23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 095-262740
Offentliggjort
17.05.2022
Udbudstype
Begrænset udbud

Udbyder

Danmarks Nationalbank

Vindere

Project and program management

(06.01.2023)
Peak Consulting Group A/S
Lyngbyvej 2
2100 København Ø

IT architecture

(06.01.2023)
Devoteam A/S
Lyngbyvej 2, st.
2100 København Ø

IT security architecture, processes and compliance, security tests, forensics, threat intelligence and technical security and implementation of security products

(06.01.2023)
Accenture A/S
Bohrsgade 35
1977 København V

Financial management

(06.01.2023)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

Project and program management

(06.01.2023)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

Business intelligence, analytics, big data, machine learning and robotics

(06.01.2023)
Epico IT A/S
Borupvang 2C
2750 Ballerup

IT architecture

(06.01.2023)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

IT security architecture, processes and compliance, security tests, forensics, threat intelligence and technical security and implementation of security products

(06.01.2023)
KPMG P/S
Dampfærgevej 28
2100 København Ø

Development and implementation of new functionalities and adap-tation of existing IT systems

(06.01.2023)
Edora
Jægersborg Alle 1
2920 Charlottenlund

Security awareness

(06.01.2023)
PwC Statsautoriseret Revisionspartnerselskab
Strandvejen 44
2900 Hellerup

Business intelligence, analytics, big data, machine learning and robotics

(06.01.2023)
Fellowmind Denmark A/S
Rosenørns Alle 1
1970 Frederiksberg C

Development and implementation of new functionalities and adap-tation of existing IT systems

(06.01.2023)
KMD A/S
Lautrupparken 40
2750 Ballerup

Testing and test-related tasks

(06.01.2023)
Edora A/S
Jægersborg Alle 1
2920 Charlottenlund

Financial management

(06.01.2023)
KPMG P/S
Dampfærgevej 28
2100 København Ø

Tender for a Consultancy Framework Agreement


Danmarks Nationalbank

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Nationalbank
National registration number: 61092919
Postal address: Langelinie Allé 47
Town: København Ø
NUTS code: DK011 Byen København
Postal code: 2100
Country: Denmark
Contact person: DN - Jeanett Brurås
E-mail: jtb@nationalbanken.dk
Telephone: +45 33636069
Internet address(es):
Main address: https://www.nationalbanken.dk/en
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=330968&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=330968&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object

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

Tender for a Consultancy Framework Agreement

Reference number: TS-205921
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:

Danmarks Nationalbank (the contracting authority) is the central bank of Denmark, and is a self-governing, independent institution established by law. The contracting authority is responsible for ensuring the Danish payments infrastructure, which is the network of systems that makes it possible for consumers, corporations and financial actors to exchange payments and securities transactions. In addition approximately 450 employees depends on a functioning internal it-systems to perform their daily work.

This contract notice intends to establish a Consultancy Framework Agreement with a number of suppliers, to cover a wide range of expertise areas. The contracting authority intends to establish a close cooperation with the selected suppliers, to ensure rapid and smooth performance of services at a high expert level.

II.1.5) Estimated total value
Value excluding VAT: 204 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Project and Program management

Lot No: 1
II.2.2) Additional CPV code(s)
72224000 Project management consultancy services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The framework for project and program management is the Customer’s project management model, developed on the basis of experience with PRINCE2, and with inspiration from IPMA and Half Double. The success criteria are: Predictability for time and finances, high delivery quality, satisfaction with the co-operation, achievement of benefits. External project managers must fulfil the same role as for the Customer's internal project managers, which includes fulfilling the same requirements of method knowledge and management conduct. The project portfolio covers a range of many different types of products, such as business development, rationalisation, compliance, security and improvements, and maintenance of IT platforms and infrastructure.

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
Value excluding VAT: 30 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

Testing and testrelated tasks

Lot No: 2
II.2.2) Additional CPV code(s)
72254000 Software testing
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

Testing is performed in order to determine the quality of the service that is tested. For the test to be accurate, without its execution requiring a disproportionate input of resources, there is a need for planning, follow-up and management of a full test cycle, which also includes follow-up on deliveries and suitability for purpose, including assessment of the service/system's usability and stability, based on test results. Furthermore, insight into and experience from methods related to testing are required, including the more technical aspects of testing, such as, but not limited to, test automation, performance and load testing.

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
Value excluding VAT: 8 300 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

Development and implementation of new functionalities and adaptation of existing it-systems

Lot No: 3
II.2.2) Additional CPV code(s)</span>
72000000 IT services: consulting, software development, Internet and support
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The Customer wishes to have systems/functionalities that are user-friendly and robust towards errors. Besides enabling testing, the resulting system/functionality must also support stable and effective operation. The Supplier shall thus assist with e.g.:

• Drawing up requirements of the system/functionality to be developed

• System development/programming

• Integration, configuration and commissioning

• Testing and documentation of development

• Service management (in relation to this service and in the context of the other service management).

In step with the development of new technology a need may arise for the adaptation or maintenance of existing systems.

A relevant technology would be, but not limited to, Microsoft.

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
Value excluding VAT: 12 500 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

IT security architecture, processes and compliance, security tests, forensics, threat intelligence, technical security and implementation of security products

Lot No: 4
II.2.2) Additional CPV code(s)
79417000 Safety consultancy services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The services shall be delivered including the capability to deliver input and perform the task at SME level, deliver project management, drive initiatives and be able to handle tasks at both advisory and execution level within services related to IT-security architecture, processes and compliance, security tests, forensics and threat intelligence, technical security and implementation of security products, e.g. as follows:

• Design and implementation of solutions to prevent unauthorised system and data access, as well as hacker attacks

• Creation of processes for monitoring and escalation of IT security breaches

• Assistance with documentation and creation of the IT security policy, security manuals, etc. and assistance with compliance with personal data protection legislation, etc.

• Performance of security tests, and prevention and rectification of incidents

• Identification of potential IT security threats

• Creation of action plans to resolve security threats

• Advisory services concerning technical security

• Assistance and advisory services concerning security products and their implementation

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
Value excluding VAT: 19 200 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

IT architecture

Lot No: 5
II.2.2) Additional CPV code(s)
72240000 Systems analysis and programming services
72222000 Information systems or technology strategic review and planning services
72246000 Systems consultancy services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

IT architecture services must give the Customer a full overview of the Customer’s overall IT support, and set out guidelines to be followed by new acquisitions and additions to the IT infrastructure/systems, in order to retain flexibility, and so that complexity is kept under control, e.g. as follows:

• Preparation of an overview of the Customer's overall IT support

• Preparation of guidelines for the choice of applications, platforms, etc. and the structuring of data and integrations

• Design and principles for IT architecture

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
Value excluding VAT: 5 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

IT governance, advisory services concerning sourcing and enterprise service management

Lot No: 6
II.2.2) Additional CPV code(s)
79410000 Business and management consultancy services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

IT governance concerns structures and processes to manage the development/procurement and management of the components which support the Customer's activities. The Supplier shall thus be able to assist with sourcing strategy, including advisory services on supplier strategy, cost optimisation and planning, advisory services and assistance with the execution of calls for tender and the establishment of procurement processes, and finaly avisory services concerning the implementation of contract management, including standardisation/rationalisation and negotiation strategies.

Finally the Supplier shall be able to assist with advisory services concerning enterprise service management.

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
Value excluding VAT: 113 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

Business intelligence, analytics, big data, machine learning and robotics

Lot No: 7
II.2.2) Additional CPV code(s)
72316000 Data analysis services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The services shall be delivered including the capability to deliver input and perform the task at SME level, deliver project management, drive initiatives and be able to handle tasks at both advisory and execution level within services related to business intelligence, analytics, big data, machine learning and robotics, e.g. as follows:

• Data collection, often automated across various data sources

• Data integration and quality

• Processing, selection, grouping and statistical processing of data

• Presentation and reporting of data

• Data projection based on analyses and forecasts

• Service management (in relation to this service and in the context of the other service management).

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
Value excluding VAT: 10 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

Financial Management

Lot No: 8
II.2.2) Additional CPV code(s)
79210000 Accounting and auditing services
79212500 Accounting review services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The services shall be delivered including the capability to deliver input and perform the task at SME level, deliver project management, drive initiatives and be able to handle tasks at both advisory and execution level within services related to financial management, e.g. as follows:

• Clean-up and reconciliations in relation to financial management

• Process optimization

• ERP-assistance

• Document management and book keeping

• VAT management

• Financial and Business Controlling

• Financial reporting

• Professional sparring / support / training

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
Value excluding VAT: 2 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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
II.2) Description
II.2.1) Title:

Security Awareness

Lot No: 9
II.2.2) Additional CPV code(s)
79417000 Safety consultancy services
II.2.3) Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København Ø

II.2.4) Description of the procurement:

The services shall be delivered including the capability to deliver input and perform the task at SME level, deliver project management, drive initiatives and be able to handle tasks at both advisory and execution level within services related to security awareness, e.g. as follows:

• Assistance with Security Guidelines

• Assistance with compliance tasks

• Assistance with Security Crisis management

• Assistance with IT Security Awareness and training

• Assistance with documentation and creation of security manuals, etc

• Assistance with compliance and guidance regarding relevant Security ISO Standards focusing on Cloud Security

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
Value excluding VAT: 4 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the lot, see the description in sections II.1.4) and II.2.4).

The evaluation of the most relevant deliveries will be made on the basis of the extent to which the references document experience with delivery of comparable services. In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The candidate must submit the European Single Procurement Document ("ESPD") with the following information:

The candidate's equity in the most recent financial year available

If the candidate relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the candidate and the entities in question will be required by the contracting entity to undertake joint and several liability for the performance of the framework agreement.

The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:

The operator's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

Minimum level(s) of standards possibly required:

As a minimum requirement, a positive equity is required in the most recent annual report/financial statement available. If the candidate relies on the capacities of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the most recent annual report/financial statement available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.

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

The candidate must submit the ESPD with the following information:

A list of the 5 most significant comparable services for each of the specific lot(s) applied for, see sections II.1.4) and II.2.4), that the candidate has carried out in the latest 3 years before the expiry of the deadline for application.

Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the case of an ongoing task, only the part of the services already performed at the time of application will be included in the evaluation of the reference.

Each reference is requested to include a brief description of the deliveries made. The description of the delivery should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the candidate's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), the date of delivery and the name of the customer (recipient).

When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continuous basis under a framework agreement, the candidate is asked to indicate how the date is specified.

No more than 5 references for the specific lot(s) applied for may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or is a group of operators (e.g. a consortium).

If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the framework agreement, see section II.2.4), such specific parts of the services under the framework agreement must be performed by the entity on which the candidate relies.

The ESPD serves as provisional documentation that the candidate's compliance with the selection criterion, see section II.2.9).

Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the reference for verification of the information stated in the reference, including the dates of the reference indicated.

Minimum level(s) of standards possibly required:

No minimum level of technical and professional ability is required.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The framework agreement has incorporated CSR considerations, as appropriate, inspired by the principles of the UN Global Compact.

The Framework Agreement lays down requirements on compliance with the law on processing of personal data.

The Framework Agreement contains requirements that relevant staff must be able to pass security clearance.

If the Framework Agreement is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.

The total maximum value of the deliverables to be delivered under all lots is DKK 245.000.000,00 exclusive of VAT.

Tenderers are not guaranteed any minimum purchase, and is bound by the prices offered, irrespective of the turnover.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/06/2022
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 15/08/2022
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)

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Q2 2026

VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system, see the address set out in section I.3). For access to the procurement documents, the candidate must be registered or register as a user.

If the application contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions must be submitted not later than 31 May 2022. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than six days before expiry of the application deadline. Questions received later than six days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.

If the candidate encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70208014.

-o0o-

The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act (udbudsloven). It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies.

In this procedure, the candidate may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section III.1.2) and III.1.3), including for the purpose of selection, see section II.2.9). The operator(s) making its/their technical and/or financial capacity available to the candidate must sign a letter of commitment, see further in the tender specifications. The form is enclosed as an attachment to the tender specifications.

The candidate will be excluded from participation in the tender procedure if the candidate is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, unless the candidate has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the framework agreement must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.

-o0o-

Further information:

In the prequalification application, the candidate must indicate which lot the application applies to (from 1 to 9). If this is not indicated, the application will be deemed to apply to all the lots. Applications for different lots, will be evaluated independently of each other. Accordingly, a candidate may be prequalified for one lot without necessarily being prequalified for the other lots. Each candidate may submit only one prequalification application per lot.

Section II.1.5) is an estimate of the total estimated value of the deliverables under all lots. Section II.2.6) is an estimate of the estimated value of the deliverables under each individual lot. The estimated value is based on expected consumption.

The contracting entity may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk/
VI.4.2) Body responsible for mediation procedures
Official name: There is no such body
Town: København
Country: Denmark
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar 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 deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1.

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

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: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
12/05/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.048|