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
Offentliggjort
04.11.2024
Udbudstype
Andre

Udbyder

NORDUnet

Learning Management System DPS


NORDUnet

666669-2024 - Competition
Denmark – IT services: consulting, software development, Internet and support – Learning Management System DPS
OJ S 214/2024 04/11/2024
Contract or concession notice – standard regime
Services
1. Buyer
1.1.
Buyer
Official name NORDUnet
Legal type of the buyer : Entity with special or exclusive rights
Activity of the contracting authority : General public services
2. Procedure
2.1.
Procedure
Title Learning Management System DPS
Description An Learning Management Solution is a complex solution that integrates with all functions and systems within an institution of higher education. The Learning Management Solution impacts the way all education and teaching material is developed and delivered, therefore the impact of shifting from one LMS solution to another is very high and carries a lot of additional actual cost and manpower to implement and may take as long as 24 months to complete. This Dynamic Purchasing System is designed to enable NORDUnet and the Nordic NRENs to secure Learning Management Solution Service to fulfill the high-level requirements as listed in the Invitation to Participate, section 2. The proposed services must be fully operational three months from signature of any Customer Institution order.
Procedure identifier c9385614-ac53-402a-901c-04aedd12a542
Internal identifier 2024-2
Type of procedure Other multiple stage procedure
Main features of the procedure NORDUnet is conducting a procurement using a Dynamic Purchasing System (DPS). The requests to participate received within the initial deadline for application, will be assessed and completed before opening of the DPS. Assessment of applications received after the initial deadline will be completed within 10 working days. However, the Contracting Authority may extend the assessment period further, according to the conditions in the Danish Procurement Act section 104(4)-(5).
2.1.1.
Purpose
Main nature of the contract Services
Main classification   ( cpv ): 72000000   IT services: consulting, software development, Internet and support
Additional classification   ( cpv ): 48000000   Software package and information systems, 48100000   Industry specific software package, 48190000   Educational software package, 72200000   Software programming and consultancy services, 72210000   Programming services of packaged software products, 72211000   Programming services of systems and user software, 72212000   Programming services of application software, 72212190   Educational software development services, 80000000   Education and training services, 80300000   Higher education services, 80400000   Adult and other education services, 80420000   E-learning services, 80430000   Adult-education services at university level, 80490000   Operation of an educational centre
2.1.2.
Place of performance
Anywhere
2.1.3.
Value
Estimated value excluding VAT 150 000 000,00   EUR
2.1.4.
General information
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Agreements with other economic operators aimed at distorting competition Has the economic operator entered into agreements with other economic operators aimed at distorting competition?
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lot
5.1.
Lot LOT-0000
Title : Learning Management System DPS
Description : An Learning Management Solution is a complex solution that integrates with all functions and systems within an institution of higher education. The Learning Management Solution impacts the way all education and teaching material is developed and delivered, therefore the impact of shifting from one LMS solution to another is very high and carries a lot of additional actual cost and manpower to implement and may take as long as 24 months to complete. This Dynamic Purchasing System is designed to enable NORDUnet and the Nordic NRENs to secure Learning Management Solution Service to fulfill the high-level requirements as listed in the Invitation to Participate, section 2. The proposed services must be fully operational three months from signature of any Customer Institution order.
Internal identifier : 2024-2
5.1.1.
Purpose
Main nature of the contract : Services
Main classification   ( cpv ): 72000000   IT services: consulting, software development, Internet and support
Additional classification   ( cpv ): 48000000   Software package and information systems, 48100000   Industry specific software package, 48190000   Educational software package, 72200000   Software programming and consultancy services, 72210000   Programming services of packaged software products, 72211000   Programming services of systems and user software, 72212000   Programming services of application software, 72212190   Educational software development services, 80000000   Education and training services, 80300000   Higher education services, 80400000   Adult and other education services, 80420000   E-learning services, 80430000   Adult-education services at university level, 80490000   Operation of an educational centre
5.1.2.
Place of performance
Anywhere
5.1.3.
Estimated duration
Duration 10   Years
5.1.5.
Value
Estimated value excluding VAT 150 000 000,00   EUR
5.1.6.
General information
Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) no
This procurement is also suitable for small and medium-sized enterprises (SMEs)
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Specific average turnover
Description Its specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows: o “Specific Average turnover” must be submitted for the each of previous two (2) years for concluded fiscal years at the time of the Tender response deadline. o The economic operator must have an annual turnover of at least EUR 10,000,000.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Name For service contracts: performance of services of the specified type
Description The economic operator must provide Two references from within the Higher Education community in the European Economic Area, and preferable within the target area of the organisations participating in the procurement. The Two references must relate to new customer implementations, preferable within the previous three years. The references must include the official name of the customer, at least one contact point for the customer including direct phone number and e-mail. The economic operator must state the date of initial delivery to the customer and the Learning Management Solution delivered. The economic operator must describe the relevant quantitative volume of the individual references. The quantitative volume is defined as the number of licenses, named or concurrent users. The economic operator must describe relevant qualitative properties of the individual references. The qualitative properties are defined as the inclusion of ongoing delivery of one or more of the following to the customer. 1. Ongoing support of user access to- and availability of the Learning Management Solution. 2. Implementation assistance for onboarding. 3. Workshops and training on use of the Learning Management Solution. 4. Development of new customer specific features or integrations.
Use of this criterion Used
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available English
5.1.12.
Terms of procurement
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of requests to participate : 02/12/2024   11:00:00 (UTC)
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes No
A non-disclosure agreement is required no
Electronic invoicing Required
Electronic ordering will be used : yes
Electronic payment will be used : yes
5.1.15.
Techniques
Framework agreement : No framework agreement
Information about the dynamic purchasing system : Dynamic purchasing system, also usable by buyers not listed in this notice
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate NORDUnet
Organisation processing tenders NORDUnet
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name : NORDUnet
Registration number : ORG-17490346
Postal address : Kastruplundgade 22, 1.    
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Contact point : Michelle Toudal Offersen
Telephone : +45 51886068
Internet address : https://www.nordu.net
Roles of this organisation
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official name : Klagenævnet for Udbud
Registration number : ORG-37795526
Postal address : Toldboden 2    
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland   ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35    
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Email : kfst@kfst.dk
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11    
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo   ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation
TED eSender
11. Notice information
11.1.
Notice information
Notice identifier/version : 2b412a62-a1b7-4748-a9cf-cc7a0779a017   - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date : 31/10/2024   12:20:09 (UTC)
Notice dispatch date (eSender) : 31/10/2024   12:20:27 (UTC)
Languages in which this notice is officially available : English
11.2.
Publication information
Notice publication number : 666669-2024
OJ S issue number : 214/2024
Publication date : 04/11/2024
Annonce Annonce
BREAKING
{{ article.headline }}
0.032|instance-web02