Framework Agreement for DevOps Engineers to Energinet's OT Platform

Through the establishment of the present framework agreement, the Contracting Authority’s purpose of the tender is to find a strategic Supplier with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). The framework agreement regards Platform Service DevOps Engineers and …

CPV: 72000000 Services de technologies de l'information, conseil, développement de logiciels, internet et appui, 72200000 Services de programmation et de conseil en logiciels
Lieu d'exécution:
Framework Agreement for DevOps Engineers to Energinet's OT Platform
Service d'adjudication:
Energinet
Numéro d'adjudication:
24/15162

1. Buyer

1.1 Buyer

Official name : Energinet
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Framework Agreement for DevOps Engineers to Energinet's OT Platform
Description : Through the establishment of the present framework agreement, the Contracting Authority’s purpose of the tender is to find a strategic Supplier with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). The framework agreement regards Platform Service DevOps Engineers and Infrastructure DevOps Engineers. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension for 4*1 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender. The estimated consumption during the term of the framework agreement is expected to amount to: • EUR 21,500,000.00 Maximum consumption during the term of the framework agreement amounts to: • EUR 43,000,000.00 The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently. The Contracting authority reserves the right to award the contracts under the present framework agreement as periodic contracts as defined in the preparatory work to article 97 of The Public Procurement Act (Act. No. 1564 of 15 December 2015). The award of a periodic contract entailc that one supplier is chosen for a period of either 12, 24, 36 and 48 months (however, no longer than 24 months after the expiry of the framework agreement) regarding the specified services under the frame agreement.
Procedure identifier : 04828dd6-6a63-4514-a0ad-f08e03a28937
Previous notice : 888cb471-296f-4140-a439-3a8a1a870e6c-01
Internal identifier : 24/15162
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The tenders submitted must be valid for a period of 6 months as from the specified time limit for the submission of tenders. If the tenderer during the negotiation phase, prepares and submits revised tenders, such tenders must also be valid for the period of 6 months from the specified time limit for these revised tenders. In the event the investment screening process described in section 1.7 exceeds the expiry date of the validity period the validity of the economically most advantageous tender is automatically extended until the finalisation of the screening process added reasonable time for subsequent contract signing (assuming the outcome of the investment screening is positive).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Energinet locations

2.1.3 Value

Estimated value excluding VAT : 21 500 000 Euro
Maximum value of the framework agreement : 43 000 000 Euro

2.1.4 General information

Call for competition is terminated
Additional information : 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”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority ( www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). The tender must be in Danish or English, which also apply for all communication during the tender procedure. Text in other languages than these will not be taken into consideration. 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 ap-plicants own ESPD together with a separate ESPD from each of the entities it relies on with a com-pleted part II: “Information concerning the eco-nomic 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.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement for DevOps Engineers to Energinet's OT Platform
Description : Through the establishment of the present framework agreement, the Contracting Authority’s purpose of the tender is to find a strategic Supplier with high expertise in delivering security pipelines for platform & infrastructure layers for applications used to control Operational Technology (OT). The framework agreement regards Platform Service DevOps Engineers and Infrastructure DevOps Engineers. For further details concerning the purchase, reference is made to the appendices to the tender documents. The total purchase is made for a period of 4 year(s) from the signing of the framework agreement with the option of an extension for 4*1 years. Orders under the framework agreement will be allocated directly to the supplier which, in the view of the Contracting Authority, has submitted the most economically advantageous tender. The estimated consumption during the term of the framework agreement is expected to amount to: • EUR 21,500,000.00 Maximum consumption during the term of the framework agreement amounts to: • EUR 43,000,000.00 The consumption figures are estimates only and are consequently not binding for the Contracting Authority. The Contracting Authority is not obligated to purchase solely from the framework agreement and may in connection with single-standing purchases choose to tender these independently. The Contracting authority reserves the right to award the contracts under the present framework agreement as periodic contracts as defined in the preparatory work to article 97 of The Public Procurement Act (Act. No. 1564 of 15 December 2015). The award of a periodic contract entailc that one supplier is chosen for a period of either 12, 24, 36 and 48 months (however, no longer than 24 months after the expiry of the framework agreement) regarding the specified services under the frame agreement.
Internal identifier : 24/15162

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Options :
Description of the options : 4x1 year.

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Energinet locations

5.1.3 Estimated duration

Duration : 4 Year

5.1.4 Renewal

Maximum renewals : 4

5.1.5 Value

Estimated value excluding VAT : 21 500 000 Euro
Maximum value of the framework agreement : 43 000 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : 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”. A guide to the ESPD can be found on the webpage of the Competition and Consumer Authority ( www.KFST.dk) in Danish (the Contracting Authority is not responsible for the content of the guide). The tender must be in Danish or English, which also apply for all communication during the tender procedure. Text in other languages than these will not be taken into consideration. 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 ap-plicants own ESPD together with a separate ESPD from each of the entities it relies on with a com-pleted part II: “Information concerning the eco-nomic 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.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Working Methodology
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Organization and Competence Building
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 35
Criterion :
Type : Quality
Name : Collaboration
Description : See Tender Conditions
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 15
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 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 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.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : 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 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.
Organisation providing additional information about the procurement procedure : Energinet -
Organisation providing offline access to the procurement documents : Energinet -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation whose budget is used to pay for the contract : Energinet
Organisation executing the payment : Energinet
Organisation signing the contract : Energinet

6. Results

Value of all contracts awarded in this notice : 21 500 000 Euro
Maximum value of the framework agreements in this notice : 43 000 000 Euro
Approximate value of the framework agreements : 21 500 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 43 000 000 Euro
Re-estimated value of the framework agreement : 21 500 000 Euro

6.1.2 Information about winners

Winner :
Official name : NNIT A/S
Tender :
Tender identifier : Framework Agreement for DevOps Engineers to Energinet's OT Platform
Identifier of lot or group of lots : LOT-0000
Value of the tender : 21 500 000 Euro
The tender was ranked : no
The tender is a variant : no
Contract information :
Identifier of the contract : Framework Agreement for DevOps Engineers to Energinet's OT Platform
Date of the conclusion of the contract : 30/04/2025
The contract is awarded within a framework agreement : yes
Notice that created the framework agreement : 708908-2024
Organisation signing the contract : Energinet

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5
Range of tenders :
Value of the lowest admissible tender : 21 500 000 Euro
Value of the highest admissible tender : 43 000 000 Euro

8. Organisations

8.1 ORG-0001

Official name : Energinet
Registration number : 28980671
Postal address : Tonne Kjærsvej 65
Town : Fredericia
Postcode : 7000
Country subdivision (NUTS) : Sydjylland ( DK032 )
Country : Denmark
Contact point : Procurement - K
Telephone : +45 70102244
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsen Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : NNIT A/S
Size of the economic operator : Medium
Registration number : 21 09 31 06
Postal address : Weidekampsgade 14
Town : København S
Postcode : 2300
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 70244242
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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

11. Notice information

11.1 Notice information

Notice identifier/version : 6b904279-b39a-4dab-be9f-145dfffa7f2b - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 01/05/2025 08:49 +00:00
Notice dispatch date (eSender) : 01/05/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00287664-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025