We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 237541-2018

02/06/2018    S104

Denmark-Nørresundby: IT services: consulting, software development, Internet and support

2018/S 104-237541

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Geodatastyrelsen
National registration number: 629665916
Postal address: Lindholm Brygge 31
Town: Nørresundby
NUTS code: DK050 Nordjylland
Postal code: 9400
Country: Denmark
Contact person: Belén Jiménez Barón
E-mail: bejin@gst.dk
Telephone: +45 20713734
Internet address(es):
Main address: www.gst.dk
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=212239&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=212239&B=KA
Tenders or requests to participate 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
Other activity: Hydrographic Office

Section II: Object

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

Depth Data Management System

II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

This procurement is for a depth data management system for storage, quality assurance and distribution of bathymetric data within the domain of the Danish Hydrographic Office. The procurement includes customization, implementation, migration from current systems, service and support as well as consultancy services and further developments.

II.1.5)Estimated total value
Value excluding VAT: 600 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
48000000 Software package and information systems
72250000 System and support services
72263000 Software implementation services
72267000 Software maintenance and repair services
72268000 Software supply services
72322000 Data management services
72600000 Computer support and consultancy services
II.2.3)Place of performance
NUTS code: DK050 Nordjylland
Main site or place of performance:

Nørresundby

II.2.4)Description of the procurement:

The Danish Geodata Agency (Geodatastyrelsen) as a national maritime authority has the responsibility for hydrographic surveying and production of nautical charts in Danish, Greenlandic and Faroe Islands waters. It is also the responsibility of GST to provide the data management arrangements to support for those services.

Given the exponential increase in data volumes managed by the Danish Geodata Agency and the emergence of new technology resulting in a wider variety of data sources and nature, there is a need acquiring a new depth data management system that will ensure efficient management of the depth data and will contribute to optimizing the production chain from survey to chart production (from ping to chart).

The purpose of this procurement is for the Danish Geodata Agency to acquire a COTS system (Commercial off the shelf) that supports depth data management in the context of a Hydrographic Office. Besides acquiring the access to the application, the tenderer must also deliver:

— services for project management,

— configuration of the application,

— training,

— implementation,

— development of data migration strategy and tools,

— support and maintenance, and

— related consultancy services and further developments.

The contract period is 72 months from acceptance date of the implemented, configuration and developed application, and the recurring services can be prolonged in 2 times 12 month. The maximum contract period is then 8 years from the acceptance date.

The Contract will be conducted in four phases. Firstly, the design phase. Secondly, the implementation phase. Thirdly, the operation test phase. Fourthly, the operation phase.

The application will be operated by a third party (Statens IT) on behalf of the Danish Geodata Agency, but the tenderer must deliver maintenance and further development for the application. The tenderer must also deliver support services for both the users and the third party operator. The tenderer must deliver project assistance for the operator for preparation, testing and implementation of the application in the operation environment. The tenderer has the overall responsibility for fulfilling the project but the Danish Geodata Agency will participate in the project to a degree which makes them able to use, run, change, support and maintain the application after the Final acceptance date.

Please see the tender material for further information and descriptions of the system and other services to be delivered.

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: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:

2 times 12 month.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Danish Geodata Agency must be able to buy additional training, support and maintenance, consultancy services and further development after the delivery of the system.

Further, the Danish Geodata Agency may decide to have the installation of the application at the Danish Geo-data Agency’s location in Nørresundby.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: FAMOS project.
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.2)Conditions related to the contract
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 furthermore lays down requirements pursuant to ILO Convention no. 94 on labor clauses in public contracts and Circular no. 9471 of 30.6.2014.

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

If the contract is awarded to a group of operators (e.g. a consortium), each participant of the group must undertake joint and several liability and appoint a joint representative.

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.1.8)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
Notice number in the OJ S: 2018/S 032-069346
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/07/2018
Local time: 10:00
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: 02/07/2018
Local time: 10:00
Information about authorised persons and opening procedure:

The tenderer are not allowed to supervise the opening of the tenders.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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". 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 14 June 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 six days before expiry of the application deadline. Questions received later than 6 calendar 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 tele-phone (+45) 70 20 80 14.

Along with the tender, the tenderer must 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, 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.

As regards section II.1.5) and 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 amount of the contract is expected to be in the range of 400,000-900,000 EUR. The actual contract price may deviate from the estimated contract price, both in upward and downward directions.

As regards section II.2.7), it should be noted that the duration of contract stipulated commences on the acceptance date.

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
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
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 stand-still 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
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
30/05/2018