Tender for purchase, delivery and implementation of CPQ (Configure-Price-Quote) sales B2B system.

The tender is to acquire a system tailored to the needs of Ørsted's B2B Business unit. This system is expected to streamline and optimize the offer and pricing calculation processes for an array of Power and Gas products, catering to a diverse clientele in Denmark and Sweden. The Contracting entity …

CPV: 72416000 Fornecedores de aplicações
Local de execução:
Tender for purchase, delivery and implementation of CPQ (Configure-Price-Quote) sales B2B system.
Local de premiação:
Ørsted Services A/S
Número do prémio:

1. Buyer

1.1 Buyer

Official name : Ørsted Services A/S
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Tender for purchase, delivery and implementation of CPQ (Configure-Price-Quote) sales B2B system.
Description : The tender is to acquire a system tailored to the needs of Ørsted's B2B Business unit. This system is expected to streamline and optimize the offer and pricing calculation processes for an array of Power and Gas products, catering to a diverse clientele in Denmark and Sweden. The Contracting entity is looking for a system that can automate the sales process, provide the most accurate data based on internal and external data sources and minimize manual data entry. The system shall be able to create and manage quotations, pricing, product management, demand forecasting, demand aggregation and sales requirements.
Procedure identifier : d5016ccd-cd7a-44d2-983e-f52c0aef9861
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 :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72416000 Application service providers

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( SEZZZ )
Country : Sweden
Additional information : The scope of the tender is cross-border. Main installation will be in Denmark, however the system will also be used in other locations in Denmark and in Sweden.

2.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( DKZZZ )
Country : Denmark
Additional information : The scope of the tender is cross-border. Main installation will be in Denmark, however the system will also be used in other locations in Denmark and in Sweden.

2.1.3 Value

Estimated value excluding VAT : 3 300 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/25/EU
Applicable cross-border law : The governing law of the tender procedure is Danish public procurement law.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Tender for purchase, delivery and implementation of CPQ (Configure-Price-Quote) sales B2B system.
Description : The tender is to acquire a system tailored to the needs of Ørsted's B2B Business unit. This system is expected to streamline and optimize the offer and pricing calculation processes for an array of Power and Gas products, catering to a diverse clientele in Denmark and Sweden. The Contracting entity is looking for a system that can automate the sales process, provide the most accurate data based on internal and external data sources and minimize manual data entry. The system shall be able to create and manage quotations, pricing, product management, demand forecasting, demand aggregation and sales requirements.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72416000 Application service providers
Options :
Description of the options : The order consists of basic order and two possible options. Option 1: Implementation of power products functionality in Sweden. Option 2: Consultancy services. As further described in tender material.

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( NLZZZ )
Country : Denmark
Additional information : The scope of the tender is cross-border. Main installation will be in Denmark, however the system will also be used in other locations in Denmark and in Sweden.

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( LVZZZ )
Country : Sweden
Additional information : The scope of the tender is cross-border. Main installation will be in Denmark, however the system will also be used in other locations in Denmark and in Sweden.

5.1.3 Estimated duration

Start date : 16/12/2024
Duration : 7 Year

5.1.4 Renewal

Maximum renewals : 4
The buyer reserves the right for additional purchases from the contractor, as described here : The buyer reserves the right for additional purchases from the contractor, as described here: Option to extend the agreement. After the initial 3 years of the agreement, the agreement can be renewed for an additional 4 x 12 months up to a total duration of 7 years.

5.1.5 Value

Estimated value excluding VAT : 3 300 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Please note the start date is only indicative and is subject to change.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Applicant’s economic and financial capacity
Description : The Applicant is encouraged to provide the following figures based on the latest two signed and approved annual reports: - A minimum turnover of EUR 1.5 (one-point-five) million in the last two financial years (condition must be met for each year separately). - A Solvency ratio (total equity/total assets) above 15 (fifteen) in the last financial years The Applicant is requested to fill out the fields “General turnover” (with the actual total turn-over in the last two financial years) and “Solvency Ratio” (with the actual solvency ratio in the last financial year and the total equity and total assets in the last financial year) in part IV-B “Economic and Financial standing” of the eESPD or Annex D Template for Financial Figures. If the Applicant is a Consortium or uses Supporting Entities for the fulfillment of the minimum requirements for economic and financial capacity, the fulfillment will be assessed based on the companies' aggregated figures. i.e., the turnover of the companies will be multiplied, and the solvency ratio will be calculated based on the aggregated total equity and the aggregated total assets (e.g., (Applicant's total equity + supporting entity's total equity)/(Applicant's total assets + supporting entity's total assets)). 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 eESPD. 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 eESPD 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 eESPD: “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 eESPD 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 eESPD part V or Annex D Template for Financial Figures. Please note that unless otherwise stated in this Prequalification Notice the Applicant will be requested to submit documentation at a later stage of the Tender Procedure that shows that the Applicant fulfils the selection criteria.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Technical and professional ability
Name : Applicant’s experience
Description : Information about the Applicant’s experience 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 C (Prequalification References) a) Experience in successful delivery and operation of multi-user and cross-country Configure-Price-Quote B2B cloud sales systems in organizations similar to Ørsted, in gas and/or oil and/or power sector. b) Experience in technical implementations and integrations of CPQ cloud B2B systems. Applicants are encouraged to provide references for successful technical implementations and integrations of CPQ systems. Please submit references for the experience described in 3.4.1 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 the Contract Notice). The Applicant is encouraged to provide the following information for each reference about the Applicant’s experience: a) Name of the customer (can be anonymized). b) Brief description of the reference customer, including industry. c) Contract value (preferably in EUR) d) Contract duration, including commencement and completion date. e) Number of employees of the customer. f) Description of a project. A minimum of 3 and a maximum 5 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. Assessment of experience The Applicant’s experience will be based on the information submitted in accordance with Section 3.4 and will be an overall assessment of: a) Experience with organizations within the same industry as Ørsted's B2B business area is considered beneficial, particularly with those handling both gas and power products. It is especially advantageous if the applicant has worked with other utility providers of similar size and complexity to Ørsted. Furthermore, documented experience with CPQ solutions tailored for B2B customers will be regarded as a significant asset. b) Demonstrated experience in integrating CPQ systems with existing organizational infrastructure, such as billing systems, Datahub, and meter data management, as well as financial hedging reporting tools like Endur or similar, will be highly regarded. Documented experience with complex infrastructures and application stacks is particularly sought after. Additionally, experience with integrating cloud-based solutions with customer's on-premises systems in a hybrid deployment model will be considered advantageous. c) It will be considered positive if the references relate to a similar number of users of the platform and the size of the entity in which the project was implemented is similar to Contracting Entity (at least an organization of 200 employees operating at least in two different countries and serving a large customer base with multiple different power and gas requirements). Information about references in part V of the eESPD or Annex C Prequalification references will be considered final documentation.
Use of this criterion : Used
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 : 2
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 : Price
Name :
Description : Project Economy. The most economically advantageous tender shall be identified on the basis of the best price/quality ratio, as further described in the tender material.
Weight (percentage, exact) : 35
Criterion :
Type : Quality
Name :
Description : Technical Solution. The most economically advantageous tender shall be identified on the basis of the best price/quality ratio, as further described in the tender material.
Weight (percentage, exact) : 55
Criterion :
Type : Quality
Name :
Description : Implementation. The most economically advantageous tender shall be identified on the basis of the best price/quality ratio, as further described in the tender material.
Weight (percentage, exact) : 10
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English

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 : 12/08/2024 11:00 +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 the Suppliers are allowed to submit deviations to those provisions during the Tender Procedure.
Financial arrangement : Please refer to tender material for more details.
Information about review deadlines : Complaints about not having been pre-qualified must be filed with the Complainants 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.

5.1.15 Techniques

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

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud, Nævnenes Hus
Organisation providing additional information about the procurement procedure : Ørsted Services A/S
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate : Ørsted Services A/S
Organisation processing tenders : Ørsted Services A/S

8. Organisations

8.1 ORG-0004

Official name : Ørsted Services A/S
Registration number : DK27446485
Postal address : Kraftværksvej 53
Town : Fredericia
Postcode : DK 7000
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 99 55 11 11
Internet address : https://orsted.com/
Information exchange endpoint (URL) : https://www.orstedprocurement.com/web/login.html
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0006

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 : 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0007

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 37795526
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41 71 50 00
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

11. Notice information

11.1 Notice information

Notice identifier/version : 9ca92e84-37a6-4e8b-b353-35a360cba1b2 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/07/2024 13:11 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00419385-2024
OJ S issue number : 135/2024
Publication date : 12/07/2024