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
2016/S 093-165844
Offentliggjort
17.05.2016
Udbudstype
Udbud efter forhandling

Udbyder

Hovedstadens Beredskab I/S

Vindere

(04.11.2016)
Gartan Technologies Limited
F92PT73 Letterkenny

Workforce management system


Hovedstadens Beredskab I/S

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Hovedstadens Beredskab I/S
35440178
Bag Rådhuset 3
København V
1550
DENMARK
E-mail: ce1f@okf.kk.dk
NUTS code: DK011

Internet address(es):

Main address: http://permalink.mercell.com/58618804.aspx

Address of the buyer profile: http://www.hovedstadensberedskab.dk/

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/58618804.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/58618804.aspx
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object

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

 

Workforce management system.

 

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

 

The Capital Region Emergency Response Agency (Greater Copenhagen Fire Department) is established 1.1.2016 in order to carry out preventive and remedial emergency measures within the geographical areas of the municipalities of Albertslund, Brøndby, Frederiksberg, Glostrup, Hvidovre, Copenhagen and Rødovre (All mentioned as ‘the owner municipalities’). The tasks shall be carried out at a high professional level of preparedness, efficiently and in such a way that municipalities, businesses and citizens will experience simple, flexible case management and a safety-minded emergency organisation. In addition to its primary tasks, Greater Copenhagen Fire Department can undertake those that are natural extensions of them, for 1 or more of the owner municipalities or for other public authorities, including in the submission of bids for the present tender.

 

II.1.5) Estimated total value
Value excluding VAT: 6 000 000.00 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
72250000
72260000
II.2.3) Place of performance
NUTS code: DK01
II.2.4) Description of the procurement:

 

The Contracting Authority is looking to procure a software system to support its work force management processes. The details of the technical and functional requirements are outlined in the tender specifications. The Workforce Management System (WMS) is to help the Contracting Authority reduce the administrative overhead for managing work force and improve employee satisfaction by easing swaps of duties. The Contracting Authority will conclude 1 contract with 1 supplier. The Contract includes an option regarding education of End-Users.

 

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: 6 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2016
End: 30/09/2020
This contract is subject to renewal: yes
Description of renewals:

 

2 x 12 months.

 

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:

 

If more applicants meet the minimum qualification requirements than the number of applicants that the Contracting Authority will invite to submit tenders, see item of the Contract Notice, and these tenderers are not subject to exclusion, the Contracting Authority will make the selection based on the objective and non-discriminating criteria stated below.

The Contracting Authority must invite minimum 3 applicants to submit tender bids.

If more applicants meet the minimum qualification requirements than the number of applicants that the Contracting Authority will invite to submit tenders, see item of the Contract Notice, and these tenderers are not subject to exclusion, the Contract Authority will make the selection based on the objective and non-discriminating criteria stated below in section III (see ESPD-document, clause V).

The Contracting Authority will select the applicants who are generally evaluated to have the best and most relevant technical experience based ons the applicants references, cf. section III.1.3) clause 1). The Contracting Authority will invite 3 applicants to submit tender bids.

 

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 European Single Procurement Document will act as preliminary evidence that the applicant/tenderer is not subject to exclusion and that the applicant/tenderer meets the qualification requirements.

 

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:

 

Questions must be forwarded by Mercell Sourcing System. All e-mail inquiries must be marked ‘Tender — Workforce Management System’. Please note that all inquiries must be in writing. Inquiries cannot be made by phone or by personal contact. Any questions concerning the tender documents must be made during the pre-qualification and tender phase. The tenderers are requested to ask any questions no later than at the dates appearing in section 7 above. Questions will be answered to the extent possible no later than 6 days prior to the expiry of the deadlines for application and submission of a final tender. Any questions received later than 6 days after the expiry of the deadlines for application and submission of a final tender will not be answered. It is a requirement that the applicant/tenderer is not subject to exclusion. Further, the applicant/tenderer must meet the qualification requirements stipulated in item of the Contract Notice. The European Single Procurement Document will act as preliminary evidence that the applicant/tenderer is not subject to exclusion and that the applicant/tenderer meets the qualification requirements. The applicant/tenderer shall apply the European Single Procurement Document as preliminary evidence. Alternative statements etc. cannot replace the European Single Procurement Document. The Contracting Authority will not consider applications or tender bids that do not include the European Single Procurement Document as preliminary evidence. The applicant/tenderer must fill out the European Single Procurement Document in accordance with the Contracting Authority's directions in item of the Contract Notice.

(See sections 8.1 and 8.2 below).

Prior to the award, the successful tenderer must submit documentation of the information provided in the European Single Procurement Document. The Contracting Authority will only award the contract if the Contracting Authority has verified (based on the above documentation) that the tender bid is submitted by an applicant, who: 1) is not subject to exclusion; 2) meets the qualification requirements; and 3) has been selected to submit a tender bid under section 145 of the Procurement Act.

Under item of the Contract Notice the applicant/tenderer must state as follows in the European Single Procurement Document: The Contracting Authority will apply all the offences and all of the professional misconducts listed in Article 135-137 of the Danish Procurement Act (Act No 1564/2015) to the decision of whether an applicant is eligible to be invited to tender. The applicant will be required to confirm whether they do or do not have any of the listed criteria as part of the pre-qualification process. The Contracting Authority must invite minimum 3 applicants to submit tender bids. When selecting among the compliant applicants who meet the requirements for financial and technical capability, the contracting authority will select the applicants who are generally evaluated to have the best and most relevant technical experience based on the applicant's references.

The award criterion is the best balance between price and quality The tenderer is not entitled to submit alternative tender bids.

 

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

 

Economic and financial capability

It is provided by item of the Contract Notice that:

1. The applicant must have a positive equity;

2. The applicant must have a solvency ratio of minimum 15. (see ESPD-document, clause IV.B.4)).(for the last 2 fiscal years).

 

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

 

Technical and professional capability it is provided that: As evidence of the applicant's technical capability, the applicant must enclose: 1) A list of references describing minimum 3 similar or identical supplies made by the applicant in the last 3 years (see ESPD-document, clause IV.C.1b)), maximum 10 references and 1 A4 page per reference. The description must contain the following: a) The customer's name, address, telephone number and contact person. b) The date of performance. c) A brief description of the delivery and the scope. (If the performance of the contract has not been finalised, please state which part of the contract has been performed). 2) A statement concerning the applicants professional and educational competences in general within the field of the Contract (see ESPD-document, clause IV.C.6). 3) A statement concerning the applicant's annual average number of employees and executives in the last 3 years (see ESPD-document, clause IV.C.8)). The applicant must employ minimum 5 persons during these 3 years.

If the applicant is a consortium/consolidation of companies/ subcontractors the applicant must submit a separate ESPD-document for each participant, cf. ESPD-document, clause II.A, C and D.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: 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: 14/06/2016
Local time: 12:00
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, Danish
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 14/09/2016
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:
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
Fax: +45 33307799

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

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 stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still 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 e-mail 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
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
DENMARK
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100

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

VI.5) Date of dispatch of this notice:
12/05/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|