23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 233-532786
Offentliggjort
04.12.2018
Udbudstype
Offentligt udbud

Udbyder

Danmarks Nationalbank

Vindere

Tender for the Framework Agreement on the Delivery of Calypso Expert Consultants

(08.04.2019)
Visigon Denmark ApS
Applebys Plads 7
1411 København K

Tender for the Framework Agreement on the Delivery of Calypso Expert Consultants

(08.04.2019)
First Derivatives Plc
3 Canal Quay
BT35 6BP Newry

Tender for the Framework Agreement on the Delivery of Calypso Expert Consultants

(08.04.2019)
ProData Consult
Stamholmen 157
2650 Hvidovre

Tender for the Framework Agreement on the Delivery of Calypso Expert Consultants

(08.04.2019)
Visigon Nordic AB
Stockholm

Tender for the Framework Agreement on the Delivery of Calypso Business Analysts


Danmarks Nationalbank

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Nationalbank
61092919
Havnegade 5
København K
1093
Denmark
Contact person: Astrid Malki Jepsen
Telephone: +45 33636035
E-mail: amje@nationalbanken.dk
NUTS code: DK02

Internet address(es):

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

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281426

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=225867&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=225867&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:

Tender for the Framework Agreement on the Delivery of Calypso Business Analysts

Reference number: 179305
II.1.2) Main CPV code
72200000
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. 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 is using the Calypso system front-to-back across assets as the portfolio management system, and as collateral management system for monetary policy loans. The continuous improvement of the system is handled internally.

II.1.5) Estimated total value
Value excluding VAT: 7 800 000.00 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)
72600000
72000000
II.2.3) Place of performance
NUTS code: DK02
Main site or place of performance:

København K

II.2.4) Description of the procurement:

As part of the continuous improvement of the Calypso system, configuration in the Calypso system is performed. The Customer is using Calypso version 14 and planning to upgrade to version 16. Documented knowledge on one of these versions is required.

An urgent service is required, and an re-opening of the competition will be initiated between the three suppliers immediately after signing of the framework agreement on the delivery of 2 Calypso Business Analysts preferable from mid February 2019 or soon thereafter. More information is described in the tender documents.

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: 7 800 000.00 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.2.10) 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 tenderer must submit the European Single Procurement Document ("ESPD") with the following information:

The tenderer's equity in the most recent financial year available

If the tenderer relies on the economic and financial capacity of other entities, the tenderer and the entities in question will be jointly and severally liable for the performance of the contract, see s.144(6) of the Danish Public Procurement Act.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the Framework Agreement is made, the tenderer to whom the contracting entity intends to award the agreement must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the tenderer must submit the following documentation of economic and financial capacity:

The operator's balance sheet or extracts thereof in the most recent financial report/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 in the most recent financial report/financial year available 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, a sister company or a subcontractor), information for such other entities must also be provided.

Minimum level(s) of standards possibly required:

As a minimum requirement, a positive equity is required in the most recent financial year available. If the tenderer 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 most recent financial year available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent financial year available. The information is to be stated in section IV.B of the ESPD.

III.1.3) Technical and professional ability
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 Framework Agreement 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 Framework Agreement contains requirements that relevant staff who handle tasks in connection with the performance of the agreement must be able to pass 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
Open 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: 07/01/2019
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
Date: 07/01/2019
Local time: 12:00

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
Electronic payment will be used
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 entity, see the address set out in Section I.3). The tendering procedure is accessed under "Ongoing public procedures". For access to the procurement documents, the tenderer must be registered or register as a user.

If the tender 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 take place through the electronic tendering system. Questions must be submitted not later than 18.12.2018. 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 tenderer encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com or telephone (+45) 70 20 80 14.

The tenderer must submit an ESPD as preliminary documentation of the circumstances set out in section 148(1) paras (1)-(3) 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 tenderer relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies.

The tenderer will be excluded from participation in the tender procedure if the tenderer is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, unless the tenderer has submitted sufficient documentation of its reliability in accordance with section 138 of the danish public procurement act.before the decision to award the Framework Agreement is made, the tenderer to whom the Contracting Authority intends to award the agreement 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:

As regards Section II.1.5) and section II.2.6), it should be noted that the amount is an estimate of the expected total maximum contract price over 4 years.

As regards Section II.2.7), it should be noted that the indicated duration of the Framework Agreement will commence on signature of the agreement.

The contracting entity 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.

The procurement 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 such institution
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), Para (1) 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 Journal of 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 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.

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:
30/11/2018

Send til en kollega

0.109