23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 126-225400
Offentliggjort
04.07.2016
Udbudstype
Offentligt udbud

Udbyder

Statsbiblioteket

Vindere

Tender for public procurement of delivery and maintenance of a meta-data repository for digital preservation

(06.10.2016)
Preservica Ltd
OX14 3YS Abingdon

Tender for public procurement of delivery and maintenance of a metadata repository for digital preservation


Statsbiblioteket

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Statsbiblioteket
Victor Albecks Vej 1
Aarhus C
8000
Denmark
Contact person: Karina Steffen
Telephone: +45 89462030
E-mail: tender@statsbiblioteket.dk
NUTS code: DK

Internet address(es):

Main address: http://www.statsbiblioteket.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.statsbiblioteket.dk/om-statsbiblioteket/udbud/metadata-repository
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Statsbiblioteket
Victor Albecks Vej 1
Aarhus C
8000
Denmark
Contact person: Frank Lund
E-mail: tender@statsbiblioteket.dk
NUTS code: DK

Internet address(es):

Main address: http://www.statsbiblioteket.dk

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
Recreation, culture and religion

Section II: Object

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

 

Tender for public procurement of delivery and maintenance of a metadata repository for digital preservation.

 

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

 

The State and University Library (hereafter called SB) is a public institution under the Danish Ministry of Culture. The library serves as university library for Aarhus University, as the main loan centre for Danish public libraries and also as a national library.

As a national library SB is engaged in long term preservation of digital cultural heritage material as part of its obligations according to the Danish legal deposit law.

SB wants to procure a new System, that shall replace the Existing Metadata Repository and the Metadata Management GUI in the existing Infrastructure for Digital Preservation. At the same time we expect the new system to fully or partially replace our components for ingest and analysis, enrichment and validation processes, metadata export, and access copy generation. Furthermore, we expect the new System to help us expand our processes for Digital Preservation Planning and Digital Preservation Actions.

 

II.1.5) Estimated total value
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)
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

 

The State and University Library (hereafter called SB) is a public institution under the Danish Ministry of Culture. The library serves as university library for Aarhus University, as the main loan centre for Danish public libraries and also as a national library.

As a national library SB is engaged in long term preservation of digital cultural heritage material as part of its obligations according to the Danish legal deposit law. Besides many audio collections SB also holds the Danish National Radio and TV Archive which includes more than 2.7 PB of digital recordings and grows daily. Another large collection is the digital newspaper collection with more than 26 000 000 digitised newspaper pages. This collection also grows daily and will hold close to 30 000 000 newspaper pages by the end of 2016.

All digital collections are to be preserved in the Digital Repository according to the core principles of the OAIS Reference Model (ISO 14721).

Our Existing Metadata Repository is open source, developed in-house and based on Fedora 3. One of the major problems of the Existing Metadata Repository is its inability to scale as the collections grow. We carry out the preservation of many millions of objects and we anticipate a large growth in the years to come. The new System must be able to scale to billions of objects and to integrate with SB's existing bit preservation solution, the Bit Repository.

The new System shall replace the Existing Metadata Repository and the Metadata Management GUI in the existing infrastructure. At the same time we expect the new system to fully or partially replace our components for ingest and analysis, enrichment and validation processes, metadata export, and access copy generation. Furthermore, we expect the new System to help us expand our processes for digital preservation planning and digital preservation actions.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

 

The Contract is entered into for 48 months with the possibility for 2 12-month extensions.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

Depositing the source code.

 

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

 

The contract is not divided into partial agreements, since the contracting entity considers that the contract's services and context is only suitable to be performed by a single supplier.

 

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
List and brief description of conditions:

 

Tenderers shall complete the European Single Procurement Document that acts as provisional documentation of eligibility. The Tenderer shall, upon request by the Contracting Authority, provide detailed documentation of eligibility. The successful Tenderer shall submit detailed documentation of eligibility within 8 calendar days after an award of contract.

The following documentation for personal circumstances shall be submitted upon request by the Contracting Authority:

Evidence that the grounds for exclusion in the Procurement Act's § 135 para. 1 or 3, § 136 Clause 1, 2 and 3 and § 137 Clause 2 or 7 do not apply to the Tenderer.

 

III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

The following documentation of financial capacity shall be submitted upon request by the Contracting Authority:

— The presentation of the enterprise's financial balance, including equity or extracts hereof, where publication of the balance is statutory in the country where the economic operator is established;

— A declaration of the service provider's turnover within the area of activity of the contract covering no more than the latest 3 available financial years, depending on when the service provider was established or started his enterprise, if the figures for this turnover are available.

 

Minimum level(s) of standards possibly required:

 

Minimum standards level(s) may possibly be required:

— Solvency ratio of at least 10 %;

— Turnover of at least 5 000 000 DKK within the area of activity of the contract.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

The following documentary evidence of technical capacity shall be submitted at the request of the Contracting Authority:

— Information on the educational and professional qualifications of the Tenderer and its employees and in particular of the person or persons responsible for implementation, training and support of the product;

— The submission of a list of the principal installations of the product that have been implemented during the last 3 years, which should contain an indication of the size of the installation/capacity and installation date and the public or private sector recipient. The reference should also be elaborated so that the Contracting Authority can obtain an impression of the relevance of the reference to this task;

— An indication of what proportion of the contract may possibly be subcontracted by the service provider.

 

Minimum level(s) of standards possibly required:

 

Minimum standards level(s) may possibly be required:

At least 5 references. The reference shall relate to the subject of the tender and shall be verifiable by the Contracting Authority. In this context, the reference shall convince the Contracting Authority that the Tenderer possesses the necessary experience to perform the task.

As a minimum requirement, the Tenderer shall document:

— That the Tenderer has the product running at a minimum of 5 cultural institutions.

 

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:

 

CSR as specified in the tender documents.

 

III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: yes
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: 22/08/2016
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 22/08/2016
Local time: 13:00

Section VI: Complementary information

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

 

It is noted that if the economic operator does not comply with the formal requirements in this notice and the tender documents the contracting entity may be required to reject the offer as not in compliance with the tender specifications.

The contracting entity shall exclude a tenderer from participation in the tender procedure, where the tenderer is covered by the mandatory exclusion grounds mentioned in §135 and §136 of the Public Procurement Act. The tenderer shall indicate this information in the European Single Procurement Document (ESPD). It should be particularly noted that some of these grounds for voluntary exclusion in the Public Procurement are made mandatory by §136 of the Public Procurement Act (Exclusion due to conflict of interest, exclusion due to distortions of competition as a result of prior inclusion and exclusion due to the provision of grossly inaccurate information, withholding of information or not being able to submit the final documentation).

The contracting entity shall also exclude a tenderer from participation in the tender procedure, where the tenderer is covered by the conditions specified in §137. 2 of the Public Procurement Act, that the tenderer has been declared bankrupt or is under insolvency or liquidation proceedings.

An economic operator, who participates alone and does not rely on the capacity of other entities, shall only complete one ESDP in order to conform to the documentation for exclusion and the selection criteria. An economic operator participating alone, but who relies on the capacity of one or more other entities, shall ensure that the contracting entity receives the operator's own ESDP with a separate ESDP with the relevant information for each of the entities upon which it relies.

Refer to the Competition and Consumer Authority's Guide to the European Single Procurement Document (ESPD) for the correct way to complete the form.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
København Ø
2100
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

Internet address:http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud://

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

Precise information on deadline(s) for lodging appeals:

According to the Act on Enforcement of Tender Regulations etc. (the Act can be downloaded from www.retsinformation.dk), the following deadlines apply for filing a complaint:

For appeal of a decision not to pre-qualify, the appeal must be filed with the Complaints Board for Public Procurement within 20 calendar days from the day following the day on which the contracting entity has notified the applicants concerned about who has been pre-qualified, if the notification contains a short summary of the relevant reasons for the decision.

Appeals concerning failure to be awarded the contract must be submitted within 45 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 appellant shall, no later than simultaneously with submitting an appeal to the Complaints Board for Public Procurement, notify the contracting entity that an appeal has been lodged with the Complaints Board for Public Procurement. This is most easily done by the complainant sending or e-mailing a copy of the complaint

with annexes to the contracting entity. The Complaints Board needs to know whether the complainant has notified the contracting entity, and the complainant must therefore submit a copy of the notification of the contracting entity to the Appeals Board.

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
29/06/2016

Send til en kollega

0.032