23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 133-326938
Offentliggjort
13.07.2020
Udbudstype
Udbud efter forhandling

Udbyder

Udviklings- og Forenklingsstyrelsen

Vindere

(18.01.2021)
IBM Danmark ApS
Prøvensvej 1
2605 Brøndby

Tender for the Delivery, Operation, Maintenance and Support of an Automatic Risk, Profile and Analysis System (ARPA)


Udviklings- og Forenklingsstyrelsen

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Udviklings- og Forenklingsstyrelsen
National registration number: 19552101
Postal address: Osvald Helmuths Vej 4
Town: Frederiksberg
NUTS code: DK DANMARK
Postal code: 2000
Country: Denmark
Contact person: Shobat Kaur Walia
E-mail: skw@ufst.dk

Internet address(es):

Main address: www.ufst.dk

I.1) Name and addresses
Official name: Toldstyrelsen
Postal address: Slet Parkvej 1
Town: Tranbjerg
NUTS code: DK DANMARK
Postal code: 8310
Country: Denmark
Contact person: Shobat Kaur Walia
E-mail: skw@ufst.dk

Internet address(es):

Main address: www.toldst.dk/

I.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/0b5aa885-e48c-4c1b-a793-dfa61aab629c/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/0b5aa885-e48c-4c1b-a793-dfa61aab629c/homepage
Tenders or requests to participate must be submitted to the abovementioned address
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: https://www.ethics.dk/ethics/eo#/0b5aa885-e48c-4c1b-a793-dfa61aab629c/homepage
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
Economic and financial affairs

Section II: Object

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

Tender for the Delivery, Operation, Maintenance and Support of an Automatic Risk, Profile and Analysis System (ARPA)

II.1.2) Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3) Type of contract
Services
II.1.4) Short description:

The IT and Development Agency of the Danish Ministry of Taxation (UFST) is to procure an Automatic Risk, Profile and Analysis system (ARPA) to replace the current Risk Analysis System (RAS). This project is a part of a collaboration on control and risk management in the EU, to enable the Danish Customs Agency to become compliant with the Union Customs Code (UCC) and enable the Danish Customs Agency to become more data-driven.

II.1.5) Estimated total value
Value excluding VAT: 88 000 000.00 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)
72200000 Software programming and consultancy services
72230000 Custom software development services
72590000 Computer-related professional services
72240000 Systems analysis and programming services
72260000 Software-related services
72510000 Computer-related management services
72222300 Information technology services
72250000 System and support services
72310000 Data-processing services
72253000 Helpdesk and support services
72254000 Software testing
72253200 Systems support services
II.2.3) Place of performance
NUTS code: DK DANMARK
II.2.4) Description of the procurement:

The purpose of this tender procedure is to procure an Automatic Risk, Profile and Analysis System (ARPA) to replace the current Risk Analysis System (RAS). The solution will support the risk analyst and the customs employees in the risk analysis processes, by identifying possible risk items for further inspection based on automatic risk analysis of declarations. The functionality of the Solution will support the following in the Danish Customs Agency:

1) risk analysis of declarations;

2) creation of risk profiles and EU common risk criteria;

3) profile simulation before creation.

The solution must be compliant with UCC, national legal requirements and additional relevant requirements when dealing with ‘EU Restricted’ data.

The solution shall furthermore support:

• automatic risk analysis of declarations based on a rule-based approach;

• a user interface that will enable the creation of configuration of EU common risk criteria;

• a user interface that will enable the creation and configuration of risk profiles;

• random selection configurable on statistical values and parameters;

• a functionality that will support profile simulation before production

• enable and support risk models developed in the customs data platform through an efficient integration.

The solution shall be license based.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Technical solution / Weighting: 40
Quality criterion - Name: Delivery / Weighting: 40
Cost criterion - Name: Economy / Weighting: 20
II.2.6) Estimated value
Value excluding VAT: 88 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The selection of candidates that are invited to tender will be based on an assessment of the candidates with the most relevant similar references, cf. Section II.1.4) and II.2.4). In this regard it will be weighted positively if the applicant demonstrates experience with the present procurement in terms of

I. a similar technical solution regarding functional and material scope of the delivery within the EEA, cf. Section II.1.4) and II.2.4);

II. implementation of customs solutions that is compliant with UCC;

III) a similar complex implementation project where the applicant has experience with cooperating with a similar public authority with a complex governance and in an implementation with multiple integrations and security measures that the solution must comply with, furthermore with dependencies to other systems, cf. Section II.1.4) and II.2.4);

IV. similar experience with operations and maintenance of a similar technical solution.

In the assessment the stated parameters I-IV are in prioritised order. Therefore references demonstrating experience with parameter I) are evaluated more positive than references demonstrating experience with parameter II). References demonstrating experience with parameter II) are evaluated more positive than references demonstrating experience with parameter III). References demonstrating experience with parameter III) are evaluated more positive than references demonstrating experience with parameter IV).

References demonstrating experience with all of the parameters I) - IV) will be evaluated more positively than references demonstrating experience with one or two of the parameters I)-IV).

Please note that any ambiguities and/or incomprehensibilities in the information submitted under Section III.1.3) may be regarded negatively in the evaluation when selecting the limited number of candidates.

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

The contract will have no fixed expiration day, but will run until terminated. The estimated value in Section II.2.6) is based on a 10 year period. The customer has decided not to divide the tender into lots since the tender concerns a critical it-system which is to be used across the Danish customs sector.

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
List and brief description of selection criteria:

1) the applicant shall submit information on the applicant’s annual turnover for the last 3 audited financial years. The information shall be stated in the European Single Procurement Document, Part IV.B ‘General yearly turnover’, cf. Section VI.3) below;

2) the applicant shall provide information on the applicant’s equity, as defined according to IFRS accounting principles, for the last 3 audited financial years. The information shall be stated in the European Single Procurement Document, Part IV.B ‘Other economic or financial requirements’, cf. Section VI.3) below.

In the event UFST requires documentation for the above, the applicant must provide the 3 latest audited annual financial reports or similar documentation. If these are not in English or Danish, the applicant is asked to also provide an English translation.

Reference is made to Section VI.3) with regard to the applicant's possibility of relying on the capacity of other entities.

Minimum level(s) of standards possibly required:

Minimum level(s) of standards possibly required:

1) the applicant must have achieved an annual turnover of at least DKK 175 000 000 in each of the preceding 3 audited financial years;

2) the applicant must have achieved a positive equity, as defined according to IFRS accounting principles,of at least DKK 25 000 000 in each of the preceding 3 audited financial years.

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

A description of the applicant's most important completed or ongoing deliveries within the last 5 years up until the deadline of request for pre-qualification. The reference will be assessed with regard to the part of the reference that has been carried out in the period from the deadline of request for pre-qualification and 5 years back in time. If a reference includes deliveries prior to this period, the applicant must describe which parts of the reference that was carried out within the relevant 5 years period prior to request for pre-qualification. It must be clearly identifiable to the customer which parts of the references that have been delivered within the 5 years period and whether these deliveries regards either development, implementation, operation and maintenance, etc.

The applicant must deliver a maximum of 5 references which are comparable with the present procurement, cf. Section II.1.4) and II.2.4) in this contract notice.

Each reference should include the following information:

— a description of the specific delivery;

— information on the reference customer;

— information on when the project was carried out (start and end date if it has ended and in the description a specification on what part of the reference that has been carried out within the 5 years period prior to the deadline of request for pre-qualification);

— information on the estimated contract value of the reference (if possible);

— information on the applicant’s role and responsibility in the delivery.

The stated period of experience is the last 5 years to ensure a sufficient competition. This is based on the nature of the procurement with long-term contracts.

Minimum level(s) of standards possibly required:

There are no minimum requirements applicable to the applicants references.

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:

The agreement is based on an agile framework and contains requirements for agile cooperation. Tenderers must be prepared to handle the customer's need for agile cooperation, development and implementation of the solution.

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
Competitive procedure with negotiation
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
Notice number in the OJ S: 2020/S 050-118657
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 19/08/2020
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

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:

In accordance with the Danish Act on Public Procurement (Act No 1564 of 15 December 2015 — available at www.retsinformation.dk) § 148, the customer must demand that the applicant completes the European Single Procurement Document (ESPD) as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the applicant fulfills the requirements listed in § 148(1) of the said Act.

The ESPD is available on Ethics at the URL stated in Section I.3) of this contract notice together with the rest of the tender documents. The ESPD should be completed via ethics.

The applicant shall complete the ESPD, Part II A, B and C, Part III A, B and C, Part IV B and C and Part V. Hereafter the ESPD should be submitted via ‘Tender documents’.

According to § 144 of the said Act, an applicant may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links between the entities. Where an economic operator wants to rely on the capacities of other entities, it shall as part of the application prove to the customer that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect.

An applicant who relies on the capacity of other entities shall ensure that the customer receives the applicant’s own ESPD together with a separate ESPD with the relevant information for each of the entities that the applicant relies upon. Finally when groups of entities, including temporary joint ventures, participates in the tender procedure together, each of the participating entities must complete a separate ESPD with the information required in Part II-IV.

Prior to a decision on the award of the contract, documentation for the information stated in the ESPD must be produced, cf. §§ 151-155 of the said Act. At any stage of the tender procedure, the customer further reserves the right to request an applicant/tenderer to submit documentation, if this is required to ensure that the procedure is conducted correctly.

The customer shall exclude an applicant/tenderer from participation in the tender procedure if the applicant/tenderer is subject to one of the mandatory and voluntary exclusion grounds in §§ 135, 136 and 137, subsection 1, number (1), (2) and (5) of the said Act. The applicant/tenderer shall submit information in this respect in the ESPD. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the said Act.

Applicants must submit applications for pre-qualification via Ethics (URL stated in Section I.3) of this contract notice).

VI.4) Procedures for review
VI.4.1) Review body
Official name: Complaints Board of Public Procurement (Klagenævnet for Udbud)
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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

Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (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. § 7(1) of the 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 in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement 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 involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Public Procurement Act, 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 its decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.

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.4.1).

The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
08/07/2020

Send til en kollega

0.047