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 Servicii de programare şi de consultanţă software, 72220000 Servicii de consultanţă privind sistemele informatice şi servicii de consultanţă tehnică, 72221000 Servicii de consultanţă privind analiza economică, 72224000 Servicii de consultanţă privind gestionarea proiectelor, 72226000 Servicii de consultanţă privind verificarea acceptării de software de sistem, 72227000 Servicii de consultanţă privind integrarea software, 72228000 Servicii de consultanţă privind integrarea hardware, 72266000 Servicii de consultanţă pentru software, 72600000 Servicii de asistenţă şi de consultanţă informatică
Locul de executare:
Tender for onshore IT resource partner
Organismul de alocare:
DSB
Numărul de atribuire:
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
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

Additional information : Additional information: 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

2.1.6 Grounds for exclusion

Analogous situation like bankruptcy under national law : According to section 137, subsection 1 of the Public Procurement Act
Bankruptcy : According to section 137, subsection 1 of the Public Procurement Act
Corruption : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of bribery by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As defined in Article 3 of the Convention on the fight against bribery involving officials of the European Communities or officials of Member States of the European Union (OJ C 195 of 25.6.1997, p. 1), and in Article 2, paragraph 1, of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating bribery in the private sector (OJ L 192 of 31.7.2003, p. 54). This exclusion ground also includes bribery as defined in the national law applicable to the contracting authority (the contracting entity) or the economic operator.
Arrangement with creditors : According to section 137, subsection 1 of the Public Procurement Act
Participation in a criminal organisation : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of participation in a criminal organization by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on combating organized crime (OJ L 300 of 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of money laundering or terrorist financing by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309 of 25.11.2005, p. 15).
Fraud : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of fraud by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As referred to in Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316 of 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of child labor and other forms of human trafficking by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101 of 15.4.2011, p. 1).
Insolvency : According to section 137, subsection 1 of the Public Procurement Act
Assets being administered by liquidator : According to section 137, subsection 1 of the Public Procurement Act
Purely national exclusion grounds : Section 134a of the Public Procurement Act applies: A contracting authority must exclude an applicant or tenderer from participating in a procurement procedure if the applicant or tenderer is established in a country that is listed on the EU list of non-cooperative tax jurisdictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open the market for public contracts to tenderers established in the respective country.
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator failed to meet its obligations regarding the payment of contributions to social security schemes both in the country where the economic operator is established and in the contracting authority's or contracting entity's member state, if this is different from the country of establishment?
Business activities are suspended : According to section 137, subsection 1 of the Public Procurement Act
Payment of taxes : Has the economic operator failed to meet its obligations regarding the payment of taxes and duties both in the country where the economic operator is established and in the contracting authority's or contracting entity's member state, if this is different from the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or a person belonging to the economic operator's administrative, management, or supervisory body or having the authority to represent, control, or make decisions therein, been convicted of terrorist acts or criminal offenses related to terrorist activities by a final judgment rendered within the last five years, or where an exclusion period directly set in the judgment still applies? As defined in Articles 1 and 3 of Council Framework Decision 2002/475/JHA of 13 June 2002 on combating terrorism (OJ L 164 of 22.6.2002, p. 3). This exclusion ground also includes incitement, aiding and abetting, and attempting to commit such acts as referred to in Article 4 of the aforementioned Framework Decision.

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

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : Additional information: 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

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financiel standing
Description : The economic operator's total revenue for the number of financial years requested in the relevant notice, in the tender documents, or in the ESPD, is as follows: Applicant's total annual revenue in the three most recent available financial years. As a minimum requirement, a total annual revenue of at least DKK 100 million each year in the three most recent available annual reports/financial statements is required. If the applicant relies on the capacity of other entities, the revenue is calculated as the applicant's and these other entities' total revenue in each of the three most recent available annual reports/financial statements. In the case of a consortium, the revenue is calculated as the companies' total revenue in each of the three most recent available annual reports/financial statements. The information is provided in ESPD section IV.B
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Minimum score : 100 000 000
Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : With regard to the financial ratios (such as the ratio between assets and liabilities) listed in the relevant notice, in the tender documents, or in the ESPD, the economic operator declares that the actual values for the requested ratios are as follows: Applicant's solvency ratio in the three most recent available financial years. As a minimum requirement, an average solvency ratio of at least 10% is required within the last 3 financial years. The solvency ratio is calculated as (total equity/total assets) x 100 = solvency ratio within the last 3 financial years. If the applicant relies on the capacity of other entities, the solvency ratio is calculated as the applicant's and these other entities' total equity in relation to their total assets, calculated as a percentage within the last 3 financial years. In the case of a consortium, the solvency ratio is calculated as the companies' total equity in relation to their total assets, calculated as a percentage and as an average of the last 3 financial years. The information is provided in ESPD section IV.B "Financial ratios." The applicant is requested to clearly state "solvency ratio" in the response. If the applicant relies on the economic and financial capacity of other entities, the contracting authority requires that the applicant and the respective entities be jointly and severally liable for the execution of the contract. The ESPD serves as preliminary proof that the applicant meets the minimum suitability requirements in relation to economic and financial capacity.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Minimum score : 10
Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : The applicant must submit the European Single Procurement Document (hereinafter ESPD) indicating the following information: Applicant's EBIT margin in the three most recent available financial years. As a minimum requirement, an average EBIT margin, calculated as (EBIT/Revenue) * 100, of at least 1,5% within the last 3 financial years is required. The average EBIT margin is calculated as the average of the EBIT margin for the last 3 financial years. If the applicant relies on the capacity of other entities, the EBIT margin is calculated as the applicant's and these other entities' total EBIT in relation to their total revenue, calculated as a percentage within the last 3 financial years. In the case of a consortium, the EBIT margin is calculated in a similar manner, i.e., the consortium's total EBIT in relation to their total revenue, calculated as a percentage and as an average of the last 3 financial years. The information is provided in ESPD section IV.B "Financial ratios." The applicant is requested to clearly state "EBIT margin" in the response. If the applicant relies on the economic and financial capacity of other entities, the contracting authority requires that the applicant and the respective entities be jointly and severally liable for the execution of the contract. The ESPD serves as preliminary proof that the applicant meets the minimum suitability requirements in relation to economic and financial capacity.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Minimum score : 1,5
Criterion :
Type : Suitability to pursue the professional activity
Name : ikke anvendt
Description : Ikke anvendt
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical and Professional Capacity
Description : The applicant must submit the ESPD with the following information: Minimum requirements for the required level: As a minimum requirement the applicant must submit one (1) reference documenting experience with the delivery of the services covered by this tender, the reference must have a value corresponding to an annual turnover 100 million DKK excluding VAT Selection criteria If DSB receives 5 or fewer applications that meet the above minimum requirements for economic and financial capacity, all 5 applicants will be prequalified without selection. If DSB receives 5 applications or more, selection will be made based on the applicant's references as described below. For selection purposes, the applicant can provide up to 3 most significant comparable references that the applicant has performed in the last 3 years. In the selection process, DSB will put emphasize on: - consultancy type (SAP resources, IT Architects, IT Project Managers and IT developers) and number of consultants (the higher the number of consultants covered by the reference the better the assessment) compared to the consultancy types requested by DSB in this tender. - The economic scope of the contract for the delivered serviced, the higher the turnover, the greater positive significance in the assessment - References for customers who use single sourcings of the consultants in scope of this framework agreement - References for customers that are comparable in size and complexity to DSB. Only references related to services that have been completed at the time of application will be considered in the assessment of which applicants have documented the most relevant deliveries, see above regarding selection criteria/limitation of candidates. If it is an ongoing task, only the part of the services that have already been completed at the time of application will be included in the assessment of the reference. Each reference should contain a brief description of the service performed. The description of the service should include a clear description of which of the listed services the delivery related to, as well as the applicant's role(s) in the execution of the service. Furthermore, the reference should include the economic value of the delivery (amount), date of the delivery, and name of the customer (recipient). When indicating the date of the delivery, the applicant should specify the start and end date of the delivery. If this is not possible, e.g., because the tasks are performed continuously under a framework agreement, the applicant should indicate in the description of the delivery how the date is specified. A maximum of 3 references can be provided, regardless of whether the applicant is a single company, relies on the technical capacity of other entities, or is a consortium. If the applicant relies on the professional qualifications or professional experience of other entities regarding the execution of specific parts of the services covered by the contract, see the description under "Subject" and "Description of the tender," the specific parts of the services under the contract must be performed by the entity on which the applicant relies. The ESPD serves as preliminary evidence of how the applicant meets the selection criterion. Before the award decision, the tenderer to whom the contracting authority intends to award the contract must provide documentation that the information in the ESPD is correct. The applicant will not be required to provide additional documentation for technical and professional capacity. However, the contracting authority reserves the right to contact the applicant or the customer specified in the reference to verify the information about the reference, including the times specified for the reference.
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Maximum number of tenders passing : 5
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 5
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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.
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.
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.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 02/06/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : The contract incorporates considerations of social responsibility as formulated in the conventions underlying the principles of the UN Global Compact and as formulated in the OECD Guidelines for Multinational Enterprises, to the relevant extent. Additionally, contractual requirements are set in accordance with ILO Convention 94 on labor clauses in public contracts and Circular no. 9471 of June 30, 2014.
Electronic invoicing : Required
Electronic ordering will be used : yes
Financial arrangement : The financing and payment terms will be stated in the tender material. Reference is also made to the required electronic invoicing and the possibility of electronic ordering in accordance with Executive Order no. 798 of June 28, 2007 on public payments, etc. with subsequent amendments. The Executive Order can be accessed at www.retsinformation.dk

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 1
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 -

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
Notice information
Notice identifier/version : 375567d4-88ff-41e7-8fd8-7a5ed54ff298 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/05/2025 09:10 +00:00
Notice dispatch date (eSender) : 02/05/2025 12:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00285734-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025