DSB would like to have a non-exclusive framework agreement regarding security tests, to be able to perform tests with the purpose of identifying vulnerabilities and threats to our systems. The framework agreement must contain test types including vulnerability scans, penetration tests, redteam tests and other typical security tests. DSB expects to utilize the framework agreement several times per year, for both larger and smaller scale security tests. DSB bases much of our security testing work on the TIBER EU framework for reference and baseline, but it is important to note that DSB are not required to follow the TIBER EU framework. Everywhere the TIBER EU framework refers to financial sector, this should of course be translated to transportation sector in this case.
Deadline
Fristen for modtagelse af bud var på 2022-01-19.
Indkøbet blev offentliggjort på 2021-12-20.
Objekt Omfanget af udbuddet
Titel: Security Test Framework Agreement
Produkter/tjenester: Konsulenttjenesteydelser📦
Kort beskrivelse:
“DSB would like to have a non-exclusive framework agreement regarding security tests, to be able to perform tests with the purpose of identifying...”
Kort beskrivelse
DSB would like to have a non-exclusive framework agreement regarding security tests, to be able to perform tests with the purpose of identifying vulnerabilities and threats to our systems. The framework agreement must contain test types including vulnerability scans, penetration tests, redteam tests and other typical security tests. DSB expects to utilize the framework agreement several times per year, for both larger and smaller scale security tests. DSB bases much of our security testing work on the TIBER EU framework for reference and baseline, but it is important to note that DSB are not required to follow the TIBER EU framework. Everywhere the TIBER EU framework refers to financial sector, this should of course be translated to transportation sector in this case.
Vis mere
Anslået værdi uden moms: DKK 16 000 000 💰
1️⃣
Yderligere produkter/tjenester: Konsulenttjenesteydelser📦
Sted for udførelsen: Danmark🏙️
Beskrivelse af udbuddet:
“DSB would like to have a non-exclusive framework agreement regarding security tests, to be able to perform tests with the purpose of identifying...”
Beskrivelse af udbuddet
DSB would like to have a non-exclusive framework agreement regarding security tests, to be able to perform tests with the purpose of identifying vulnerabilities and threats to our systems. The framework agreement must contain test types including vulnerability scans, penetration tests, redteam tests and other typical security tests. DSB expects to utilize the framework agreement several times per year, for both larger and smaller scale security tests. DSB bases much of our security testing work on the TIBER EU framework for reference and baseline, but it is important to note that DSB are not required to follow the TIBER EU framework. Everywhere the TIBER EU framework refers to financial sector, this should of course be translated to transportation sector in this case.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 60
Pris (justeringskoefficient): 40
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 25 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 48
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser: 2x24 months
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 5
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of candidates invited to tender will be based on an evaluation of which candidates have documented the most relevant deliveries, see section III.1.3), of the services covered by the contract, see the description in sections II.1.4) and II.2.4).
The evaluation of the most relevant deliveries will be made on the basis of whether the references document experience with delivery of comparable services.
In the evaluation of which candidates have documented the most relevant deliveries of comparable services, the extent to which the references, in total, document relevant experience in delivering the services specifically required will be considered.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the European Single Procurement Document ("ESPD") with the following information:
The candidate's total annual turnover in the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the European Single Procurement Document ("ESPD") with the following information:
The candidate's total annual turnover in the three (3) latest financial years available
The candidate's EBIT margin in the latest financial year available
The candidate's total annual turnover in the most recent financial year available
If the candidate relies on the economic and financial capacity of other entities, the contracting entity requires that the candidate and the entities in question undertake joint and several liability for the performance of the contract.
The ESPD serves as provisional documentation that the candidate fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:
The operator's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the operator is established, or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
A statement regarding the operator's overall turnover in the most recent annual report/financial statement available, depending on when the operator was set up or started trading if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
“As a minimum requirement, an average total annual turnover of at least DKK 10 million calculated over the latest three (3) financial years available. For...”
As a minimum requirement, an average total annual turnover of at least DKK 10 million calculated over the latest three (3) financial years available. For groups of candidates (e.g. a Consortium) turnover will be calculated as the combined total turnover of the candidates in the group in each of the latest three (3) financial years available. Where a candidate relies on the economic and financial capacity of other entities the turnover is calculated as the total combined turnover of the candidate and the supporting entities in each of the latest three (3) financial years.
As a minimum requirement, an EBIT margin of at least 2% calculated for the latest financial year available. For groups of candidates (e.g. a Consortium) EBIT margin is calculated as the combined EBIT margin of the candidates in the group for latest financial year available. Where a candidate relies on the economic and financial capacity of other entities net income is calculated as the total combined EBIT margin of the candidate and the supporting entities for the latest financial year.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must submit the ESPD with the following information:
A list of the 2 most significant comparable services, see sections II.1.4) and II.2.4),...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must submit the ESPD with the following information:
A list of the 2 most significant comparable services, see sections II.1.4) and II.2.4), that the candidate has carried out in the last 10 years before the expiry of the application deadline.
Only references relating to services carried out at the time of application will be given importance in the evaluation of which candidates have documented the most relevant deliveries, see section II.2.9). Hence, in the event of an ongoing task, only the part of the services already having been performed at the time of ap-plication will be included in the evaluation of the reference.
Each reference is requested to include a brief description of the delivery performed for at least one of the be-low (a-d) bullets. At least two bullets must be described across the references .
The delivery description should include a clear description of at least one of the following:
a. delivery performed with testing in critical infrastructure systems or railway systems,
b. delivery performed with testing OT/ICS systems,
c. delivery performed with testing in Microsoft Azure
d. delivery performed with testing in SAP
The reference is furthermore requested to include the financial value of the delivery (amount), date of deliv-ery and name of the customer (recipient). When indicating the date of the delivery, the candidate is request-ed to indicate the date when the delivery was commenced and finalized. If that is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the candidate is asked to specify the circumstances of the date in the description.
When indicating the date of the delivery, the candidate is requested to indicate the date of commencement and finalisation of the delivery. If this is not possible, for example if the tasks were performed on a continu-ous basis under a framework agreement, the candidate is asked to indicate the specification of the date.
No more than 2 references may be stated, irrespective of whether the candidate is a single operator, whether the candidate relies on the technical capacity of other entities, or whether the candidate is a group of opera-tors (e.g. a consortium).
If more than 2 references are stated, only the first 2 references will be taken into account. Any additional ref-erences will be disregarded. If it is not possible to decide which references are the first 2 references, the ref-erences will be selected by drawing lots. The ESPD serves as provisional documentation that the candi-date's/tenderer's compliance with the selection criterion, see section II.2.9).
Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
No additional documentation of technical and professional capacity will be required from the candidate. However, the contracting entity reserves the right to contact the candidate or the customer stated in the ref-erence for confirmation of the information stated in the reference, including the dates of the reference indi-cated. It is encouraged to use the Template for References when submitting the references as part of the re-quest for prequalification.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The tenderer must in the 12 months prioir to the application deadline have had 15 Full Time Equivalent (FTE)”
Krav om deponering og sikkerhedsstillelse:
“The candidate must have a professional liability insurance in accordance with the contract in the tender ma-terial.”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Financing conditions and payment arrangements will be stated in the procurement documents.
Reference is furthermore made to the electronic invoicing...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
Financing conditions and payment arrangements will be stated in the procurement documents.
Reference is furthermore made to the electronic invoicing required and the option of ordering electronically pursu-ant to (Consolidated) Act no. 798 of 28 June 2007 about payment to public authorities, etc., as amended. The con-solidated act is available (in Danish) at www.retsinformation.dk.
Vis mere
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have:
“No specific legal form is required.
If the order is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume...”
Den juridiske form, som den sammenslutning af økonomiske aktører, der skal have kontrakten, skal have
No specific legal form is required.
If the order is awarded to a group of economic operators (e.g. a consortium), each participant of the group must assume joint and several liability and appoint a joint representative.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, 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 labour clauses in public contracts and Circular no. 9471 of 30 June 2014.
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Oplysninger om reduktion af antallet af løsninger eller tilbud under forhandling eller dialog
Anvendelse af en trinvis procedure for gradvist at reducere antallet af løsninger, der skal drøftes, eller af tilbud, der skal forhandles
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-01-19
12:00 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2022-01-25 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 3
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Der vil blive anvendt elektronisk bestilling
Elektronisk fakturering vil blive accepteret
Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure may be accessed under the tab "Ongoing public invitations to tender". For access to the procurement documents, the candidate must be registered or register as a user. If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. The contracting entity would prefer that questions regarding prequalification are submitted at the latest 10th of January 2022
The candidate must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras (1)-(3) of the Danish Public Procurement Act, cf. s.11 of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors. It is not necessary for the candidate to sign the ESPD document. For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating economic operator. Where the candidate is a group of operators, the ESPD document of each participant in the group must be signed by the participant in question. The candidate heading the group and submitting the application is not required to sign its ESPD document. If the candidate relies on the capacity of other entities, an ESPD must be submitted for and signed by each of the entities on which the candidate relies. The candidate will be excluded from participation in the tendering procedure if the candidate is subject to the compulsory grounds for exclusion set out in ss.135 and 136 of the Danish Public Procurement Act or the grounds for exclusion set out in s.137(1), para. [x]], cf. s.10, para. (1) of Ministerial Order on procurement by entities operating in the water, energy, transport and postal services sectors, unless the candidate has submitted sufficient documentation for its reliability in accordance with s.138 of the Danish Public Procurement Act, cf. s.10(1), para. (2) of the Danish Implementing Order. Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151 and 152(3), cf. section 11 of the Danish Order on Implementation. In the event of change of the tenderer, the provisions of s.147 of the Danish Public Procurement Act will apply in their entirety.The difference between the estimated value and the maximum value is due to the uncertainty of the final value of the framework agreement. The estimated value thus reflects the contracting entity’s estimate of the expected purchase under the framework agreement, whereas the maximum value reflects the highest value of all contracts to be performed within the term of the framework agreement. This takes into account, partly, the contracting entity’s expectations based on the most likely purchase under the framework agreement, partly, the expected uncertainty of such estimate. In relation to the estimated value, particular attention is drawn to the fact that the tenderers are not guaranteed any minimum purchase under the framework agreement, and the estimate is therefore no undertaking on the part of the contracting entity to make a minimum purchase under the framework agreement. As regards section II.2.9) it should be noted that each candidate may only submit one application for prequalification. The Contracting Entity will pay no remuneration for participating. The contract may be awarded on the basis off the initial tender.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Ud-bud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Ud-bud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Pro-curement 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 ac-companied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Dan-ish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity 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 entity has notified the candi-dates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the 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 entity in writing that a complaint has been lodged with the Dan-ish 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 within the standstill period, the com-plainant 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 https://klfu.naevneneshus.dk/
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2021/S 250-664886 (2021-12-20)
Bekendtgørelse om indgåede kontrakter (2022-09-19) Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 250-664886
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Security Test Framework Agreement
Dato for indgåelse af kontrakten: 2022-05-11 📅
Oplysninger om udbud
Antal modtagne bud: 3
Kilde: OJS 2022/S 184-522168 (2022-09-19)