Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=239285&B=KA
Udbyder
Danmarks Nationalbank
Vindere
Data Science Tool
(05.11.2019)
Anaconda Inc.
206 E. 9th Street, Suite 1800
78701 Austin
Contract on the Delivery of Software Licenses to a Data Science Tool
Danmarks Nationalbank
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
61092919
Havnegade 5
København K
1093
Denmark
Contact person: Astrid Malki Jepsen
Telephone: +45 33636035
E-mail: udbud@nationalbanken.dk
NUTS code: DK01
Internet address(es):
Main address: www.nationalbanken.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281426
Section II: Object
Contract on the Delivery of Software Licenses to a Data Science Tool
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.
København K.
Danmarks Nationalbank has initiated a project with the purpose of utilizing new technology in order to perform advanced data analysis on the large data sets available both within the banks databases as well as publicly accessible data.
Danmarks Nationalbank wants to purchase a software solution that can support the needs of the advanced data analytics scientists in the bank for conducting large-scale and complex data analysis.
In order to ensure the effective high quality of the project, Danmarks Nationalbank wishes with this tender to enter into a contract on the delivery of software licenses to a Data Science Tool to be provided for immediate implementation and use with signing of the contract.
The contract will be subject to the possibility of renewal.
The contract includes possibility of the purchase of supplementary licenses, nodes, training and additional technical support.
Section III: Legal, economic, financial and technical information
The tenderer must submit the European Single Procurement Document (‘ESPD‘) with the following information:
The tenderer's total annual turnover in the most recent financial year available.
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 contract is made, the tenderer to whom the Contracting Entity intends to award the contract 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:
A statement regarding the operator's overall turnover in the most recent financial year available, depending on the date on which the operator was set up or started trading, if the information on these turnovers is available. 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, a sister company or a subcontractor), information for such other entities must also be provided.
As a minimum requirement, a total annual turnover of at least 5 000 000 DKK is required in the most recent financial year available. If the tenderer relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in the most recent financial year available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in the most recent financial year available. The information is to be stated in Section IV.B )of the ESPD.
The tenderer must submit the ESPD with the following information:
A list of up to 5 of the most significant comparable supplies, see Sections II.1.4) and II.2.4), that the tenderer has carried out in the last 3 years before the expiry of the tender deadline.
Only references relating to supplies carried out at the time of submission of tender will be given importance in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see below. Hence, in the event of an ongoing task, only the part of the supplies already having been performed at the time of submission of tender 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 supplies set out in Sections II.1.4) and II.2.4) to which the delivery related and the tenderer's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), date of delivery and name of the customer (recipient).
When indicating the date of the delivery, the tenderer is requested to indicate the date when the delivery was commenced and finalised.
No more than 5 references may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer relies on the technical capacity of other entities, or whether the tenderer is a group of operators (e.g. a consortium).
If more than 5 references are stated, only the most recent 5 references will be taken into account. Any additional references will be disregarded.
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 Entity 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 Entity reserves the right to contact the tender or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.
The tenderer shall document minimum 2 references on the delivery of a similar data science tool to 2 separate customers.
Section IV: Procedure
Section VI: Complementary 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 19.6.2019. 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 email, dksupport@eu-supply.com or telephone (+45) 70 20 80 14.
The tenderer must submit as its application 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 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:
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 calculated over a period of 4 years.
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.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk
Internet address: https://klfu.naevneneshus.dk/
Copenhagen
Denmark
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 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 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 email 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
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address: http://www.kfst.dk