23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 099-226420
Offentliggjort
26.05.2018
Udbudstype
Begrænset udbud

Udbyder

Danmarks Nationalbank

Vindere

Development and Implementation of New Functionality Based on Oracle/Java Technologies

(27.02.2019)
Systematic A/S
Søren Frichs Vej 39
8000 Aarhus C

Project and Program Management

(27.02.2019)
KPMG P/S
Dampfærgevej 28
2100 København Ø

Development and Implementation of New Functionality Based on Oracle/Java Technologies

(27.02.2019)
Netcompany A/S
Grønningen 17
1270 København K

Testing and Testrelated Tasks

(27.02.2019)
Capgemini Danmark A/S
Delta Park 40
2665 Vallensbæk

Business Requirements, Business Case and Achievement of Benefits

(27.02.2019)
Peak Consulting Group
Lyngbyvej 2
2100 København

Business Intelligence, Analytics, Big Data, Machine Learning and Robotics

(27.02.2019)
ProActive A/S
Rosenørns Allé 1
1970 Frederiksberg C

Infrastructure services

(27.02.2019)
Cybercom A/S
Vesterbrogade 149
1620 København V

Development and Implementation of New Functionality Based on Microsoft Technologies

(27.02.2019)
Netcompany A/S
Grønningen 17
1270 København K

Project and Program Management

(27.02.2019)
Peak Consulting Group
Lyngbyvej 2
2100 København

IT Architecture

(27.02.2019)
Devoteam A/S
Lyngbyvej 2
2100 København Ø

Technical Security and Implementation of Security Products

(27.02.2019)
PricewaterhouseCoopers Statsautoriseret Revisionspartnerselskab
Strandvejen 44
2900 Hellerup

Adaptation of Existing It-systems

(27.02.2019)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

IT Governance

(27.02.2019)
KPMG P/S
Dampfærgevej 28
2100 København Ø

Process Consultants/Process Development

(27.02.2019)
Devoteam A/S
Lyngbyvej 2
2100 København Ø

IT Architecture

(27.02.2019)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

IT Architecture

(27.02.2019)
Systematic A/S
Søren Frichs Vej 39
8000 Aarhus C

IT Service Management

(27.02.2019)
BusinessNow
Vandtårnsvej 62A
2860 Søborg

Testing and Testrelated Tasks

(27.02.2019)
Nine A/S
Kongens Nytorv 18
1050 København K

Business Requirements, Business Case and Achievement of Benefits

(27.02.2019)
ChangeGroup
Lyngbyvej 2
2100 København Ø

Infrastructure Services

(27.02.2019)
Atea A/S
Lautrupvang 6
2750 Ballerup

Development and Implementation of Standard/Framework Systems

(27.02.2019)
Lector APS
Ordrupvej 101
2920 Charlottenlund

Project and Program Management

(27.02.2019)
Systematic A/S
Søren Frichs Vej 39
8000 Aarhus C

Development and Implementation of Standard/Framework Systems

(27.02.2019)
Epico-IT Aps
Borupvang 2C
2750 Ballerup

IT-related Strategies and Planning Tasks

(27.02.2019)
KPMG P/S
Dampfærgevej 28
2100 København Ø

IT-related Strategies and Planning Tasks

(27.02.2019)
Devoteam A/S
Lyngbyvej 2
2100 København Ø

Advisory Services Concerning Sourcing

(27.02.2019)
Rambøll Management Consulting
Hannemanns Alle 53
2300 København S

Technical Security and Implementation of Security Products

(27.02.2019)
Dubex A/S
Gyngemose Parkvej 50
2860 Søborg

Development and Implementation of New Functionality Based on Microsoft Technologies

(27.02.2019)
Right People Aps
Strandgade 4B
1401 København K

Process Consultants/Process Development

(27.02.2019)
Carve Consulting
Nørre Voldgade 11, 2. sal
1358 København K

Adaptation of Existing It-systems

(27.02.2019)
EPICO-IT Aps
Borupvang 2C
2750 Ballerup

Business Intelligence, Analytics, Big Data, Machine Learning and Robotics

(27.02.2019)
EPICO-IT Aps
Borupvang 2C
2750 Ballerup

IT Security Architecture, Processes and Compliance

(27.02.2019)
PricewaterhouseCoopers Statsautoriseret Revisionspartnerselskab
Strandvejen 44
2900 Hellerup

Development and Implementation of New Functionality Based on Microsoft Technologies

(27.02.2019)
Lector APS
Ordrupvej 101
2920 Charlottenlund

Process Consultants/Process Development

(27.02.2019)
Deloitte Statsautoriseret Revisionspartnerselskab
Weidekampsgade 6
2300 København S

IT Security Architecture, Processes and Compliance

(27.02.2019)
Dubex A/S
Gyngemose Parkvej 50
2860 Søborg

Development and Implementation of New Functionality Based on Oracle/Java Technologies

(27.02.2019)
Scott-Tiger
Banestrøget 17, 2. sal
3100 Taastrup

Opdateringer

Rettelse
(19.06.2018)

II.2.6)
Placing the text to be modified:Estimated value
instead of:
4 000 000,00 DKK
Read:
20 000 000,00 DKK

Rettelse
(26.06.2018)

II.1.2)
Placing the text to be modified:Main CPV code
instead of:
Read:

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Time limit for receipt of request to participate 26.6.2018, local time 12:00.
Read:
Time limit for receipt of request to participate 24.7.2018, local time 12:00.

VI.3)
Placing the text to be modified:Additional information:
instead of:
Questions must be submitted not later than 14.6.2018.
Read:
Questions must be submitted not later than 12.7.2018.

Framework Agreement on the Delivery of Consultancy Services


Danmarks Nationalbank

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Nationalbank
61092919
Havnegade 5
København K
1093
Denmark
Contact person: Amalie Kathrine Oldenburg Binzer
Telephone: +45 33636070
E-mail: akob@nationalbanken.dk
NUTS code: DK011

Internet address(es):

Main address: http://nationalbanken.dk

I.2) Information about joint procurement
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=211713&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=211713&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:

Framework Agreement on the Delivery of Consultancy Services

Reference number: 171408
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description:

Danmarks Nationalbank is the central bank of Denmark and is a self-governing, independent institution. The independence of Danmarks Nationalbank is incorporated into the Danmarks Nationalbank Act from 1936, in that the bank's board of governors is solely responsible for determining monetary policy interest rates.

Danmarks Nationalbank's 3 main objectives are to contribute to ensuring stable prices, safe payments and a stable financial system. In order to ensure these objectives, Danmarks Nationalbank has a very high security level related also to complicated it-systems.

Danmarks Nationalbank wishes to enter into a framework agreement with a number of suppliers, to cover a wide range of expertise areas. Danmarks Nationalbank 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
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:

Process consultants/Process development

Lot No: 1
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 consultancy services related to processes and process development.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Project and Program management

Lot No: 2
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

II.2.4) Description of the procurement:

The services shall be delivered including thecapability to deliver input and perform the task atSME level, deliver project management, driveInitiatives and be able to handle tasks at bothAdvisory and execution level within services relatedto project and program management, including it related project and program 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: 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Testing and testrelated tasks

Lot No: 3
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 testing and test related tasks.

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: 16 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Development and implementation of new functionality based on Microsoft technologies

Lot No: 4
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 the development and implementation of new functionality based on Microsoft technologies.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Development and implementation of new functionality based on Oracle/Java technologies

Lot No: 5
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 the development and implementation of new functionality based on Oracle/Java technologies.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Development and implementation of standard/framework systems

Lot No: 6
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 development and implementation of standard/framework systems.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Adaptation of existing it-systems

Lot No: 7
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 adaptation of existing it-systems, including 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: 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

IT-related strategies and planning tasks.

Lot No: 8
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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-related startegies and planning tasks.

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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Business requirements, business case and achievement of benefits

Lot No: 9
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 requirements, business case and achievement of benefits.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which Candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

IT security architecture, processes and compliance

Lot No: 10
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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.

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: 16 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Security tests, forensics and threat intelligence

Lot No: 11
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 tests, forensics and threat intelligence.

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: 16 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which Candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Technical security and implementation of security products

Lot No: 12
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 technical security and implementation of security products.

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: 16 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

IT architecture

Lot No: 13
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 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: 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

IT governance

Lot No: 14
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 governance.

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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

IT service management

Lot No: 15
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 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: 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 limitation of candidates invited to tender will take place after an evaluation of which Candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

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

Lot No: 16
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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.

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: 12 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 contracting authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Advisory services concerning sourcing

Lot No: 17
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

København K.

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 advisory services concerning sourcing.

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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
II.2) Description
II.2.1) Title:

Infrastructure services

Lot No: 18
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code: DK011
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 infrastructure services.

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: 8 000 000.00 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 limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, 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 Contracting Authority will consider each candidate's most relevant reference, but the candidate's other references may supplement the most relevant reference if the references, collectively, document a higher level of relevant experience in delivering the services specifically required.

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
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 last financial year available,

— the ESPD serves as provisional documentation that the candidate fulfills the minimum suitability requirements in respect of economic and financial capacity before the decision to award the contract is made, the tenderer to whom the Contracting Authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

When required by the Contracting Authority, the candidate must submit the following documentation of economic and financial capacity:

The operator's balance sheet or extracts thereof in the last financial year available if publication of the balance sheet 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 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, sister company or a sub-contractor), the information must be submitted for these entities also.

Minimum level(s) of standards possibly required:

As a minimum requirement, a positive equity is required in the last financial year available. If the candidate relies on the capacity of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the last financial year available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the last financial year 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, see sections II.1.4) and II.2.4) that the candidate has carried out in the last 3 years before the expiry of the application deadline depending on when the candidate was set up or started trading 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 having been 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 delivery performed. The delivery description 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 delivery description should moreover include the financial value of the delivery (amount), the date of the delivery, and the name of the customer (recipient). When indicating the date of the delivery, the candidate is requested to indicate the date when the delivery was commenced and finalised. If that is not possible, e.g. if the tasks were performed on an on-going basis under a framework agreement, the candidate is asked to indicate in the description of the delivery how the date is specified. No more than 5 references may be stated irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of operators (e.g. a consortium). If more than 5 references are stated, only the first 5 references will be taken into account. Any additional references will be disregarded. If it is not possible to determine which references are the first 5 references, the references will be selected by the drawing of lots.

If the candidate relies on the professional experience of other entities for the performance of specific parts of the services comprised by the contract, see section II.2.4), such specific parts of the services under the contract must be performed by the entity on which the candidate relies. The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of technical and professional capacity, see section III.1.3) and how the candidate fulfils the selection criterion, see section II.2.9). Before the decision to award the contract is made, the tenderer to whom the Contracting Authority intends to award the contract 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 Authority reserves the right to contact the candidate or the customer indicated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

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 Contract has to the relevant extent incorporated the corporate social responsibility considerations as laid down in the conventions on the basis of which the principles of the UN Global compact are worded and as laid down in the OECD Guidelines for Multinational enterprises.The Contract lays down requirements on compliance with the law on processing of personal data.The Contract contains requirements that relevant staff handling tasks in connection with the performance of the contract be subject to security clearance.

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
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: 3
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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: 26/06/2018
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:
Danish, 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)
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
Electronic invoicing will be accepted
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the Contracting Authority, see the address set out in section.I.3). The tendering procedure is accessed under the tab "Ongoing public procedures". ForAccess to the tender 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 be through the electronic tendering system. Questions must be submitted not later than 14.6.2018. Questions asked after this date will be answered if they are received in time for the Contracting Authority to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered.Interested operators are requested to keep updated via the electronic tendering system. If the candidate encounters problems with the system, please contact support by e-mail,dksupport@eu-supply.com or telephone (+45) 70 20 80 14.The candidate must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1)(I-III) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the candidate relies on the capacity of other entities,an ESPD must be submitted for each of the entities on which the candidate relies.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 decision to award the contract is made, the tenderer to whom the Contracting Authority intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.

Additional information:

In the pre-qualification application (the request to be considered as a candidate to submit tender), the candidate must state whether the application relates to lots 1-17. If this is not indicated, the application will be deemed to apply to all the lots. The applications for lots 1-17,respectively, will be evaluated independently of each other accordingly, a candidate may be pre-qualified for one lot without necessarily being pre-qualified for another lot also. Each candidate may submit only one pre-qualification application per lot the specific conditions for submitting tenders are stated in the procurement documents.As regards section II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract. The estimate is based on the expected consumption over 4 years.The Contracting Authority 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.This call for tenders is conducted subject to the achievement of the necessary funding basis.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.2) Body responsible for mediation procedures
There is no body responible for mediation procedures
Copenhagen
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 Ud-bud 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)(I) 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 Authority has published a notice in the Official JournalOf the European Union that the Contracting Authority 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 Authority hasNotified the candi-dates 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 tenderersConcerned, 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 deci-sion, 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 Authority 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 during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, 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. erhvervsstyrelsen.dk

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

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

VI.5) Date of dispatch of this notice:
25/05/2018

Send til en kollega

0.084