Procurement Summary
Country : Germany
Summary : Strategic IT Provider Control
Deadline : 09 Aug 2018
Other Information
Notice Type : Tender
TOT Ref.No.: 25010752
Document Ref. No. : KfW-2018-0022
Competition : ICB
Financier : KFW Bankengruppe (German Development Bank)
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : VERGABEKAMMER BUND
Postanschrift: Villemomblerstraße 76
Postleitzahl / Ort: 53113 Bonn
Tel: +49 2289499-0
Fax.: +49 2289499-163
Germany
Email :vergabestelle@kfw.de
URL :https://vergabe.kfw.de
Tender Details
Tenders are invited for Strategic IT Provider Control.
The content of the service covered by lot 1 is advising KfW in all topics and issues in the context of strategic / tactical IT provider control. The subject matter of a single contract will include tasks from the area of ??responsibility of the team "IT Strategy and Provider Control" at KfW. At KfW, this team covers the topics of IT strategy, IT personnel strategy and IT provider control. The potential service required by the contractor also includes the preparation and monitoring of procurement procedures up to the award.
II.1.5) Estimated total value
II.1.6) Information about lots
Division of the contract into lots: no
II.2) Description
II.2.2) Additional CPV code (s)
CPV Code Body: 79418000-7
72130000-5
72222000-7
II.2.3) Place of performance
NUTS code:
DE712
Main place of execution:
KfW
Palmengartenstraße 5-9
60325 Frankfurt
Germany
II.2.4) Description of procurement
KfW estimates the number of individual contracts to be called up during the term of the framework agreement of four years for a total of 2, 400 consultant days, which are distributed among the skill-level consultant, senior consultant and senior expert. The total number of consultant days can vary up and down and is not binding as a forecast. KfW does not guarantee minimum purchase quantities. The details are given in the description of services for lot no. 1.
II.2.5) Award criteria
The price is not the only award criterion; all criteria are only listed in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract can be extended: No.
II.2.10) Information about variants / alternative offers
Variants / alternative offers are permitted: no
II.2.11) Information on options:
Options: no
II.2.12) Information on electronic catalogs
II.2.13) Information on European Union funds
The contract is related to a project and / or program financed by EU funds: no
II.2.14) Additional information:
Section III: Legal, economic, financial and technical information
III.1) Conditions of participation
III.1.1) Professional qualification, including requirements for entry in a trade or professional register
Self-declarations by the applicant (s) of the applicant community for:
- absence of grounds for exclusion pursuant to §§ 123, 124 GWB and, if necessary, self-cleaning pursuant to § 125 GWB
- the commercial register number (s)
III.1.2) Economic and financial capacity
Listing and brief description of the eligibility criteria: The applicant / consortium makes the following self
-declaration : - Declaration and proof in the event of commissioning no later than 14 calendar days after the award of the contract for the conclusion of a company / professional liability insurance with a lump sum of at least 5, 000, 000 € per insured event for personal injury and property damage as well as a lump sum of € 250, 000 per insurance claim for financial losses twice per calendar year maximized. The insurance is held for the entire period of the contract, alternatively self-declaration to the existence of a corresponding insurance protection and its maintenance over the entire period of the contract fulfillment.
Possibly required minimum standards: Fulfillment of the above-mentioned coverage
III.1.3) Technical and professional capacity
List and short description of eligibility criteria: self-declaration on
1. suitable references on past or substantially completed services in the last three years (since 2014)
2. number of employees
3. number of skill-level consultant, senior consultant, senior Expert
Minimum standards possibly required: to 1:
At least two reference services comparable in terms of type, scope and difficulty to the advertised services. A reference service is comparable in type, scope and difficulty if it has the following characteristics:
- The activity for the reference provider concerned one of the topics IT strategy, IT personnel strategy or strategic IT provider control.
- The assignment lasts (e) at least one year and covered at least 600 working days.
- The reference issuer is a contracting authority or a financial or insurance undertaking
2:
The bidder / consortium must have employed on average 50 people over the last three years.
to 3:
Of the existing staff, the following number of employees must meet the requirements for the following roles:
a) Five employees' requirements for the role of a Senior Expert
b) Eight employees' requirements for the role of a Senior Consultant
c) Eight employees' requirements for Role of a consultant
The roles are defined in Chapter C of the Specifications.For reasons of data protection, the bidder must first name only the initials of the personnel available to him. The following conditions also apply:
- A person may only be used for one role.
- Each person must have at least two special technical skills (from four: public procurement law, Scrum, IT service provider management and IT purchasing).
- A bidder must cover all four special technical skills in each skill level.
A tenderer may use the same initials (persons) for lot 1 and lot 2.
III.1.5) Information on reserved contracts
III.2) Conditions for the contract
III.2.1) Information on a particular profession
III.2.2) Conditions for the performance of the contract:
III.2.3) Personnel responsible for the execution of the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Details of the framework agreement or the dynamic purchasing system
The notice concerns the conclusion of a framework agreement
Framework agreement with a single operator
IV.1.6) Details of the electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The contract is covered by the procurement agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Final date for receipt of tenders or requests to participate
Day and local time: 09.08.2018 13:00 clock
IV.2.4) Language (s) in which tenders or requests to participate may be submitted
DE
IV.2.6) Period of validity of the offer
The offer must be valid until: 31.10.2018
IV.2.7) Conditions for the opening of tenders
Day: 09.08.2018, local time: 13:00
Place and details of authorized persons and the opening procedure: not applicable
Section VI: Further Information
VI.1) Information on the return of the contract
This is a recurring order: no
VI.2) Information on electronic workflows
VI.3) Additional information:
Please note in particular § 2 of the Framework Agreement on the obligation to protect against conflicts of interest:
"The contractor undertakes
not to participate in further tenders of KfW, which relate to KfW's IT services during the contract period of this framework agreement, in order to avoid direct or indirect conflicts of interest Case of an award to the contractor could lead to a conflict of interest for the contractor;
- not to enter into any contracts during the term of the framework agreement under which he would be required to provide services as a subcontractor of a contractual partner of KfW, which compares IT services with those of the contractor. concern the KfW and may lead to a conflict of interest with the contractor; to the extent that, as a subcontractor of KfW's contracting party, he has to provide services upon the conclusion of this framework agreement, which relate to KfW's IT services that could lead to a conflict of interest with the contractor, the contractor must terminate these contracts as soon as possible;
- not to enter into contracts during the contract period of the framework agreement, under which it counters any advisory or other support services. Contracting parties of KfW, which in connection with the performance of the contracting party KfW and lead to conflicts of interest with the contractor; to the extent that it has to provide such services to a contractual partner of KfW upon conclusion of this framework agreement, which affect KfW's IT services, which could lead to a conflict of interest with the contractor, the contractor must terminate these contracts as soon as possible. "
VI.4) Remedies procedure / review procedure
VI.4.1) Body responsible for appeal / review procedures
Official name: Vergabekammer Bund Postal
address: Villemomblerstraße 76
Postcode / City: 53113 Bonn
Country: Germany
Phone: +49 2289499-0
Fax .: +49 2289499-163
Internet-Address: (URL) http://www.bundeskartellamt.de
VI.4.2) Body responsible for arbitration
Official name: Postal
address:
Postcode / City:
VI.4.3) Lodging of appeals
Precise information on the time limits for lodging appeals: Section 160 (3) (4) GWB: A petition for review is inadmissible if more than 15 calendar days have elapsed after receipt of the notification of the client to refuse to remedy a complaint.
VI.4.4) Body providing information on the lodging of appeals
Official name: Postal address: Postcode / City:
VI.5) Date of dispatch of this notice: 09/07/2018
[Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.]
Documents
Tender Notice