Tender for onshore IT resource partner

The scope of this tender is to enter into a Framework Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate. the Supplier will be the responsible party for sourcing of consultants to DSB. the Supplier will act as a single point of contact …

CPV: 72200000 Softwareprogrammering en -advies, 72220000 Systeem- en technisch advies, 72221000 Bedrijfsanalyseadviezen, 72224000 Advies over projectmanagement, 72226000 Advies over acceptatietest systeemsoftware, 72227000 Advies over software-integratie, 72228000 Advies over hardware-integratie, 72266000 Advies over software, 72600000 Diensten voor computerondersteuning en -advies
Plaats van uitvoering:
Tender for onshore IT resource partner
Toekennende instantie:
DSB
Gunningsnummer:
A-25240

1. Buyer

1.1 Buyer

Official name : DSB
Activity of the contracting entity : Railway services

2. Procedure

2.1 Procedure

Title : Tender for onshore IT resource partner
Description : The scope of this tender is to enter into a Framework Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate. the Supplier will be the responsible party for sourcing of consultants to DSB. the Supplier will act as a single point of contact for consultants hire in the below categories. The primary service under the Framework Agreement is the delivering of Consultants in the following categories via automated processes supported by a Service Organization: o SAP resources o IT Architects o IT Project Managers o IT developers
Procedure identifier : db5bfc36-5559-4e4d-987d-9a94fe2821b7
Previous notice : 375567d4-88ff-41e7-8fd8-7a5ed54ff298-01
Internal identifier : A-25240
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : A negotiated tender is carried out with the possibility of accepting the initial tender, cf. the tender specifications. 5 applicants are prequalified to submit tenders. The procedure is described in more detail in the tender specifications and associated annexes.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72226000 System software acceptance testing consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

2.1.2 Place of performance

Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 800 000 000 Danish krone
Maximum value of the framework agreement : 1 000 000 000 Danish krone

2.1.4 General information

Call for competition is terminated
Additional information : Additional information: This tender is cancelled Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 23.05.2025, at 12.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone. The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The estimated value of the services that can be delivered under the framework agreement is DKK 800 million. The Contracting Entity's estimate of the framework agreement's estimated value is based on the Contracting Entity's expectation of the offered prices, including price adjustments during the contract period. The total maximum value of the services to be delivered under the framework agreement amounts to DKK 1 billion. The difference between the estimated value and the maximum value is due to the uncertainty about the final value of the framework agreement. The estimated value thus reflects the Contracting Entity's estimate of the expected draw on the framework agreement, while the maximum value expresses the highest value of all contracts to be delivered within the framework agreement's duration. This takes into account both the Contracting Entity's expectations based on the most likely draw on the framework agreement and the expected uncertainty associated with this estimate. Regarding the estimated value, it should be noted that tenderers are not guaranteed any minimum draw on the framework agreement, and the stated estimate does not imply a commitment from the Contracting Entity for a minimum draw on the framework agreement. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The Contracting Entity reserves the right to award based on the initial tender. The tendered framework agreement is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the framework agreement. Legal basis: Directive 2014/25/EU
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Tender for onshore IT resource partner
Description : The scope of this tender is to enter into a Framework Agreement with one Supplier, which can deliver Consultants in the relevant categories at an hourly rate. the Supplier will be the responsible party for sourcing of consultants to DSB. the Supplier will act as a single point of contact for consultants hire in the below categories. The primary service under the Framework Agreement is the delivering of Consultants in the following categories via automated processes supported by a Service Organization: o SAP resources o IT Architects o IT Project Managers o IT developers
Internal identifier : A-25240

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 72226000 System software acceptance testing consultancy services
Additional classification ( cpv ): 72227000 Software integration consultancy services
Additional classification ( cpv ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72600000 Computer support and consultancy services

5.1.2 Place of performance

Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 8 Year

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The term of the Framework Agreement is 4 (four) years, with the possibility of extensions. the Framework Agreement can be extended by 2 x 2 years, with a 3 months’ notice. cf. the framework agreement.

5.1.5 Value

Estimated value excluding VAT : 800 000 000 Danish krone
Maximum value of the framework agreement : 1 000 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Additional information: This tender is cancelled Participation in the tender can only take place electronically via the Contracting Entity's electronic tendering system. To access the tender material, the applicant must be registered or register as a user. If the application contains multiple versions of the same document, the latest uploaded version will be the valid one. All communication related to the tender procedure, including questions and answers, must take place via the electronic tendering system. The Contracting Entity prefers that questions regarding prequalification be submitted no later than 23.05.2025, at 12.00. Questions submitted after this date will be answered if they are received in time for the Contracting Entity to obtain the necessary information and provide answers no later than six days before the application deadline. Questions received later than six days before the deadline cannot be expected to be answered. Interested parties are advised to stay informed via the electronic tendering system. If the applicant experiences problems with the system, support can be contacted via email at dksupport@eu-supply.com or by phone. The applicant must submit an ESPD as its application as preliminary proof of the conditions mentioned in Section 148, paragraph 1, numbers 1-3 of the Public Procurement Act, cf. the regulation on procedures for entering into contracts within water and energy supply, transport, and postal services Section 11. It is not necessary for the applicant to sign its ESPD document. If the applicant is a consortium then the applicant must submit a consortium declaration. In the case of a consortium, a separate ESPD must be submitted for each participating economic operator. If the applicant is a consortium, each participant's ESPD document must be signed by the respective participant. It is not necessary for the leading applicant submitting the application to sign its ESPD document. If the applicant relies on the capacity of other entities, an ESPD must be submitted for each entity on which it relies, and the ESPD document must be signed by the supporting entity. The applicant must also submit a support declaration in which the entity or entities on which the applicant relies declare to be jointly and severally liable with the applicant if awarded the contract. The template is attached as an appendix to the tender conditions. Before the award decision, the tenderer to whom the Contracting Entity intends to award the contract must provide documentation for the information given in the ESPD in accordance with Sections 151 and 152, paragraph 3 of the Public Procurement Act, cf. the implementation regulation Section 11. This documentation will consist of a Service Certificate "Serviceattest" (issued no earlier than six months before the tender deadline) and annual accounts/auditor's statement for Danish tenderers, cf. the tender conditions. Equivalent documentation will be provided for foreign tenderers. If the application is submitted by a consortium, a correctly completed consortium declaration must also be submitted for the consortium as a whole. If the applicant relies on the economic and financial or technical and professional capacity of supporting entities, the applicant must also submit a correctly completed support declaration in which the supporting entity/entities legally commit to making their resources available. In the event of changes to the composition of the tenderer, the rules in Section 147 of the Public Procurement Act apply in full. The estimated value of the services that can be delivered under the framework agreement is DKK 800 million. The Contracting Entity's estimate of the framework agreement's estimated value is based on the Contracting Entity's expectation of the offered prices, including price adjustments during the contract period. The total maximum value of the services to be delivered under the framework agreement amounts to DKK 1 billion. The difference between the estimated value and the maximum value is due to the uncertainty about the final value of the framework agreement. The estimated value thus reflects the Contracting Entity's estimate of the expected draw on the framework agreement, while the maximum value expresses the highest value of all contracts to be delivered within the framework agreement's duration. This takes into account both the Contracting Entity's expectations based on the most likely draw on the framework agreement and the expected uncertainty associated with this estimate. Regarding the estimated value, it should be noted that tenderers are not guaranteed any minimum draw on the framework agreement, and the stated estimate does not imply a commitment from the Contracting Entity for a minimum draw on the framework agreement. The Contracting Entity may request applicants to supplement, clarify, or complete the application in accordance with Article 76, number 4 of the Utilities Directive if applications or tenders do not meet the formal requirements of the tender material. For information on the negotiation process, refer to the tender conditions. The Contracting Entity will conduct negotiations as described in the tender specifications. The Contracting Entity reserves the right to award based on the initial tender. The tendered framework agreement is not divided into lots. The reason for this is that it is not considered commercially and economically advantageous due to the scope and nature of the framework agreement. Legal basis: Directive 2014/25/EU

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Evaluation of the sub criterion “Price” is based on the total evaluation-technical price cf. Annex B2 – Rates. The calculation is based on Annex B2 – Rates in accordance with the charges offered by the tenderer. The total evaluation-technical price is based on the Total Cost of the Consultants defined in the material.
Justification code : Other public interest
Justification for publishing later : ikke tilbagehold
Date of when this will be published : 11/05/2025
Criterion :
Type : Quality
Name : Service organisation
Description : Evaluation of the sub criterion “Service Organisation” is based on the requirement in Annex A1 no. 1, 2, 3, 4, 5, 11 and 12. All evaluable requirements are weighted equal. DSB will conduct an overall evaluation of the entire Sub-criteria based on the Tenderers fulfillment of the requirements in Annex A1.
Justification code : Other public interest
Justification for publishing later : ikke tilbageholdt
Date of when this will be published : 11/05/2025
Criterion :
Type : Quality
Name : consultancy depth and width
Description : Evaluation of the sub criterion “Consultancy depth and width” is based on the Tenderer’s reply to the following evaluable requirements ID 13, 14, 15 and 16. All evaluable requirements are weighted equal. DSB will conduct an overall evaluation of the entire Sub-criteria based on the Tenderers fulfillment of the requirements in Annex A1.
Justification code : Other public interest
Justification for publishing later : ikke tilbageholdt
Date of when this will be published : 11/05/2025
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : In accordance with the Act on the Complaints Board for Public Procurement etc. (the act can be accessed at www.retsinformation.dk) , the following deadlines apply for filing a complaint: A complaint about not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. section 7, subsection 1 of the act, from the day after the notification is sent to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection 1, no. 1 of the act. In other situations, a complaint about procurement, cf. section 7, subsection 2 of the act, must be submitted to the Complaints Board for Public Procurement within: 6 months after the contracting authority has entered into a framework agreement counted from the day after the day the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection 2 of the act. No later than at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement, and whether the complaint is submitted during the standstill period, cf. section 6, subsection 4 of the act. In cases where the complaint is not submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. section 12, subsection 1 of the act. The email address of the Complaints Board for Public Procurement is provided under "Organization". The complaint guidance of the Complaints Board for Public Procurement can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : In accordance with the Act on the Complaints Board for Public Procurement etc. (the act can be accessed at www.retsinformation.dk) , the following deadlines apply for filing a complaint: A complaint about not being selected must be submitted to the Complaints Board for Public Procurement within 20 calendar days, cf. section 7, subsection 1 of the act, from the day after the notification is sent to the affected applicants about who has been selected, when the notification is accompanied by a justification for the decision in accordance with section 2, subsection 1, no. 1 of the act. In other situations, a complaint about procurement, cf. section 7, subsection 2 of the act, must be submitted to the Complaints Board for Public Procurement within: 6 months after the contracting authority has entered into a framework agreement counted from the day after the day the contracting authority has notified the affected applicants and tenderers, cf. section 2, subsection 2 of the act. No later than at the same time as a complaint is submitted to the Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint is being submitted to the Complaints Board for Public Procurement, and whether the complaint is submitted during the standstill period, cf. section 6, subsection 4 of the act. In cases where the complaint is not submitted during the standstill period, the complainant must also indicate whether a suspensive effect of the complaint is requested, cf. section 12, subsection 1 of the act. The email address of the Complaints Board for Public Procurement is provided under "Organization". The complaint guidance of the Complaints Board for Public Procurement can be found at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Organisation providing additional information about the procurement procedure : DSB -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Decision of the buyer, because of a change in needs

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 0

8. Organisations

8.1 ORG-0001

Official name : DSB
Registration number : 25 05 00 53
Postal address : Telegade 2
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Kathrine Conda
Telephone : +45 24680000
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405708
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : ad745df4-ca78-477f-8ffe-59ad8d8ea231 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 08/05/2025 06:58 +00:00
Notice dispatch date (eSender) : 08/05/2025 06:59 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00298573-2025
OJ S issue number : 90/2025
Publication date : 12/05/2025