23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 121-215047
Offentliggjort
27.06.2016
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets materiel- og indkøbsstyrelse

Security Consultant services at Information and Communication Technology (ICT)


Forsvarsministeriets materiel- og indkøbsstyrelse

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets materiel- og indkøbsstyrelse
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Nurten Kayhan
E-mail: fmt-id-s503@mil.dk
NUTS code: DK

Internet address(es):

Main address: http://forsvaret.dk/fmi

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/56719450
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/56719450
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://permalink.mercell.com/56719450
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object

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

 

Security Consultant services at Information and Communication Technology (ICT).

 

II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description:

 

The framework agreement concerns the Award of security consultant services at Information and Communication technology (ICT).

In connection with this task and through this tender, DALO is seeking to enter into a main framework agreement with up to 4 Companies that can offer ICT security consultants with extensive experience and specialist expertise within information security, as well as the fields of IT and communication. The purpose of this contract is to conduct light tender among the winners. DALO has entered into 4 parallel agreement that contain identical provisions and obligations. The Award of specific Purchase Order follows a light tender procedure in accordance with the provisions in clause 5.

The consultants shall assist DALO with the preparation of security documentation at all organisational levels and stages of Work for system security accreditation using the ISO 2700 concept or equivalent work flow.

— IT and communicating field.

 

II.1.5) Estimated total value
Value excluding VAT: 12 000 000.00 DKK
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)
72000000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

 

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser: http://permalink.mercell.com/56719450.aspx

Then choose the relevant tender.

 

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
Value excluding VAT: 12 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
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

 

DALO has decides not to divide the contract into lost due to this would unduly increase the cost or all concerned. Candidates should note that the contract will include a labour clause, set forth Appendix B. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

 

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

The candidate must use the European Single Procurement Document (preliminary version available from DALO) as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the standards required, and how the candidate fulfils the objective and non-discriminating criteria for pre-qualification, cf.§ 148(1), cf. § 145(2) of the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at: www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with § 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following information shall be submitted in the ESPD. Please that prior to Award of the contract, the information submitted must be verified by DALO in accordance with §§151-155 of the Danish Act on Public Procurement.

The European Single Procurement Document is available along with the tender documents at: http://permalink.mercell.com/56719450.aspx

The reference list must consist of a list of the most important similar deliveries carried out over the past 3 years. The list should preferably include:

1. A description of each delivery services;

2. Information on when it was carried out;

3. The size and value of the delivery services;

4. The recipients of the delivery services (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery). Reference is made to section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.

 

Minimum level(s) of standards possibly required:

 

The tenderer shall demonstrate experience in the form of at least 2 similar deliver services in the last 3 years.

The only parts of The European Single Procurement Document which shall be fulfilled are:

Part II A, B (if relevant) and C (if relevant);

Part III A, B and C (mandatory grounds for exclusion);

Part IV C-1b;

Part VI.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

 

If prepayments are made, an on-demand guarantee from a recognized Financial institution must be presented. The Financial institution has to be approved by DALO.

References is made to the tender documents with regard to the payment terms. Invoicing must be done in accordance with the applicable Danish Legislation on Public Payments. At present, this is Danish Consolidation Act No 798 of June 2007 which requires invoicing to be done electronically. Exact terms will be stated in the contract. No particular legal form is required. If the contract is awarded to a Group of suppliers (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint 1 supplier to represent the group.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 21/07/2016
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 22/07/2016
Local time: 09:00
Place:

 

DALO.

 

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:

 

In accordance with the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at: www.retsinformation.dk) § 148 DALO must demand that the candidate completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the requirements listed in § 148(1) of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

The European Single Procurement Document is available along with the tender documents at: http://permalink.mercell.com/56719450.aspx

A candidate participating alone and Who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall only complete on European Single Documents. A candidate participating alone Who does rely on the capacity of other entities to fulfil the minimum requirements and the criteria for choosing the limited number of candidates shall ensure that DALO receives his own ESPD together with a separate ESPD with the relevant information for each of entities the candidate relies in.

When groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in Section II-IV)

Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. §§ 151 and 152 of the said Act. Further information and the applicable time limit is found in the tender material. DALO further reserves the right to at any stage of the tender procedure to request a tenderer to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DALO will set an appropriate time limit for submission of the documentation.

DALO shall exclude a candidate tenderer from participation in the tender procedure, if the tenderer is subject to 1 of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The tenderer shall submit information in this respect in the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act. Please refer to The Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act. Please Refer to the Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Documents.

Section VI.3) is to be continued on: http://permalink.mercell.com/56719450.aspx where the full text is uploaded as a document long with the rest of the tender documents.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Dahlerups Pakhus, Langelinie Allé 17
København
2100
Denmark
Telephone: +45 35291095
VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

Pursuant to Danish Act on the Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments — available at: www.retsinformation.dk), the following time limits for filing a complaint apply.

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, cf. § 171(2) of of the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at: www.retsinformation.dk) or § 2(1) of the Danish Act on The Complaints Board for Public Procurement, 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 into 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, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement.

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The email of The Complaints Board for Public Procurement is stated in Section VI.4.I)

The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the internet address stated in section VI.4.I)

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
København
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://kfst.dk

VI.5) Date of dispatch of this notice:
21/06/2016

Send til en kollega

0.047