Questionnaire
description
Transcript of Questionnaire
ANNEX 2: QUESTIONNAIRE
CUST-DEV2 - TAXUD/2009/AO-01
Name of the tenderer : ……………………………………………………………
- 1 -
Please give brief replies and/or references.
TENDER FORM
Single legal person or company
In the case that a single legal person or company submits a tender, it has to fill in sections 1 to 6.
Joint offers
In the case that the offer is submitted jointly by a group of tenderers, specifiy below:
Company acting as main point of contact for the group of tenderers:
……….…………………
NB: This company has to fill in all sections of the questionnaire:– Sections 1 to 3 on its own behalf
– Sections 4 to 6 on behalf of the group of tenderers
Other companies taking part in the joint tender:
…….….…………………
NB: These companies have to fill in Sections 1 to 3 of the questionnaire
Does a consortium or a similar entity already exist?
□ YES. Please make sure that the offer contains further information to this effect. Reference: …………………………..
□ NO. Please note that, in case of award, the Commission may require the formal constitution of a consortium. A model document on the “Power of Attorney” is included in Annex VIII of the draft “Framework Contract”.
- 2 -
Subcontracting
Tick one of the boxes below as appropriate:
□ The offer foresees no subcontracting of activities.
□ The offer foresees subcontracting of activities. If applicable:
List of subcontractors
…….….……………………….….……………………….….…………………
Subcontractors have to fill in Sections 1 and 2 of the questionnaire.
Please make sure that the offer contains a document clearly stating the roles, activities and responsibilities of the subcontractor(s), including the estimated value of the subcontracting, as well as the reasons why subcontracting is foreseen.
Reference: …………………………..
The subcontractor(s) must submit a letter of intent to collaborate as subcontractor(s) for the call for tenders TAXUD/2009/AO-01 – CUST-DEV2
- 3 -
1. QUESTIONS RELATING TO THE IDENTIFICATION OF THE TENDERER
1.1. Name of tenderer
1.2. In the case of joint offer or subcontracting; please specify company name.
Acting as:
□ main point of contact for the group of tenderers
□ member of group
□ subcontractor
1.3. Legal form of company
1.4. Date of registration
1.5. Country of registration
1.6. Registration number
1.7. VAT number
1.8. Registered address of company
1.9. Usual administrative address of company
- 4 -
1.10. Person(s) authorised to sign contracts (together or alone) on behalf of the company: [Surname, forename, title (e.g. Dr., Mr., Mrs), function (e.g. Manager…)]
1.11. Contact person for this call for tenders: [Surname, forename, title (e.g. Dr., Mr., Mrs…), function (e.g. Manager…) Telephone number, fax number, address]
1.12. Financial identification and legal entities forms: please complete the financial identification form and the legal entities form to be downloaded from the following website address:
http://ec.europa.eu/budget/execution/ftiers_en.htmhttp://ec.europa.eu/budget/execution/legal_entities_en.htm
2. EXCLUSION OF THE TENDERER
Have you enclosed all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
You must enclose: relevant extracts from judicial records or
equivalent documentation showing that you are not bankrupt or your company being wound up,;
Yes/No Reference:
a relevant extract from a judicial record or equivalent documentation to confirm that you have not been convicted of an offence concerning your professional conduct,;
Yes/No Reference:
an affidavit confirming that you are not guilty of professional misconduct;
Yes/No Reference:
recent certificates from the social security and tax authorities to the effect that you have fulfilled your obligations relating to the payment of social security contributions and direct & indirect taxes;
Yes/No Reference:
If not, a sworn or solemn statement before an appropriate authority to that effect;
Yes/No Reference:
Have you enclosed a relevant extract from a judicial record to confirm that you are not subject to a judgment on fraud, corruption etc…
Yes/No Reference:
If not, equivalent documentation; Yes/No Reference: an affidavit confirming that you have not been
declared in serious breach of contract following a procurement procedure or grant award financed by the Community budget;
Yes/No Reference:
an affidavit confirming that you are not in a Yes/No Reference:
- 5 -
situation of conflict of interest; Are you, or one or several members of your
consortium or one or several of your subcontractors, already providing IT services to the Commission DG TAXUD under current contracts?
Yes/No
If yes, indicate the steps that you intend to take to guarantee the absence of conflict of interest with these other contracted activities in the case that you might be awarded the contract;
Yes/No Reference:
an affidavit confirming that you have supplied information required by the authorising department in good faith and without misrepresentation.
Yes/No Reference:
- 6 -
3. SELECTION OF THE TENDERER / ECONOMIC AND FINANCIAL CAPACITY
Have you enclosed all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
You must enclose: Evidence of professional risk indemnity or third
party/civil liability insuranceYes/No Reference:
balance sheets and results for at least the past two financial years
Yes/No Reference:
If not, equivalent documentation; Yes/No Reference: a statement of the average overall turnover, and
the average turnover concerning the goods and services to be covered by the contract, during the financial years 2006, 2007 and 2008, which establishes that they are respectively equal or superior to EUR 50.000.000 and EUR 40.000.000. In the case of a consortium, the turnover figures will be assessed at the level of the consortium and not in relation to each individual partner of the consortium.
Yes/No Reference:
Do you intend to rely on the capacities of other entities (e.g. your parent company)?
Yes/No
If yes, a declaration from this parent company stating that it will fully support your company during the execution of the contract.
Yes/No Reference:
- 7 -
4. SELECTION OF THE TENDERER / TECHNICAL AND PROFESSIONAL CAPACITY
4.1. Vision, strategy, service culture and service catalogue
Have you provided a description of your vision, strategy & service culture with regard to the type of services falling within the scope of the contract? The description should at the least contain specific information about:- Strategy for the service portfolio, especially
for services provided to public sector;- Technology vision and strategy; - Strategy for the public sector.
Yes/No Reference:
Have you provided the service catalogue that you offer currently to the market with regard to the deliveries and services to be covered by the contract?
Yes/No Reference:
4.2. References in relation to similar projects/contracts
4.2.1. Client References
Have you provided a list of services that you provided in 2006, 2007 and 2008 with the delivered service catalogue, related volumetrics, pricing model (Fixed Price, costs plus, benchmarking, performance adjusted), financial amounts, dates & duration, recipients, whether public or private, of the services provided:
o where provided to contracting authorities, evidence to be in the form of certificates issued or countersigned by the competent authority;
o where provided to private purchasers, delivery to be certified by the purchaser; or failing this, simply declared by the service provider to have been effected.
Yes/No Reference:
Provide at least three, but no more than five, client reference contacts of customers that are making use of services similar to the service requirements of this call for tenders. These references should be for different customers not part of the European Commission and for services performed at the premises of the tenderer. Only provide client references
- 8 -
that can be consulted by the Commission.
Company Surname, forename, title (e.g. Dr., Mr., Mrs…), function (e.g. Manager…) Telephone number, fax number, address, e-mail.
Reference to services reference form provided under section 4.2.3
1.2.3.4.5.
4.2.2. Project Contract sizes
Indicate how many projects in the area of the required services you have completed in 2007 or 2008, where the consumption of your own resources was
Number of fixed price projects1. 500 to 999 man-days ……………2. 1000 to 1999 man-days ……………3. 2000 to 3999 man-days ……………4. 4000 man-days or more ……………
4.2.3. Project References
Enclose Project Reference Forms (PRF) using the attached template (see attachment 1). The use of these forms is mandatory.
Service Reference Form numbers:
1. For each of five recent (completed in 2007 or 2008) fixed price projects for new information systems in the area of the required services, each done for a different customer (departments, divisions, directorates, etc. are regarded as the same customer).
1. PRF n° ………. to n° ……….
2. For each of two projects in the area of the required services, which were extensions of information systems already put in place by another company.
2. PRF n° ………. to n° ……….
- 9 -
4.3. Tenderer manpower relevant to the required services
4.3.1. Profiles
Regarding the development staff in the “Staffing Table” of question 4.3.2 below, the following profiles have to be taken into account:
– Project Manager
Person with a minimum of 8 years of relevant experience responsible for managing one or more projects. He/she is responsible for managing the team, budget, work plan, and all the project management procedures (team management, contract/supply management, scope management, issues management, risk management, etc.).
– Service Desk Manager
Person with a minimum of 5 years of relevant experience responsible for managing and coordinating the service desk activities, and ensuring that incident, problem, change, configuration and release management is delivered according to quality plans (FQP, CQP) and according to quality levels agreed in the contractual Operation Level Agreement (OLA).
– Security Officer
Person with a minimum of 6 years of relevant experience responsible for promoting security with regard to security procedures, set-up, maintenance and improvements. Overall, his mission is to ensure that products integrate security requirements and that project-related information is managed securely.
– Quality Manager
Person(s) with a minimum of 6 years of relevant experience responsible for promoting awareness within the team with regard to quality procedures and methodologies in place, set-up, maintenance and assessment of them through internal audits, and improvement of them through the development and implementation of continuous improvement programmes. Overall, his mission is to ensure that the delivery of products and services meets or exceeds customer expectations.
– Business Process Modeller
High-level qualified persons with a minimum of 6 years of relevant experience responsible for: specifying the flow of information for a system, creating the complete Business
- 10 -
Process Model for a system or refining and completing the High Level Business Model created during the “Feasibility Study”, and production of the scenarios to be used for validation and training purposes.
– System Architect and Specifications Analyst
High-level qualified person(s) with a minimum of 6 years of relevant experience able to perform: Business Analysis and Functional, Technical, Security and Testing Specifications for trans-European systems and/or complex central applications.
– Developer
Persons with a minimum of 4 years of relevant experience who are able to produce documents, and maintain application specifications, software code, manuals and technical prototypes,. Also, they have to be able to produce test data, scenarios, and/or execute test plans and perform/support testing activities (ex. unit, integration, FAT, etc).
– Application Assembler, Deployer and Administrator
Person(s) with a minimum of 4 years of relevant experience able to prepare the applications for packaging, support the release management process, perform application package testing (installation, removal, and re-installation) and produce the installation scripts, procedures and guidelines.
– Technical Support
This profile needs a minimum of 3 years of relevant experience and combines several roles. The tasks can be executed by one or more persons. The role requires good knowledge of the specification and software development life-cycle, assistance in the installation of applications, participation and assistance in testing activities and handling incidents and problems related to the installation of applications in the testing and/or production environment.
– Quality Controller
Persons with a minimum of 3 years of relevant experience responsible for checking whether or not the document and software deliverables are compliant with the quality requirements and standards stipulated in the quality plans.
Regarding the non-development staff in the “Staffing Table” of question 4.3.2 below, the following profiles have to be taken into account:
- 11 -
– Contract Management
Person that is responsible for coordinating effort and activities with the Commission for all contractual matters and issues.
– Demand Management
Person that is responsible for managing and monitoring orders, and ensuring the existence of available service quantities.
– Delivery Management
Person that is responsible for coordinating effort and activities with the Commission to ensure that the ordered services are delivered to the Commission according to plan, and according to the quality expectations of the Commission.
– Administrative Management
Person that is responsible for handling all administrative matters with the Commission (formal correspondence, invoicing, travel requests, deliverable tracking/status/acceptance, etc).
- 12 -
4.3.2. Staffing tables
When filling out the forms below refer to the following staffing schema:
Please note that in questions of this section and in the respective forms only staff with a direct, individual, regular and unlimited working contract with the tenderer can be quoted as “permanent” staff. Staff with a personal contractual relation to a company of another nature or without a personal contractual relation to it (e.g. free-lancers, staff from affiliated companies or from subcontractors) should only be quoted as "non-permanent" staff.
In the case of a joint offer, the thresholds mentioned below will apply at the level of the consortium and not on an individual basis.
In the case of subcontracting, the staff of the subcontractor can be counted as "non-permanent".
4.3.2.1. Indicate your average annual manpower for the last three years (separating permanent and non-permanent staff)
Total annual manpower (block 1 in the staffing schema)
2006 2007 2008
- 13 -
Permanent staff
Non-permanent staff
Total
4.3.2.2. Indicate the number of staff working in your IT division in the field of development of information systems for the last three years (separating permanent and non-permanent staff).
Number of specialists in the development of information systems (block 3 in the staffing schema)
2006 2007 2008
Permanent staff
Non-permanent staff
Total
4.3.2.3. Indicate the average number of staff from your IT division working in your premises in the field of development of information systems for the last three years (separating permanent and non permanent staff)
Number of specialists in the development of information systems working in the tenderer’s premises (block 3 in the staffing schema)
2006 2007 2008
Permanent staff
Non-permanent staff
Total
4.3.2.4. Indicate the average number of permanent non-development staff in your IT division (for the provision of secretariat, contract management, customer relations, etc…) for the last 3 years
Number of non-technical staff in your IT division (block 4 in the staffing schema)
2006 2007 2008
Permanent staff
- 14 -
4.3.2.5. Indicate the percentage of personnel turnover for the permanent technical staff working in the tenderer’s IT division in the field of development of information systems for the last 3 years.
Turnover of personnel working in your IT division in the field of development of information systems
1/1/2007 compared
to 1/1/2006
1/1/2008 compared
to 1/1/2007
1/1/2009 compare
d to 1/1/2008
Percentage of turnover
- 15 -
4.4. Qualifications of staff
4.4.1. Qualified staff per profile
Indicate in the following table the number of staff working for you and with experience in development of information systems that you could make available for the services required.
Count an individual person in one profile only!
Totalpermanent
Totalnon-permanent Total
(a) Project Manager
(at least 15 in total including 10 permanent)
(b) Service Desk Manager
(c) (at least 8 in total including 5 permanent)
(d) Quality Manager
(at least 5 in total including 3 permanent)
(e) Security Officer
(at least 5 in total including 3 permanent)
(f) Business Process Modeller
(at least 15 in total including 10 permanent)
(g) System Architect & Specifications Analyst
(at least 20 in total including 15 permanent)
(h) Developer
(at least 200 in total including 150 permanent)
(i) Application Assembler, Deployer, Administrator
(at least 15 in total including 8
- 16 -
permanent)
(j) Technical Support
(k) (at least 30 in total including 20 permanent)
(l) Quality controller
(at least 15 in total including 10 permanent)
- 17 -
4.4.2. Expertise
For each of the profiles enclose one Software Expertise Form (SEF) using the attached template (see attachment 2 – Software Expertise Form; the use of this form is mandatory).
Count an individual person in one profile only!
(a) System Architect and Specifications Analyst 1. SEF n° 1
(b) Security Officer 2. SEF n° 2
(c) Business Analyst Modeller 3. SEF n° 3
(d) Developer 4. SEF n° 4
(e) Application Assembler, Deployer, Administrator
5. SEF n° 5
(f) Technical Support 6. SEF n° 6
4.5. CVs
For CVs, use the attached CV forms (see attachment 3 – CV Form; the use of this form is mandatory).
For each of the following profiles enclose one standardised CV for each of 2 permanent staff working in the area of the required services. Indicate the CV-numbers.
(a) Project manager 1. CV n° ………. to n° ……….
(b) Quality manager 2. CV n° ………. to n° ……….
(c) Security Officer 3. CV n° ………. to n° ……….
For each of the following profiles enclose one standardised CV for each of 3 permanent staff working in the area of the required services. Indicate the CV-numbers.
(d) System Architect and Specifications Analyst
4. CV n° ………. to n° ……….
(e) Business Process Modeller 5. CV n° ………. to n° ……….
(f) Quality Controller 6. CV n° ………. to n° ……….
- 18 -
For each of the following profiles enclose one standardised CV for each of 5 permanent staff working in the area of the required services. Indicate the CV-numbers.
(g) Developer
(h) Technical Support
7. CV n° ………. to n° ……….
8. CV n° ………. to n° ……….
4.6. Methods, processes and automated tools
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must provide: A description of the methods and standards
that he relies on to offer the services in his catalogue;
Yes/No Reference:
A description of the processes that he relies on to offer the services in his catalogue;
Yes/No Reference:
A description of his system for quality management, quality assurance and continuous improvement;
Yes/No Reference:
A description of his system for risk & security management;
Yes/No Reference:
A description of the automated tools that he relies on to offer the services in his catalogue;
Yes/No Reference:
Supporting evidence of the alignment of some or all of the processes and automated tools with ITIL or equivalent (please specify). This evidence may take the form of, but is not limited to, evaluation of compatibility with ITIL provided by independent parties, mapping between his processes/tools and ITIL.
Yes/No Reference:
A definition of the procedures that the tenderer will use to apply the COSMIC-FFP methodology to cost the development/evolutive maintenance proposals/offers and related documentation.
Yes/No Reference:
4.7. Certificates & Measurement
4.7.1. Compliance with ISO standards or equivalent
Have you provided certificates of compliance for each of the relevant organisational entities that you propose to be involved in the delivery
Yes/No
- 19 -
and service provision for this contract:ISO standard (or equivalent, to be specified) Yes/No Reference:ISO 9.001:2000ISO 27.002:2005ISO 20.000:2005ISO 27.001:2005ISO 27005:2008Others (add as necessary)
4.7.2. Maturity level
Have you provided a recent and dated report of maturity scan/measurement of the processes of relevance for the deliverable and services provision for this contract?
Yes/No Reference
If yes, have you provided the reference to the method used to measure this maturity level?
Yes/No Reference
- 20 -
5. TECHNICAL EVALUATION
Note that the Commission will NOT consider during the technical evaluation, any part of the tender which would have been “Copied & Pasted” from the Terms of Reference or the Technical Annex or any other documents provided by the Commission to specify its requirements for this ITT.
5.1. Fitness of the proposed approach to implement the contract requirements and foreseen activities (30% weight for the technical evaluation)
5.1.1. All services & deliverables other than take-over and hand-over
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must provide: his understanding of the requirements
of the contract, including his understanding of the evolution of the scope;
Yes/No Reference:
his strategy to meet the quality and quantity of all (other than takeover) the services required over the duration of the contract, with cross reference to the Work Packages and service catalogue provided in the Technical Annex;
Yes/No Reference:
his proposal to ensure no regression of Quality of Service over the duration of the contract, supported by a risk analysis;
Yes/No Reference:
a demonstration of his ability to deliver according to his proposed strategy.
Yes/No Reference:
5.1.2. Take-over
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must provide: his understanding of the status of the
services to be provided at time of take-over, and of the business implications
Yes/No Reference:
- 21 -
of risks associated with take-over, in less than 10 pages and 4.000 words;
his proposed strategy for the take-over;
Yes/No Reference:
the description of the risks along with the risk management proposed to mitigate the risks on date and quality of services at take-over;
Yes/No Reference:
a demonstration of his ability to deliver according to his proposed strategy.
Yes/No Reference:
5.1.3. Hand-over
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must provide: A description of the process he intends
to put into place for the hand-over of the systems and applications and his related documentation at the end of the contract
Yes/No Reference:
- 22 -
5.2. Fitness of the proposed organisation, infrastructure and hosting environment (30% weight for the technical evaluation)
5.2.1. Proposed organisation
No CVs or names should be provided in this part of the proposal. (CVs are only required in the selection part).
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must provide: the organisational structure, supported
by a single structure chart, that he intends to put into place to support the required services, including functions, roles, responsibilities and lines of reporting, location;
Yes/No Reference:
a description of the relationships between the various functions of the tenderer;
Yes/No Reference:
an interaction model with the Commission, including identification of Single Points of Contact (SPOC) and lines of communication with DG TAXUD from a contract management / demand management / delivery management / service desk management / administrative management perspective, and after taking account of the interaction with more than one unit and sectors in DG TAXUD;
Yes/No Reference:
a description of the relationships between the tenderer and 3rd parties involved in the delivery of the requested services;
Yes/No Reference:
a description of how the proposed organisation will support the service requirements as specified in the technical annex;
Yes/No Reference:
the profiles that he will use to support the required services. Please make sure that you provide for each profile at least a short description, the required competencies in terms of education
Yes/No Reference:
- 23 -
and the minimum required experience. No CVs or names should be provided in this part of the proposal. (CVs are only required in the selection part).
the mapping between the profiles and the Pqa, Pspec, Psec, Pbpm, Pdev and Ptsu profiles defined to support the pricing per person-day of a set of activities in the price spreadsheet;
Yes/No Reference:
a description of the mechanism to guarantee the competence of the staff;
Yes/No Reference:
a description of the training programme for the staff;
Yes/No Reference:
a description of the means available for the technical support to develop its knowledge and access information regarding COTS1 ICT products and services;
Yes/No Reference:
a description of the agreements and/or alliances, if any, with third parties (e.g. hardware & software manufacturers, tools suppliers, etc) which could be of use to address technical issues in the scope of the contract;
Yes/No Reference:
a description of the technical knowledge base, if any, available to the technical support;
Yes/No Reference:
a description of the office environment which will host his team, including security arrangements;
Yes/No Reference:
a description of the infrastructure (tools & services) that he proposes to use for office automation, the overall administration and follow-up of the contract, including security arrangements.
Yes/No Reference:
5.2.2. Proposed infrastructure
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
Have you provided:
1 Commercial Off The Shelf
- 24 -
In a pictorial way the infrastructure that you propose to use on your premises to perform the required tasks?
Yes/No Reference:
An Infrastructure Description Form (IDF) (see attachment 4 – Infrastructure Description Form; the use of this form is mandatory) regarding the infrastructure you intend to use to perform the required tasks?
Yes/No Reference:
The mechanisms for the continuous update of the infrastructure? Clearly indicate the procedures, responsibilities and timing?
Yes/No Reference:
The list of COTS ICT infrastructure products & services that you propose, (HW, SW, telecom) with options as you see fit, to provide to the Commission to fulfil the terms of the contract, with no ambiguity regarding what is included/excluded from the products & services, with URLs pointing to functional and technical specifications, with their purpose in the framework of the contract?
Yes/No Reference:
The description of the infrastructure (including the tools) that you propose to use for the overall administration and follow-up of the contract?
Yes/No Reference:
- 25 -
5.3. Fitness of the proposed methods (30% weight for the technical evaluation)
The methods and processes must be described in the context specific to the required services of this call for tenders and not as a generic description of what could be a possible implementation. The tenderer must avoid inserting extracts of “context free” generic internal documentation.
Have you provided all the elements requested in the table below? Complete accordingly the “Yes/No” and reference boxes in regard to each requested entry.
The tenderer must describe: The processes that he will set up and
operate for the main services of the contract:
Yes/No Reference:
o The OLA management, including the internal quality system;
Yes/No Reference:
o The Application Management; Yes/No Reference:o The Service Management (incident,
change, problem, configuration, release management, …);
Yes/No Reference:
The processes that he will set up for continuous quality control, and specifically the pre-emptive bug finding and fixing;
Yes/No Reference:
How he will manage the interaction with the Commission from a contract management / service desk management / demand management / delivery management / administrative management perspective, taking account of the interaction with more than one unit and sectors in DG TAXUD;
Yes/No Reference:
How he will ensure the maintenance and change management of the processes/procedures and their description;
Yes/No Reference:
Which are the business & IT continuity plans that will guarantee provision of services for the contract;
Yes/No Reference:
How he intends to apply the COSMIC-FFP methodology in the Service Request management process.
Yes/No Reference:
Which are the productivity rate values2
applicable to new software
- 26 -
developments (that is, Pdev/Cfsun,
where "n" stands for new developments), and to evolutive maintenance of software components (that is, Pdev/Cfsue where "e" stands for "evolutive maintenance"), and explain how they have been defined.
5.4. Structure, clarity and completeness of the proposal (10% weight for the technical evaluation)
The overall presentation will be taken into account in evaluating the response to this criterion.
2 Productivity rate is the number of man-days of a given profile corresponding to 1 Cfsu.
- 27 -
6. FINANCIAL EVALUATION
6.1. Total Budgetary Provision
Have you filled in your price quotes in the attached table?
Yes/No Reference
The Total Budget Provision (TBP) is the provision necessary to perform all the activities over the maximum duration of the Framework Contract and to provide all deliverables specified for the services for the maximum duration of the Framework Contract.
Tenderers must provide the Total Budget Provision (TBP) taking as a basis their quoted pricing rules and the resource requirements by using the calculation template provided in Attachment 5 of this document (spreadsheet file " CUST-DEV2 TAXUD-2009-AO-01 Price Table v1.00.xls" provided in the tender package of the Commission), referred to hereafter as “the spreadsheet”. The tenderers must deliver their TBP on paper and electronically:
The paper version of this spreadsheet must be provided in a separate binder or folder, clearly labelled;
The electronic version of the spreadsheet must be provided on a separate hard support (CD-ROM), which is also clearly labelled.
The tenderers are not allowed by the European Commission to change the estimated quantity when calculating their estimated budget and TBP.
The spreadsheet contains all the formulas to calculate automatically the estimated budget and the resulting Total Budget Provision on the basis of the quoted pricing rules entered by the tenderer and the estimated quantity. However the tenderer is and remains responsible for the correctness of all the estimated budgets and of the resulting TBP of his offer. The attention of tenderers is drawn to the fact that the spreadsheet is provided by the Commission, as is, without guarantee of any sort. The Commission disclaims any responsibility in case of damage incurred when using it. In case of problems with the use of this spreadsheet, contact the following address by e-mail: [email protected] .
The Total Budget Provision (TBP) is divided into several components, taking as a basis the quoted prices and the estimated resource requirements provided in the template in Attachment 5 to use for its calculation:
– TBP/IS for the Information Technology Services: to be completed by the tenderer;
– TBP/P for the provision of the evolution and "staging" (that is, delivery and installation) of the infrastructure: to be partially completed by the tenderer. DG TAXUD sets only a budgetary provision for the supply of infrastructure according to the Official Price List (refer to section 6.2). The evolution of the infrastructure will be done through purchases by the Commission. The
- 28 -
tenderer must award a "constant discount" rate on the official price list (refer to the General Terms and Conditions of the IT contracts) applicable to all entries on the Official Price List. The tenderer must enter his "constant discount" rate on the official price list as a percentage in the “TBP/P” section of the spreadsheet. Also, the tenderer must award a "Delivery & installation" rate on the discounted budgetary provision. The tenderer must enter his "Delivery & Installation" rate on the discounted budgetary provision as a percentage in the “TBP/P” section of the spreadsheet. Invoicing from the contractor of all infrastructure products, including delivery and installation, will be subject to a prior acceptance of the FAT report by the Commission and duly supported by copies of the invoices from the infrastructure providers;
– TBP/T&S for the travel & subsistence costs not falling under WP.0.6, WP.8.3.1, WP.8.3.6: not to be completed by the tenderer.
– TBP/OS for the provision of services and deliverables in the scope of the contract under WP.10: not to be completed by the tenderer.
The pricing rules for the various activities to be undertaken during the contract are based on:
a set of "Unit Prices" to calculate the pricing of a set of Work Packages;
a set of Work Packages to be priced on the basis of the unit price per man-day of the team average profile (Pqa, Pspec, Pbpm, Psec, Pdev and Ptsu);
a set of percentages to calculate the costs of the management Work Packages and the corrective maintenance Work Packages;
a set of provisions (evolution, delivery and installation of infrastructure, travel and subsistence costs for missions).
Regarding the usage of the COSMIC-FFP methodology for justifying the effort in man-days quoted by the CUST-DEV2 contractor in his offers, the tenderer should define in the spreadsheet:
– the productivity rate (Pdev/Cfsun) for new software components and applicable to WP.7.1, WP.7.2, WP.7.3, WP.7.4 and WP.7.5, and
– the productivity rate (Pdev/Cfsue) for evolutive maintenance under WP.7.8.
For instance, if the productivity rate (Pdev/Cfsun) for new developments under WP.7.1, WP.7.2, WP.7.3, WP.7.4 and WP.7.5 is 2 man-days of Pdev profile for 1 Cfsun, where "n" stands for "new application", the entry in the price table should read as:
- 29 -
The productivity rate is requested in the price table for effort justification purposes.
6.2. Official Price List
Have you provided the official price list covering all the listed COTS ICT products & services provided in reply to question 5.2.2 above (Official price list as defined in the sections 1.1 & 1.4 of the General Terms & Conditions for IT Contracts, Part III of the model Framework Contract).
Yes/No Reference:
The attention of the tenderer is drawn to the importance that this official price list has for the provision of ICT products under the Framework Contract. Refer to the above mentioned General Terms & Conditions for IT contracts, and in particular their sections 1.4 and 3. The official price list must provide the “one off” price at delivery as well as the yearly recurrent price for maintenance/support/service. Prices in the official price list have to be justified by the necessary evidences.
This official price list is part of the financial offer of the contractor but will not be used for the financial evaluation.
The paper version of the official price list must be provided in a separate binder or folder, clearly labelled, together with the TBP spreadsheet (refer to section 6.1). The electronic version of the official price list must be provided on a separate hard support, together with the TBP spreadsheet (refer to section 6.1), which is also clearly labelled.
- 30 -
6.3. Financial evaluation
The sum of TBP/IS and TBP/P will be used for the financial evaluation of the offer. The TBP/T&S, the TB/OS and the official "Price List" are excluded from the financial evaluation.
- 31 -
Attachment 1
Project Reference Form (related to question 4.2.3)
- 32 -
Project Reference Form
The Project Reference Form must be used to give details about relevant projects that the tenderer wants to present as proof of experience.
The Project Reference Form consists of two pages:
– Front page;
– Description page.
Both pages must be used to form a complete Project Reference Form.
A new Project Reference Form must be completed for each project.
Use of this form is mandatory - only projects submitted on this form will be considered.
- 33 -
Project Reference Form (page 1 of 2)
Project reference n° ______
Project reference front page
Project name:
Start date (mm/yy): Finish date (mm/yy):
Client name: Contact person: Phone:
Project type (development, maintenance or both):
Principal contractor for this project:
Principal location for this project:
Number of tenderer's own technical staff involved in man-days, by profile:
Project Manager :
Quality Manager :
Security Officer :
Business Process Modeller :
System architect and specifications analyst :
Developer :
Application Assembler, Deployer, Administrator :
Technical Support :
Quality Controller :
Total :
Methodologies applied (for specifications, development, and service management):
Operating Systems and Software involved:
- 34 -
Project Reference Form (page 2 of 2)
Project reference n° ______
Project reference description page
- 35 -
Attachment 2
Software Expertise Forms (relating to question 4.4.2)
- 36 -
Software Expertise Forms
The Software Expertise Forms must be used to give details about the staff that the tenderer employs at 1/1/2009 and who could be made available for the services required. For each of the defined profiles, a form must be completed in the following format:
SEF n° .
Profile name
Total Number (1)
Expertise 1 (2)
Expertise 2
…
Expertise n
When completing the forms, follow these guidelines:
(1) Total number of employees with relevant profile:
– The first row “Total number” (1) indicates how many of your employees with the relevant profile could be made available for the requested services.
(2) Number of employees with required expertise:
– By writing numbers into one of the next rows (expertise rows), indicate how many of your employees with the relevant profile have the expertise described in the left column of the table.
– “To have expertise” means in this context: “To have worked with the specified product or possess the skill for at least a year”!
– Of course, the numbers in the expertise rows do not necessarily add up to the sum in the “Total number” row, because you can count any one employee in as many rows as you wish, according to the number of fields of expertise.
- 37 -
Minimum level of expertise required and thresholds
In the field of this Call for Tenders, good expertise in the following software and standards is essential:
– Oracle RDBMS
– BEA Weblogic 3
– Tuxedo
– Java, C and C++ as programming languages
– XML and related standards
– UML,
The following minima are based on the software currently used for development of customs systems.
The tenderers who do not comply with the following threshold values will be judged as not having the minimum technical capacity to deliver the required services.
In order to verify the expertise responses the Commission can ask the tenderers to provide a list of employees that are included (with respect of confidentiality).
System Architect and Specifications Analyst thresholds (minimum number)
Total: 20
Oracle RDBMS: 15
BEA Weblogic: 10
Tuxedo: 10
XML and related standards: 10
UML 15
3 Oracle acquired BEA during 2008, the BEA Weblogic product name changed to Oracle Weblogic.
- 38 -
Security Officer thresholds (minimum number)
Total: 5
Security methodologies/standards: 5
Security/antivirus tools: 5
Unix/Win OS: 5
BMC Patrol: 3
Business Process Modeller thresholds (minimum number)
Total: 15
BPM related tools & standards 15
Business Analysis and Business Change 15
Certificate in Business Analysis 5
XML and related standards: 10
UML: 10
- 39 -
Developer thresholds (minimum number)
Total: 200
Oracle RDBMS: 150
BEA Weblogic: 50
Tuxedo: 10
JAVA and JAVA IDE: 150
C, C++: 50
UML: 100
Use of testing Tools: 40
Application Assembler, Deployer and Administrator thresholds (minimum number)
Total: 10
Oracle RDBMS: 10
UNIX/WIN OS: 8
BEA Weblogic: 7
Tuxedo: 5
Application Packaging: 5
ITIL: 5
- 40 -
Technical Support thresholds (minimum number)
Total: 30
Oracle RDBMS: 20
BEA Weblogic: 15
Tuxedo: 10
JAVA and JAVA IDE: 25
C, C++: 25
UML: 25
ITIL: 20
DO NOT count any employee in more than one profile! For example, a Developer must not be counted as staff with the profile ‘System
Architect and Specifications Analyst’
- 41 -
Count an individual person in one profile only!
SEF n° 1
System Architect and Specifications Analyst
Total Number
Oracle RDBMS
BEA Weblogic
Tuxedo
XML and related standards (e.g. HTML)
UML
Customs business knowledge
Business process modelling
OS (Unix, Windows XP)
Communication protocols (HTTP, SOAP, IIOP, TCP/IP, …)
J2EE standards
Web technologies
Security concepts and standards
Document management concepts
E-learning standards
Business Objects (BO)
… (other expertise that you may want to indicate)
- 42 -
Count an individual person in one profile only!
SEF n° 2
Security Officer
Total Number
Security Policies / Strategies/Plans
BEA Weblogic
Tuxedo
BMC Patrol
Antivirus tools
Firewalls
OS (Unix, Windows XP)
Communication protocols (HTTP, SOAP, IIOP, TCP/IP, …)
Other Security tools
… (other expertise that you may want to indicate)
- 43 -
Count an individual person in one profile only!
SEF n° 3
Business Process Modeller
Total Number
Business & Systems process modelling
Business process related methodologies, tools and standards
Customs business knowledge
UML
… (other expertise that you may want to indicate)
- 44 -
Count an individual person in one profile only!
SEF n° 4
Developer
Total Number
Oracle RDBMS
BEA Weblogic
Tuxedo
JAVA and JAVA IDE
C, C++
UML
OS (Unix, Windows XP)
Oracle PL/SQL, SQL*Forms, Pro*C
XML and related standards (HTML e.g.)
CGI scripting
Redix products
Business Objects
MS Visual C++
Testing tools
Testing (unit, integration, system)
… (other expertise that you may want to indicate)
- 45 -
Count an individual person in one profile only!
SEF n° 5
Application Assembler, Deployer, Administrator
Total Number
Oracle RDBMS (tuning aspects, knowledge as a DBA)
BEA Weblogic (to assemble, deploy and tune applications)
Tuxedo (to assemble, deploy and tune applications)
Knowledge on OS (Unix, Windows XP)
Configuration management tool
BMC Patrol
ITIL (change, release, configuration and ICT management, etc)
… (other expertise that you may want to indicate)
- 46 -
Count an individual person in one profile only!
SEF n° 6
Technical Support
Total Number
Oracle RDBMS
BEA Weblogic
Tuxedo
JAVA and JAVA IDE
C, C++
UML
OS (Unix, Windows XP)
Oracle PL/SQL, SQL*Forms, Pro*C
XML and related standards (HTML e.g.)
CGI scripting
ITIL Methodology/Standards (incident, problem management, etc)
… (other expertise that you may want to indicate)
- 47 -
Attachment 3
CV Form (related to question 4.5)
- 48 -
Use of this form is mandatory - only CVs submitted on this form will be considered.
When completing the forms, follow the following guidelines:
(1) Do not indicate the names of the candidates on the CV forms but use numbers instead and fill in the table available after the CV forms to make the correlation between numbers and names. In order to protect confidential personal data, CVs will be circulated without the corresponding table.
(2) All the required information has to be provided. Any missing or incomplete information may lead to a CV being discarded.
(3) Where the information is to be provided in tabular form, all the columns of the table have to be filled in.
(4) The CV should be a summary rather than a biography of an individual and must be in a format enabling a quick and accurate comparison with other CVs submitted to fill certain roles. There should be no unaccounted chronological breaks.
(5) Each CV consists of one CV front page and at least one CV training page and at least one CV software expertise page and at least one CV professional experience page; more CV training, CV software expertise or CV experience pages may be added as necessary.
(6) Software expertise :
- Competence must be rated from 1 (basic) to 5 (excellent).- Duration must be expressed in months and has to relate clearly to the
relevant entries under “Professional experience”.- Description must state how the competence has been acquired and in what
projects it has been used, relating clearly to the relevant entries under “Professional experience”.
(7) Each CV professional experience page contains data about the projects the employee has participated in, his role and responsibilities, and the software he used in the context of these projects. More CV experience pages must be added for more projects.
- Dates must indicate precisely the starting and ending months of the entry.- Project size is to be expressed as the total number of person-months.- Description must include an explanation of the scope and results of the
project (or task).
- 49 -
Minimum level of professional experience required
For each and every profile for which CVs are submitted, the following minimum professional experience is required for the area of expertise. This means e.g. that the project managers for whom a CV is submitted must have at least 8 years experience as project managers, even if they started their career as developers or in any other function. The same rule applies to the other profiles.
Profile Minimum number of years of experience
Project manager 8
Security Officer 6
Business Process Modeller 6
Quality Manager 5
System Architect and Specifications Analyst 6
Developer 5
Application Assembler, Deployer, Administrator 4
Technical Support 3
Quality Controller 3
- 50 -
CV front page
CV number : (indicate here the CV number) …………
Date of birth:
Contract information:
Date of recruitment:
Comments:
Function as of dd/mm/yyyy
(indicate the function in the company)
Profile mapping as of dd/mm/yyyy
Tick the appropriate box (only one):
Project manager
Quality manager
Security Officer
Business Process Modeller
System Architect and Specifications Analyst
Developer
Application Assembler, Deplorer, Administrator
Technical Support
Quality Controller
Highest relevant educational qualification:
Tick the appropriate box:
University degree
Non university degree
Comments :
Certificate and/or diploma obtained :
Institute:
Languages:
(indicate level of skill:from 1=basic to 5=excellent)
English:
French:
German:
Other(s):
Spoken Written
Date IT career started:
- 51 -
Summary (use this area to indicate briefly the major facts which should be known about this employee):
- 52 -
CV training record page
CV number:
Training record page number for this CV:
TRAINING
Training course name:
Company/institute organising the training course:
Date(s) training course followed:
Exams or certificates:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
- 53 -
CV software expertise page
CV number:
CV software expertise page number for this CV:
Software expertise
Tool (precise manufacturer, product name and version(s))
Competence (rating : 1 -5)
Duration (in months)
Description (reference to relevant entries under “professional experience” is mandatory)
- 54 -
CV professional experience page
CV number:
CV experience page number for this CV:
PROJECT EXPERIENCE
Project name:
Company:
Dates:
Client :
Project size:
Project description :
Employee’s Roles & Responsibilities in the project:
Technologies and methodologies used by the employee in the project:
- 55 -
CORRELATION TABLE FOR CV FORMS
Profile CV number
Candidate name
(1) Project Manager (2) Project Manager (1) Quality Manager(2) Quality Manager(1) Security Officer (2) Security Officer (1) System Architect and Specifications Analyst(2) System Architect and Specifications Analyst(3) System Architect and Specifications Analyst(1) Business Process Modeller(2) Business Process Modeller(3) Business Process Modeller(1) Application Assembler, Deployer, Administrator(2) Application Assembler, Deployer, Administrator(3) Application Assembler, Deployer, Administrator(1) Quality Controller(2) Quality Controller(3) Quality Controller(1) Developer(2) Developer(3) Developer(4) Developer(5) Developer(1) Technical Support(2) Technical Support(3) Technical Support(4) Technical Support(5) Technical Support
- 56 -
Attachment 4
Infrastructure Description Form (relating to question 5.2.2)
The use of the infrastructure description form is mandatory. It must give details about the infrastructure the tenderer intends to use to support the
development activities for this call for tenders.
- 57 -
Infrastructure Description Form
IDF n° 1
Location of the development infrastructure:
Servers
Role of the server
Supplier Number Hardware specifications
OS specifications
Workstations
Supplier Number Hardware specifications OS specifications
Software licences
Name of product Number, type (individual, site, etc…), version of licences
Number of users (for development)
Additional information
Company website URL
Type and speed of Internet connection
Company official e-mail address
e-mail address for all personnel YES/NO
- 58 -
Attachment 5
Price Table template (relating to question 6)
The tenderer must use the Excel spreadsheet file with the name "CUST-DEV2 TAXUD-2009-AO-01 Price Table v1.00.xls" as the unique basis for its business proposal. This spreadsheet is to be found on the Base Line CD-ROM provided by the Commission, on request to [email protected]. It can also be found in an Excel version on the tenders web page of DG TAXUD at the following URL:
http://ec.europa.eu/taxation_customs/common/tenders_grants/tenders/index_en.htm
.
- 59 -