23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 160-330816
Offentliggjort
23.08.2017
Udbudstype
Annullering

Udbyder

Ministry of Foreign Affairs of Denmark

Framework Agreement It-Consultancy Services in Tanzania


Ministry of Foreign Affairs of Denmark

Contract award notice

Results of the procurement procedure

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.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.1.6) 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
Quality criterion - Name: Technical Quality / Weighting: 80
Price - Weighting: 20
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 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
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
Notice number in the OJ S: 2017/S 083-160840
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice

Section V: Award of contract

Title:

Framework Agreement It-Consultancy Services in Tanzania

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information:

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.

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:
21/08/2017

Send til en kollega

0.047