23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 083-160840
Offentliggjort
28.04.2017
Udbudstype
Udbud efter forhandling

Udbyder

Ministry of Foreign Affairs of Denmark

Opdateringer

Rettelse
(24.05.2017)



Additional information
Questions and answers are published today and are available here: http://um.dk/en/danida-en/business/contracts/long/contract-opportunities/newsdisplaypage/?newsID=C78476FF-9954-4641-9874-BE6495196321

Annullering
(23.08.2017)

The tender process is discontinued due to ambiguities in the method of evaluation. The Ministry of Foreign Affairs expects to reissue the tendering procedure in week 36 2017.

Framework Agreement It-Consultancy Services in Tanzania


Ministry of Foreign Affairs of Denmark

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Ministry of Foreign Affairs of Denmark
Asiasisk Plads
Copenhagen
1448
Denmark
Contact person: Vibeke Jessen
E-mail: vije@cowi.com
NUTS code: DK011

Internet address(es):

Main address: http://www.cowi.com

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://um.dk/en/danida-en/business/contracts/long/contract
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
COWI A/S
Parallelvej 2
Lyngby
2800
Denmark
Contact person: Vibeke Jessen
E-mail: vije@cowi.dk
NUTS code: DK013

Internet address(es):

Main address: http://www.cowi.dk

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
General public services

Section II: Object

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

Framework Agreement It-Consultancy Services in Tanzania.

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

On behalf of Tanzania Revenue Authority (TRA) the Ministry of Foreign Affairs(MFA) procures a framework agreement regarding it-consultancy services. TRA is increasingly focusing on the use of ICT in order to deliver on its vision and mission. During November 2015 security issues were identified and principles for a new security setup were agreed to implement critical security controls that address milestones in migration projects.

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)
72220000
72240000
72250000
72222000
72224000
72224100
72224200
II.2.3) Place of performance
NUTS code: 00
Main site or place of performance:

Tanzania.

II.2.4) Description of the procurement:

During November 2015 security issues were identified and principles for a new security setup were agreed to implement critical security controls that address milestones in migration projects. In April 2016 TRA with the assistance of consultancy under DANIDA conducted a security assessment on TRA core applications and designed TRA Network zones and environment. The assessment identified issues in the TRA applications environment that need to be addressed within short and long term plans. TRA is entitled to call upon the services included in the framework agreement whenever the services are needed in the duration of the framework agreement. However, the estimated value of the contract, c.f. contract notice section II.1.5) cannot be seen as a promise to the awarded tenderer. TRA is entitled to call-of services on the framework agreement, but TRA is not obliged to do so.

The successful tenderer is expected to assist TRA in identifying challenges and propose realistic solutions and execute (projects) agreed upon with the TRA. The framework agreement requires on-site (in Tanzania) delivery of services.

The framework agreement includes, at least, the below mentioned service areas:

— Infrastructure Security,

— Automated Deployments,

— Information Systems Security Assessment,

— Systems Interfaces,

— Security Services,

— Enterprise Event Management,

— Project Management,

— Software Security Quality Assurance.

The framework agreement also includes training/education of TRA.

The framework agreement includes at least the following consultant categories:

1) Consultant;

2) Senior Consultant;

3) Expert with special qualifications.

A further description of the service areas and the consultant categories can be found in the Tender Document, Appendix 1.

The procurement procedure is subject to the Danish Procurement Act, and the specific procedure (competitive procedure with negotiation) is subject to the Danish Procurement Act section 61-66.

Prequalified tenderers, who submits a tender will be invited to a negotiation meeting. The meeting will be held as a SKYPE meeting between the Tenderer and the Tender Commitee. However, the MFA retains its right to award the contract based on the initial written tenders without a negotiation procedure.

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
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: 3
Objective criteria for choosing the limited number of candidates:

The three applicants who prove the most relevant references in regards to the service areas mentioned in the contract notice section II.2.4) will be shortlisted. Relevant references are defined as references showing similar experience from projects which are similar in regards to scope, size and complexity. In addition, references proving experience in more than one of the service areas mentioned in the contract notice section II.2.4) and prove experience executing projects in Africa will be considered postively. Furthermore, references proving experience with ICT projects containing two or more of the service areas and references that prove experience with ICT projects involving a high degree of security in handling sensitive information. Also, the capacity of the applicant, c.f. contract notice section III.1.3), will be considered.

The applicants are requested to use the template for references included in the tender material.

The assessment of the references will be based on the information, which the applicant has provided in regards to the contract notice section II.2.4).

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

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:

No requirements.

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

1)Information of the applicant's equity in the last 3 concluded financial year.

The information of economic and financial ability should be provided by completing the eESPD.

In relation to groups of economic operators (e.g. consortium), the applicant's total equity capital of the most recently concluded financial year is calculated as the sum of the total equity of the group, i.e. the group must satisfy the relevant minimum requirement in the most recently concluded financial year.

According to the Danish Act on Public Procurement, an applicant may rely on the economic and financial capacity of other entities, regardless of the legal nature of the links with the entities. If an applicant wants to rely on other entities and wishes that the capacity of other entities is taken into account when MFA Affairs assesses the applicant's suitability, the applicant must prove that the other entities will and shall put the relevant resources at the applicant's disposal (e.g. by a declaration of support).

If the applicant relies on other entities, The MFA retain the right to request the applicant to document that the candidate has the resources necessary to perform in accordance with the contract. E.g. the applicant must present upon request from The MFA the specific written agreement between the applicant and these other entities.

Minimum level(s) of standards possibly required:

Equity must be positive in each of the last 3 available years.

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

Information and formalities necessary for evaluating if the requirements are met:

1) A list of the most important similar deliveries (services) carried out over the past 3 years. The list should include:

— A short description of each delivery and the service(s) delivered, please refer to contract notice section II.2.4) in regards to the service areas;

— Information on when it was carried out;

— The size and value of the services and the project it was related to;

— The recipients of the deliveries (services).

— Place of execution of the project (e.g. Africa, Europe etc.).

Each candidate can only submit a total of 8 references. Each reference may not exceed 2 A4-pages. If the applicant submits more than 8 references the MFA will only consider the first 8 references. If a reference exceeds 2 A4-pages the MFA will only consider the 2 first pages of the reference.

2) A statement of the average annual number of staff of the service provider or contractor and the number of managerial staff in the last 3 years distributed on the following consultant categories:

— Consultant,

— Senior Consultant,

— Expert with special qualifications.

According to the Danish Procurement Act, an applicant may rely on the technical capacity of other entities, regardless of the legal nature of the links with the entities. If an applicant wants to rely on other entities and wishes that the capacity of other entities is taken into account when Danida assesses the applicant's suitability, the applicant must prove that the other entities will and shall put the relevant resources at the applicant's disposal (e.g. by a declaration of support).

If the applicant relies on other economic operators, MFA retain the right to request the applicant to document that the candidate has the resources necessary to perform in accordance with the contract. E.g. the applicant must present upon request from MFA the specific written agreement between the applicant and these other entities.

The application should include a completed eESPD by using the xml. file included in the tendering material. When uploading the xml file to the following website https://ec.europa.eu/tools/espd?lang=da it will be possible to complete the eESPD. If the applicant relies on other economic operators(sub-consultants, consultants or others) in regards to financial ability and/or technical ability the other economic operator should complete an eESPD, which should be included in the application.

If the applicant is a consortium, each member of the consortium should complete an eESPD, which should be included in the application.

Minimum level(s) of standards possibly required:

The applicant must submit at least 1 reference that proves experience with one of the service areas mentioned in contract notice section II.2.4).

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 successful tenderer will be required to perform the services in compliance with the Danida Anti-corruption Code of Conduct and the principles of the UN Global Compact. The successful tenderer may be required to take out a Professional Liability Insurance to be specified in the relevant contract under the framework agreement.

In case of any joint ventures, it will be required that all members of the joint venture are jointly and severally liable. The successful tenderer will be required to document their professional liability insurance when signing the contract. Furthermore, the successful tenderer will be required to provide a bank guarantee, c.f. the Tender Document.

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/05/2017
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
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:

The application for pequalification should entail the following documents:

1) A completed eESPD for the applicant.

2) References (either by completing the eESPD or by submitting a separate list of references).

Application (one hard copy) for pre-qualification must be submitted to: COWI A/S, Att. Vibeke Jessen, Parallelvej 2, 2800 Lyngby. Also, the application should contain an electronic copy of the application on an electronic media such as USB. Please refer to section IV.2.2) for the deadline for submission of application.

The Contracting Authority shall exclude an economic operator from participation in a procurement procedure where it has established that the applicant is covered by the exclusion grounds listed in the Danish Public Procurement Act, (Udbudsloven) §135 and §136 (EU Directive 2014/24/EU, article 57(1)-(3), and article 57(4) (e),(f) and (h).) An applicant will furthermore be excluded from the procurement procedure if the applicant is in a situation covered by the Danish Public Procurement Act §137(1)(2). (EU Directive 2014/24/EU of the European Parliament and of The Council, article 57 (4) (b).)

Applicants should preferably include documentation with the ESPD for the claims given in the ESPD proving the absence of grounds for exclusion, as stipulated in the Danish Public Procurement Act § 135(1) and (3), and §137(1)(2). (EU Directive 2014/24/EU, article 57(1), article 57(2), and article 57(4)(b)). For Danish applicants documentation can be presented in the form of a ‘serviceattest’. Entities from other EU member states may identify the relevant certificate(s) using the online platform e-Certis. Where the country in question does not issue such documents or certificates, or where these do not cover all the cases specified, they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established.

Re: II.1.6) This contract has not been split into lots as the size and character of the services to be provided makes it unsuitable for distributing over several lots.

Re: IV.2.6) The tender must be valid for 6 months from the date for submission of the final tender.

Questions regarding the tendering material can be send to the contact person stated in section I.3). If the question is received 10 days prior to the deadline for submission of application will be answered 6 days prior to the deadline for submission of application. Questions received later than 6 days prior to the deadline for submission of application will not be answered.

VI.4) Procedures for review
VI.4.1) Review body
The Danish Complaints Board for Public Procurement
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35278800
E-mail: klfu@erst.dk

Internet address:www.klfu.dk

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

The following deadlines apply to the lodging of appeals pursuant to the Danish Act on The Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud) (the Act is available at www.retsinformation.dk ):

Appeals for not having been prequalified must be submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days calculated from the day after the day when the contracting authority has notified the applicants concerned which applicants have been prequalified provided that the notification has included a short explanation of the relevant grounds for the decision.

In other situations, appeals regarding tender procedures must be lodged with the Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has concluded the 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 authority 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 authority entered into a framework agreement calculated from the day after the day when the contracting authority 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 authority has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

The complainant must no later than at the same time as lodging the appeal with the Complaints Board for Public Procurement notify the contracting authority that an appeal has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal has been lodged within the standstill period, see section 3(1) of the Act. In the event that the appeal has not been lodged within the standstill period, the complainant must furthermore indicate whether he has requested a suspensory effect of the appeal, see clause 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 www.klfu.dk

VI.4.4) Service from which information about the review procedure may be obtained
Consumer- and Competition Authority
Carl Jakobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
26/04/2017

Send til en kollega

0.047