23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 237-542537
Offentliggjort
08.12.2018
Udbudstype
Koncessionstildelingsprocedure

Udbyder

Udenrigsministeriet (Ministry of Foreign Affairs)

Vindere

Global Outsourcing of Receipt of Applications for Visa and Residence/Work Permits

(31.05.2019)
VF Worldwide Holdings Ltd
Unit 3205-3209, JBC 1, Plot No. JLT-PH1-G2A, Jumeirah Lakes Tower
114100 Dubai

Global Outsourcing of Receipt of Applications for Visa and Residence/Work Permits


Udenrigsministeriet (Ministry of Foreign Affairs)

Concession notice

Services

Legal Basis:

Directive 2014/23/EU

Section I: Contracting authority/entity

I.1) Name and addresses
Udenrigsministeriet (Ministry of Foreign Affairs)
43271911
Asiatisk Pl. 2
København K
1448
Denmark
Contact person: Ms Maja Åkerlund Petersen
Telephone: +45 33921406
E-mail: majpet@um.dk
NUTS code: DK011

Internet address(es):

Main address: www.um.dk

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

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=224886&B=KA
Additional information can be obtained from the abovementioned address
Applications or, where applicable, tenders must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=224886&B=KA
Applications or, where applicable, tenders must be submitted to the abovementioned address
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:

Global Outsourcing of Receipt of Applications for Visa and Residence/Work Permits

II.1.2) Main CPV code
98390000
II.1.3) Type of contract
Services
II.1.4) Short description:

The Danish Ministry of Foreign Affairs is inviting tenderers for the provision of services related to the receipt and completeness control of short-term visa and residence permit applications on behalf of Danish foreign missions. The estimated total number of applications is 180 000–190 000 per year.

II.1.5) Estimated total value
Value excluding VAT: 27 500 000.00 EUR
II.1.6) Information about lots
This concession is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
48170000
48421000
72311000
72314000
75130000
79000000
98390000
II.2.3) Place of performance
NUTS code: 00
Main site or place of performance:

Danish foreign missions around the world, except Iran, cf. section II.2.4).

II.2.4) Description of the procurement:

The Danish Ministry of Foreign Affairs (MFA) is inviting tenderers for the provision of services related to the receipt and completeness control of short-term visa and residence permit applications (RWP) on behalf of Danish foreign missions (DM) around the world.

The tender contains a list of mandatory locations (it is a minimum requirement that the tenderer delivers services from these locations) and a list of optional locations, which the tenderer may accept to deliver services from. Please note, that Iran is not included in the present tender since Iran is governed by an existing separate contract. It is however possible, that MFA wishes to include Iran in the global contract as an optional location when the existing contract expires.

Applicants applying for a visa to Denmark shall themselves fill in the visa application form online using ApplyVisa and pay the visa fee online. Applicants applying for a residence permit to Denmark shall themselves fill in the application form online or by paper and pay the residence permit fee online. In both cases, the applicants are informed that they should bring color photocopies of all documents (except the passport) in either A4 or legal paper size. The DM may ask the External Service Provider (ESP) to request that applicants provide additional supporting documents to aid the assessment of the application.

The contract includes the following services for each Visa Application Centre (VAC):

The receipt and completeness control of short-term visa applications include:

— the capture of the applicants' biometric data,

— enabling applicants to fill in the visa applications online, to which effect the ESP must have a sufficient number of computers with Internet access available as part of the service fee at the VAC,

— scanning of visa application, passport and supplementary documentation,

— handling (receiving and transferring) of application fees (in fall-back situations),

— enabling applicants to pay fee online, to which effect the ESP must have a sufficient number of computers with Internet access available at the VAC,

— delivery of application documents, passports, biometric data files, scanned files, etc. to the local DM,

— return of passport and decision letter to applicant.

The receipt and completeness control of residence and work permit applications shall include:

— the capture of the applicants' biometric data,

— scanning of residence permit applications, passport and supplementary documentation,

— handling of fees (in fall-back situations),

— assisting with regards to accepting fees online via the MFA payment portal,

— delivery of application documents, passports, biometric data files, scanned files, etc. to the DM.

The provision of these services shall comply with physical security and data protection requirements as laid down in Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009, establishing a community code on visas, article 43, article 44 and Annex X and EU and Danish data protection legislation and data protection legislation and other security requirements in the countries where the services are provided.

After the signature of the contract, the ESP shall set up the basis for the delivery of the contracted services by establishing facilities, including the necessary equipment, for the receipt of applications related to Denmark in existing VACs or by the establishment of new VACs at the locations specified in the contracts for each region, implementing the required homepages, training staff to execute the contracted services, including biometric data capture and data entry and implementing biometric data capture equipment and suitable document scanners.

There will be a three months establishment, training and test period between the signature of the contracts and the time of operation.

II.2.5) Award criteria
Concession is awarded on the basis of the criteria stated in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 27 500 000.00 EUR
II.2.7) Duration of the concession
Duration in months: 60
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

The services of the ESP shall be operational no later than 1.7.2019 for mandatory locations and 1.11.2019 at the latest for optional locations, e.g. setting up secure premises, purchasing software and biometric equipment, purchasing and setting up hardware, setting up a homepage, training of staff, obtaining governmental approval if necessary and execution of the acceptance test, etc.

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
III.1.3) Technical and professional ability
List and brief description of selection criteria, indication of information and documentation required:

The tenderer must submit the ESPD with the following information:

A list of 2 services that the tenderer has carried out in the last 3 years before the expiry of the tender deadline, depending on when the tenderer was set up or started trading. The references shall document that the tenderer has provided services related to the receipt and completeness control of short-term visa for 2 different Schengen countries in accordance with the Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009 establishing a community code on visas, cf. section II.2.4).

Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the service related to the receipt and completeness control of short-term visa for Schengen countries in accordance with the Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009 establishing a community code on visas, cf. section II.2.4), the tenderer's role(s) in the performance of the delivery. The delivery description should moreover include the date of the delivery and the name of the customer (recipient).

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity, see section III.1.3).

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 tenderer. However, the contracting authority reserves the right to contact the tender or the customer indicated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

Minimum level(s) of standards possibly required:

The candidate must demonstrate 2 references stating that the tenderer, in the last 3 years, has provided services regarding receipt and completeness control of short-term visa for 2 different Schengen countries in accordance with the Regulation (EC) 810/2009 of the European Parliament and of the Council of 13.7.2009 establishing a community code on visas, cf. section II.2.4).

III.1.5) Information about reserved concessions
III.2) Conditions related to the concession
III.2.1) Information about a particular profession
III.2.2) Concession performance conditions:

With regards to the terms of payment in the contract, it is noted that the service provider receives no payment from the Ministry of Foreign Affairs or any of its representations for the provision of the services. The service provider only receives a service fee from each applicant.

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 furthermore lays down requirements pursuant to ILO Convention no. 94 on labor clauses in public contracts and Circular no. 9471 of 30 June 2014.

The contract lays down requirements on compliance with the law on processing of personal data.

MFA may demand that all personnel shall sign usual declarations of secrecy.

III.2.3) Information about staff responsible for the performance of the concession

Section IV: Procedure

IV.2) Administrative information
IV.2.2) Time limit for submission of applications or receipt of tenders
Date: 23/01/2019
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

The contract is expected to be republished in addition to the expire of this contract.

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). For access to the tender 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 be through the electronic tendering system. Questions must be submitted not later than 9.1.2019, at 13:00 local Danish time. 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.

Please note, that answers to questions asked within the period from 22.12.2018 to 2.1.2019 cannot be expected until after 3.1.2019.

Interested operators are requested to keep updated via the electronic tendering system.

The tenderer must as part of the tender submit 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 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 and the grounds for exclusion set out in section 137(1)(2) 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.

The voluntary grounds for exclusion are applied while complying with the principle of proportionality. Hence, no trivial matters may result in the exclusion of the tenderer. Several matters which, individually, are trivial in nature may, however, give rise to exclusion of the tenderer.

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.

It is an experience that it may be a challenge for tenderer to provide the necessary documentation of the information stated in the ESPD. Hence, the Ministry of Foreign Affairs encourages the tenderer to obtain the documentation in a timely manner and thereby being able to provide the documentation to the contracting authority when asked for.

With regards to the estimated value stated in section II.1.5) and II.2.6), it is noted that the estimated value is calculated based on an estimated number of cases (180 000–190 000 cases) multiplied with the maximum service fee, 30 EUR. It is an estimate, why the estimate may be waived. The value will depend on the amount of actually applications applied, as well as the provided service fee.

Regarding section II.2.7), the ordinary contract period has a duration of 48 months, from 1.7.2019. The contract period may be prolonged with an extra duration period of further 12 months. If so, the total contract period will be 60 months.

As regards section II.2.9), it should be noted that each candidate may only submit one tender.

The MFA may use a procedure similar to section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud (The Danish Complaint's Board for Public Procurement)
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
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 Udbud 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 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
The Danish Competition and Consumer Authority (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:
05/12/2018

Send til en kollega

0.063