolving credit facilities and corporate bonds) The Applicant is requested to fill out the above figures in section “Economic and Financial standing” of the eESPD or Annex C Template for financial figures. If the Applicant is a newly established legal entity and therefore is not able to submit the abovementioned figures the Applicant is encouraged to provide the opening balance. If the Applicant has only one approved annual report at the time of the Prequalification Deadline the Applicant is encouraged to provide those figures and is encouraged to inform the Contracting Entity that the Applicant has only one approved annual report. A newly established legal entity is encouraged to consider relying on the economic and financial capacity of the parent company or any other supporting entity. The Applicant is encouraged to submit a description of its ownership and corporate structure. If the Applicant is a subsidiary, the Applicant is encouraged to submit the name of the highest possible group parent – being an entity directly or indirectly controlling more than 50 % of the Applicant. The information may be provided in part V of the ESPD. The Contracting Entity reserves the right to set a deadline for submission of the description of ownership structure after the deadline for request to participate. If the Applicant relies financially on another legal entity, and this entity is a parent company to the Applicant and the companies have consolidated accounts, it is possible to submit financial information for the parent company only but it is to be made clear from part II C of the ESPD that the Applicant relies on the economic and financial information of the parent company or any other supporting entity by ticking “yes” in section II C of the ESPD: “Does the economic operator rely on the capacities of other entities…”. In such cases the Applicant is encouraged to state that it has consolidated accounts. If the Applicant is part of a profit-sharing agreement with another legal entity, cf. for example Germany’s Ergebnisabführungsvertrag or equivalent legal arrangement or if the parent company of the Applicant has made a statement according to the Dutch Civil Code article 2:403 (a “403 statement”) or equivalent legal arrangement, the Applicant should declare in the ESPD part II C that it relies on another entity. Further the supporting entity shall fill out a separate ESPD. The Applicant or the supporting entity is encouraged to explicitly mention the profit sharing agreement/403 statement in the ESPD part V. In case of a profit sharing agreement the evaluation will be based on the figures for the financially strongest entity participating in the arrangement. Only this company has to insert financial figures in the ESPD part V.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : Experience 65 % The Applicant is encouraged to provide the following information about the Applicant’s experience with the submitted in either part V of the eESPD or in Annex H Prequalification References a) Experience in successful delivery and operation of multi-user and cross-country Risk Management Systems in organizations similar to Ørsted, in big construction and development sector. b) Experience in technical implementations and integrations of Risk Management systems. Applicants are encouraged to provide references for successful technical implementations and integrations of Risk Management Systems. Please submit references for the required experience described in 3.3.4.2 above. The references are considered positive if the scope has been carried out within the last three (3) years (calculated from the date of the publication of this Contract Notice). The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience: 1. Name of the customer 2. Brief description of the reference customer, including industry 3. Contract value (preferably in EUR) 4. Contract duration, including commencement and completion date. 5. Number of employees of the customer 6. Description of a project. A minimum of 3 (three) and maximum of 5 (five) references can be submitted as information under the selection criterion “Experience”. If more references are submitted, only the most recent references up to the maximum number of references will be considered. The most recent references will be determined based on start date. If any framework agreements are submitted as part of an Applicant’s references, Applicants are encouraged to submit the requested information at section 3.3.4.1 (Information about the Applicant’s experience) for the most recent or most significant call-off contract(s) concluded under such framework agreements. References only to the award of a framework agreement without reference to any call-off contract thereunder will be disregarded on the basis that no references have been referred to. No additional documentation for the selection criterion for experience will be required from the Applicant. However, the Contracting Entity reserves the right to contact the Applicant or relevant third parties for verification of the information stated in the description(s).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Project Lifecycle Cost. The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 25
Criterion :
Type : Quality
Description : Contractual Terms. The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 10
Criterion :
Type : Quality
Description : Technical Solution. The most economically advantageous tender shall be identified on the basis of the best price-quality ratio as further described in tender material.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 65

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 04/08/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Reference is made to section 6 in the Prequalification Notice. Full information on the main conditions of the contract can be found in tender material. Contracting Entity may in the Tender Conditions state that Suppliers are allowed to submit deviations to those provisions during the tender procedure.
Financial arrangement : Please refer to tender material for more details

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 : Klagenævnet for Udbud, Nævnenes Hus
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complaints 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. There is no deadline for the Complaints Board’s review of a complaint about the result of the pre-qualification.
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrenceog Forbrugerstyrelsen

8. Organisations

8.1 ORG-0001

Official name : Ørsted Services A/S
Registration number : DK27446485
Postal address : Kraftværksvej 53 Skærbæk
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 99 55 11 11
Internet address : www.orsted.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for Udbud, Nævnenes Hus
Registration number : 10294819
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72 40 56 00
Internet address : www.naevneneshus.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrenceog Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 72 40 56 00
Internet address : www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 0f664fc3-1ae6-4ab8-b626-7afe24b92749 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 04/07/2025 16:11 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00442375-2025
OJ S issue number : 128/2025
Publication date : 08/07/2025