23948sdkhjf

Fakta om udbudet

EU-nr
2022/S 184-522168
Offentliggjort
23.09.2022
Udbudstype
Resultat

Udbyder

DSB

Security Test Framework Agreement


DSB

Bekendtgørelse om indgåede kontrakter – forsyningsvirksomhed

Resultat af udbudsproceduren

Tjenesteydelser

Retsgrundlag:
Direktiv 2014/25/EU

Del I: Ordregivende enhed

I.1) Navn og adresser
Officielt navn: DSB
CVR-nummer: 25 05 00 53
Postadresse: Telegade 2
By: Taastrup
NUTS-kode: DK Danmark
Postnummer: 2630
Land: Danmark
Kontaktperson: Mustapha Katamato
E-mail: mumk@dsb.dk
Telefon: +45 24680993
Internetadresse(r):
Overordnet internetadresse: www.dsb.dk
Internetadresse for køberprofilen: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264
I.2) Information om fælles indkøb
Kontrakten tildeles af en indkøbscentral
I.6) Hovedaktivitet
Jernbanetransport

Del II: Genstand

II.1) Udbuddets omfang
II.1.1) Betegnelse:

Security Test Framework Agreement

II.1.2) Hoved-CPV-kode
85312320 Konsulenttjenesteydelser
II.1.3) Kontrakttype
Tjenesteydelser
II.1.4) 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.

II.1.6) Oplysninger om delkontrakter
Kontrakten er opdelt i delkontrakter: nej
II.2) Beskrivelse
II.2.2) Supplerende CPV-kode(r)
85312320 Konsulenttjenesteydelser
II.2.3) Udførelsessted
NUTS-kode: DK Danmark
II.2.4) 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.

II.2.5) Tildelingskriterier
Kvalitetskriterium - Navn: Quality / Vægtning: 60
Pris - Vægtning: 40
II.2.11) Oplysninger om optioner
Optioner: nej
II.2.13) Oplysninger om EU-midler
Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14) Yderligere oplysninger

Del IV: Procedure

IV.1) Beskrivelse
IV.1.1) Proceduretype
Forhandlingsprocedure med forudgående indkaldelse af tilbud
IV.1.3) Oplysninger om rammeaftale eller dynamisk indkøbssystem
Udbuddet indebærer udarbejdelse af en rammeaftale
IV.1.8) Oplysninger om GPA-aftalen om offentlige udbud
Dette udbud er omfattet af GPA-aftalen: ja
IV.2) Administrative oplysninger
IV.2.1) Tidligere offentliggørelse om samme kontrakt
Bekendtgørelsens nummer i EUT S: 2021/S 250-664886
IV.2.8) Oplysninger om opsigelse af dynamisk indkøbssystem
IV.2.9) Oplysninger om ophør af indkaldelse af tilbud i form af en vejledende periodisk bekendtgørelse

Del V: Kontrakttildeling

Kontraktnr.: 1
Betegnelse:

Security Test Framework Agreement

En kontrakt/delkontrakt tildeles: ja
V.2) Kontrakttildeling
V.2.1) Dato for indgåelse af kontrakten:
11/05/2022
V.2.2) Oplysninger om tilbud
Antal modtagne tilbud: 3
V.2.4) Oplysninger om kontraktens/delkontraktens værdi (eksklusive moms)
V.2.5) Oplysninger om underentreprise
V.2.6) Pris, der er betalt for lejlighedskøb

Del VI: Supplerende oplysninger

VI.3) 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 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.

VI.4) Klageprocedurer
VI.4.1) Organ med ansvar for klageprocedurerne
Officielt navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
By: Viborg
Postnummer: 8800
Land: Danmark
E-mail: klfu@naevneneshus.dk
Telefon: +45 72405708
Internetadresse: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.3) Klageprocedure
Præcise oplysninger om klagefrist(er):

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/

VI.4.4) Tjeneste, hvor der kan fås oplysninger om klageproceduren
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
Internetadresse: http://www.kfst.dk
VI.5) Dato for afsendelse af denne bekendtgørelse:
19/09/2022

Send til en kollega

0.078