23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 126-307799
Offentliggjort
03.07.2019
Udbudstype
Offentligt udbud

Udbyder

The Ministry of Foreign Affairs, Danish Embassy in Kiev

Opdateringer

Annullering
(13.09.2019)

The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf
The contracting authority has only received irregular tenders, i.e. tenders not fulfilling the minimum requirements, and has decided to cancel the tender procedure.

Annullering
(23.09.2019)

The tender procedure is governed by Danish law and the rules applicable hereunder.
An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf
The contracting authority has only received irregular tenders, i.e. tenders not fulfilling the minimum requirements, and has decided to cancel the tender procedure.

Tender for Datawarehouse for Analysts — NABU


The Ministry of Foreign Affairs, Danish Embassy in Kiev

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
The Ministry of Foreign Affairs, Danish Embassy in Kiev
43 27 19 11
Asiatisk plads 2
København
1448
Denmark
Contact person: Frank Rothhaus Jensen
E-mail: franje@um.dk
NUTS code: DKZ

Internet address(es):

Main address: http://um.dk/en/danida-en/

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/396aa4db-f74f-465c-b880-c188831e8337/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/396aa4db-f74f-465c-b880-c188831e8337/publicMaterial
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/396aa4db-f74f-465c-b880-c188831e8337/homepage
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
Other activity: Development assistance

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Tender for Datawarehouse for Analysts — NABU

Reference number: 2016-14893
II.1.2) Main CPV code
72322000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The EU Anti-Corruption Initiative (hereinafter — EUACI) is the largest EU supported programme in the area of anti-corruption in Ukraine so far. The overall objective of the EUACI is to improve implementation of anti-corruption policy in Ukraine, thereby ultimately contributing to a reduction in corruption. Consequently, the Danish Ministry of Foreign Affairs, Danish Embassy in Kiev (MFA) wishes to procure a Data Warehouse system (DWH), including hardware, integration, maintenance, support and development related to the DWH.

This procurement is aiming to design, develop and supply a DWH for the National Anticorruption Bureau of Ukraine (NABU). The DWH is supposed to provide extensive functionality for automation of processes for obtaining, systematizing, storing and analysing data.

II.1.5) Estimated total value
Value excluding VAT: 11 250 000.00 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)
72317000
72316000
72212600
51611100
II.2.3) Place of performance
NUTS code: DKZ
Main site or place of performance:

UKRAINE.

II.2.4) Description of the procurement:

The scope of the procurement includes:

— supply, install and configure of hardware required for the proper functioning of the DWH including, but not limited to servers, storages, backup tape library and other,

— supply, install and configure of software components, including but not limited to operating systems, databases, ETL, BI, backup and restore tools,

— analyse data sources, design and implement logical and physical Data Warehouse model, develop metadata and reference data, configure ETL processes to integrate data sources, develop and implement data cleansing and de-duplication rules in order to obtain ‘golden record’, create data marts, configure BI tools and develop statistical reports,

— provide documentation for each component of the system related to the DWH installation, system maintenance, user manual, technical manual, design, process and operating manuals,

— conduct trainings to NABU's representatives along with appropriate course materials for all the components being implemented as part of the project.

The DWH shall provide the following functionality:

— extracting data from state registers and databases (or electronic copies), taking into account the variety of formats and mechanisms of exchange, other operating restrictions of the said sources data,

— processing of accumulated data, including for the purpose of building a coherent information picture on the basis of data collected from different sources for the purpose of further intelligent information search, the formation of operational reports (hereinafter — or) according to approved templates,

— creation and support of reliable, relevant and consistent information (so-called ‘golden record’) for objects (dimensions),

— access to information for NABU’s analysts and detectives to support the processes of NABU. Also using BI providing opportunities for the use of modern data analysis and visualization techniques, data mining technology, statistical processing of data, association and grouping of or, search of hidden patterns, visualization of links, etc.,

— ensuring a comfortable work while generating reports and high-speed DWH, taking into account the large volumes of analysed data. The time to calculate complex indicators shall not exceed 12 hours and shall take place at non-working hours,

— maintaining the relevance of information about data sources,

— functioning of processes and procedures to be launched by schedule, by the event, by condition, by a signal received from an external information system (application),

— generate reports and enable the export of data from external information systems (applications). Please refer to Appendix 3 of the Draft Contract for a more detailed description of the object of the procurement.

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: 11 250 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/04/2025
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

The Contracting Authority has a maximum budget of 6 750 000 DKK without VAT regarding payment for the DWH (Delivery Payment). The maximum budget does not include maintenance and support after the warranty period. Tenders will be rejected if they exceed the Contracting Authority's maximum budget.

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
List and brief description of conditions:

In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.

An economic operator is excluded from the procurement procedure if the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been convicted by final judgement or fined within the last 4 years for any of the exclusion grounds relating to the criminal convictions listed in Section 135(1) of the Danish Public Procurement Act.

An economic operator is excluded from the procurement procedure if it has unpaid overdue debt of 100 000 DKK or more to public authorities in relation to payment of taxes and payment of social security, cf. Section 135(3) of the Danish Public Procurement Act. An economic operator is, however, not excluded where the economic operator provides guarantee of payment of the part of the debt which constitutes 100 000 DKK or more, or where the economic operator has agreed on a repayment scheme with the collection authority and that scheme is observed, cf. Section 135(4).

An economic operator is excluded from the procurement procedure if it is subject to any of the exclusion grounds listed in Sections 136(1)(1) and 136(1)(2) of the Danish Public Procurement Act.

An economic operator is excluded from the procurement procedure if it within the last 2 years has been subject to any of the exclusion grounds listed in Sections 136(1)(3) and 137(1)(2-3) of the Danish Public Procurement Act.

The Contracting Authority can accept the following documentation in relation to the exclusion grounds in sections 135(1), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority):

1) Extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in Sections 135(1), 135(3) and 137(1)(2);

2) A declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established, or where the documentation does not cover all the grounds for exclusion stipulated in Sections 135(1), 135(3) and 137(1)(2) entirely);

3) A solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established).

Thus, the Contracting Authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the Contracting Authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds.

Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/growth/tools-databases/ecertis/

Economic operators are encouraged to submit all necessary documentation as early as possible.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 financial years available (where the economic operator can present annual reports).

If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.

When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the economic and financial standing of other entities, the participating economic operators or the entities referred to are subject to joint and severable liability for the performance of the contract.

The Contracting Authority can accept annual reports or excerpts hereof or relevant statements from a bank or certified accountant as documentation in relation to the economic and financial standing.

When an economic operator is participating in the procurement procedure together with others or when an economic operator relies on the economic and financial standing of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary economic and financial standing. The statements of support must establish a legal obligation for the party concerned and state that the involved economic operators or entities are subject to joint and severable liability for the performance of the contract.

Economic operators are encouraged to submit all necessary documentation as early as possible.

Minimum level(s) of standards possibly required:

The economic operator is required to have an average yearly turnover of minimum 13 000 000 DKK for the last 2 financial years available.

When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

In Part IV.C of the ESPD, the economic operator must fill in a list of maximum 5 contracts entered into, ongoing or finalized within the last 3 years stating a description of the contract (nature and quantity of services from the economic operator and how they compare to the description of this procurement), amount (contract fee received by the economic operator), start date, end date and recipient (name and contact information).

If an economic operator has listed more than 5 contracts, the Contracting Authority will only read and assess the 5 most recent contracts listed (based on start date).

If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.

When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the technical and professional abilities of other entities, the specific parts of the contract must be performed by the economic operators or entities with the required technical and professional abilities.

The Contracting Authority reserves the right to contact the recipients of services or require statements from the recipients, confirming that the economic operator has performed the listed contracts, as documentation in relation to the technical and professional ability.

When an economic operator is formed by a group of economic operators or relies on the technical and professional abilities of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary technical and professional abilities. The statements of support must establish a legal obligation for the party concerned and state the parts of the contract to be performed by the party concerned.

Economic operators are encouraged to submit all necessary documentation as early as possible.

Minimum level(s) of standards possibly required:

The economic operator is required to have performed (entered into, ongoing or finalized) minimum 3 contracts within the last 3 years within the fields of similar IT systems as described in Section II.1.4) and II.2.4) of this notice. By similar IT systems, the supplier shall document experience in delivering customer specific licenses for datawarehouse systems, including hardware, migration, integration, maintenance, support and development with a combined total amount of 13 000 000 DKK.

If an economic operator has listed more than 5 contracts, the Contracting Authority will only read and assess the 5 most recent contracts listed (based on start date).

If the tenderer is participating in the procurement procedure together with others or if the tenderer relies on the capacities of other entities in order to meet the selection criteria, the tenderer shall only submit 5 contracts altogether.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Prior to the signing of the contract, the economic operator must present statements of availability from all non-permanent staff (e.g. project specific consultants or freelance consultants).

When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all the participating economic operators which identifies the member of the group who can act as an agent on behalf of the group with mandate to establish a legal obligation on behalf of the group in relation to the Contracting Authority.

The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global Compact.

Economic operators can find more information on:

http://um.dk/en/danida-en/about-danida/Danida-transparency/anti-corruption/

https://www.unglobalcompact.org/what-is-gc/mission/principles

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
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: 29/08/2019
Local time: 14:00
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 29/08/2019
Local time: 14:01
Information about authorised persons and opening procedure:

Economic operators will not be allowed to witness the 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
Electronic payment will be used
VI.3) Additional information:

The tender procedure is governed by Danish law and the rules applicable hereunder.

An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/46419/the-public-procurement-act.pdf

Access to the procurement procedure requires online registration.

Guidance (in Danish and English) on the use of the tendering system can be found at: https://www.udbudssystemet.dk/public/instructions/ETHICS.EO.vejledning.pdf

Local time in section IV is according to Central European Time (CET) in Denmark.

Economic operators may only submit one application or tender.

Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to exclusion grounds and that the economic operator fulfils the minimum requirements for economic and financial standing and technical and professional ability.

When the economic operator is participating together with others or if the economic operator relies on the capacity of other entities, each participating economic operator must provide a separate ESPD.

Before the Contracting Authority decides to award the contract, the tenderer, which the Contracting Authority intends to award the contract to, must present documentation of the information provided in the ESPD.

This contract has not been divided into lots, cf. Section II.1.6), due to market and economic considerations.

Economic operators will not receive remuneration for their participation in the procedure.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:

— 45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU,

— 30 calendar days from the day after the Contracting Authority has notified the economic operators that a contract based on a Framework Agreement with reopening of competition has been entered into, or

— 6 months from the day after the Contracting Authority has notified the economic operators of the decisions regarding award of a Framework Agreement.

The complainant must at the same time notify the Contracting Authority that an action has been submitted to the Danish Complaints Board for Public Procurement.

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: www.kfst.dk

VI.5) Date of dispatch of this notice:
01/07/2019

Send til en kollega

0.109