23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 203-369038
Offentliggjort
20.10.2015
Udbudstype
Offentligt udbud

Udbyder

Københavns Universitet

Vindere

SaaS agreement for the delivery, integration, operation, hosting, maintenance and support of a Learning Management System (LMS) for the University of Copenhagen

(22.01.2016)
Instructure, Inc
6330 South 3000 East, Suite 700
UT 84121 Salt Lake City

EU call for tenders concerning an SaaS agreement for the delivery, integration, operation, hosting, maintenance and support of a Learning Management System (LMS) for the University of Copenhagen.


Københavns Universitet

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Københavns Universitet
29979812
Nørregade 10
For the attention of: Søren Hvilsted
1165 København K
DENMARK
Telephone: +45 53643240
E-mail: kontakt@tohv.dk

Internet address(es):

General address of the contracting authority: http://www.ku.dk/

Address of the buyer profile: http://eu.eu-supply.com/ctm/Supplier/CompanyInformation/Index/166597

Electronic access to information: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=153206&B=KU

Electronic submission of tenders and requests to participate: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=153206&B=KU

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
I.3) Main activity
Education
Other: university
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
EU call for tenders concerning an SaaS agreement for the delivery, integration, operation, hosting, maintenance and support of a Learning Management System (LMS) for the University of Copenhagen.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: København K.

NUTS code DK01

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
This call for tenders concerns the procurement of an SaaS agreement for the delivery, integration, operation, hosting, maintenance and support of a Learning Management System (LMS) for the University of Copenhagen (hereinafter: UCPH). A Learning Management System (hereinafter: LMS) is a software application for the performance and support of course and teaching activities, including activities which take place within the framework of the concepts of e-learning and blended learning.
II.1.6) Common procurement vocabulary (CPV)

72000000, 48100000, 72250000, 72268000, 72512000, 72514000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
With reference to the official key figures from Universities Denmark‘s Statistics in 2014 UCPH had 40 882 students (number of registered students) and a student FTE2 production of 26 713. In 2014, UCPH employed 10 058 FTEs and is thus Denmark’s largest educational institution. The 6 faculties at UCPH together offer more than 200 study programmes.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
None.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
30 days after receipt of a satisfactory invoice.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 1. The Supplier‘s personal circumstances:
— Details of the Supplier’s identity (the Supplier‘s full name and CVR number) as well as a contact person, including telephone number and e-mail address. (To be completed in Appendix 6).
— Completed and signed solemn declaration stating the extent to which the Supplier has unpaid due debt to public authorities (cf. the Danish Ministry of Finance’s Consolidation Act no. 336 of 13.5.1997) and concerning fulfilment of Article 45 of the Public Procurement Directive. A preprinted form is attached as Appendix 2 — Solemn declaration regarding unpaid, overdue debts to public authorities and the fulfilment of Article 45 of the Public Procurement Directive.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 2. Economic and financial standing:
— Where possible, i.e. depending on the date on which the Supplier's enterprise was established or the Supplier commenced trading, audited annual accounts for the last 3 full financial years.
Minimum level(s) of standards possibly required: Minimum requirements: It is a minimum requirement that the Supplier's equity capital for the last full financial year amounted to a minimum of 7 500 000 DKK.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
3. Technical and/or professional ability:
— Reference list of the 3 principal comparable deliveries made during the last 3 years, including a description of the deliveries and nomination of a contact person for the client in question, with telephone number and/or e-mail address. Comparable reference deliveries are the delivery and implementation of supplier-hosted LMS systems to higher education institutions with more than 10 000 student FTEs in the last official statistics (to be completed in Appendix 6).
Minimum level(s) of standards possibly required:
Minimum requirements: It is a minimum requirement that the Supplier has 3 comparable references.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
25.11.2015 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
Other: The tenders and all communication during the procurement procedure and contract period must be in Danish or English. Any appendices of a general nature may be in Danish, Swedish, Norwegian or English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
until: 24.5.2016
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
Suppliers are requested to seek clarification and answers to any queries by asking questions regarding the call for tenders.
All enquiries and questions regarding the call for tenders should be made in writing in EU-Supply by no later than 12:00 CET on 10.11.2015.
Questions received before the aforementioned deadline will be answered no later than 6 days before the expiry of the deadline for submission of tenders. Questions received after the expiry of the deadline for the submission of questions will be answered if the nature of the question does not make it disproportionately burdensome for UCPH to answer it no later than six days before the expiry of the deadline for submission of tenders.
Questions received later than 6 days before the deadline for submission of tenders will not be answered.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

Body responsible for mediation procedures

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Whereas a contracting authority has initiated an open procedure in accordance with directive 2004/18 EC, complaints regarding any part of the procurement process within the scope of directive 2004/18 EC, but not covered by the above paragraph, shall be filed to the Complaints Board for Public Procurement within 45 days from the day after the contracting authority has made a contract award notice public in the Official Journal of the European Union.
The complainant shall inform the contracting authority about the complaint at the latest when the complaint is filed with the Complaints Board for Public Procurement. In case the complaint concerns a decision regarding award of a contract the complainant shall inform the contracting authority whether the complaint is filed within the stand still period. If the complaint is not filed within the stand still period the complainant shall inform the contracting authority whether a suspension of the contract has been requested.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Klagenævnet for udbud
Dahlerups Pakhus — Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

VI.5) Date of dispatch of this notice:
15.10.2015

Send til en kollega

0.047