Ausschreibung 1017039: (18021) 485 Erneuerung der Systemplattform Biometriedatenerfassung

Publiziert am: 18. April 2018

IT Service Center ISC-FDJP

The FDJP’s IT service provider ISC-FDJP is responsible for developing, introducing and subsequently operating the E-document system platform for collecting biometric data and inspecting machine-readable travel documents as part of the ICT key project ESYSP (programme managed by SEM). ISC-FDJP hereby invites tenders for the hardware and software components and for the provision of support services for this project. The system platform is used by various specialist applications and must be able to support the various business processes. The deliverable detailed in this invitation to tender is divided into five lots, each including two basic services (lot 5: one), and three (lot 4), four (lots 2 and 3) or five (lots 1 and 5) options. Tenderers may submit tenders for one or more lots.


Auftraggeber: Bund (Zentrale Bundesverwaltung)
Kategorie: Ausschreibung
Sprache: en
Abgabetermin: abgelaufen
Ort:

Zeit für Fragen: abgelaufen
Tags:
  • 48820000: Server
  • 30233310: Fingerabdruckleser
  • 35125110: Biometrische Sensoren
  • 30233300: Chipkartenleser
  • 30216120: Geräte für optische Zeichenerkennung
Gruppen:
  • IT: IT
Untergruppen:
  • IT-HW: Hardware
  • IT-SW: Software
(gemäss Klassifizierung it-beschaffung.ch)
Lots :
  • Lot 1:

    Stationary biometric data collection

  • Lot 2:

    Mobile biometric data collection

  • Lot 3:

    Biometric data collection for visas

  • Lot 4:

    eDocument Viewer

  • Lot 5:

    Communication servers (CH)

Andere Sprachen:
Masterversion:

Zeitplan

Folgender Zeitplan wurde aus den simap-Publikationsdaten erstellt:

Datum Ereignis Kommentar
18. April 2018 Publikationsdatum
18. April 2018 Ausschreibungsunterlagen verfügbar ab

Further information on obtaining the tender documentation: you can download the documents online from the electronic platform at www.simap.ch, section "Public procurements, Confederation tenders". To do so, you have to register in the project and can then download the desired documents using the login and password sent to you by email. A questions forum is also available.

2. Mai 2018 Frist für Fragen

Remark: Two rounds of questions will be asked.
Submission deadline for 1st round: 02.05.2018
Submission deadline for 2nd round: 18.05.2018

If any questions arise when compiling the tender, you can submit these in anonymised form to the questions forum at www.simap.ch.
Any questions submitted too late cannot be answered. Tenderers will be notified by email as soon as the answers have been posted on www.simap.ch.

18. Juni 2018 Abgabetermin 23:59

Comment on the submission of tenders: place of submission see 1.2 above.
a)
If handed over to the FOBL goods acceptance unit (by the tenderer or a courier): the tender must be submitted no later than the above-mentioned submission date during the goods acceptance unit's opening hours (08:00-12:00 and 13:00-16:00) in return for issue of a confirmation of receipt from the FOBL.
b)
When submitting by post: the date used to determine the timeliness of submission is the postmark date or barcode issued by a Swiss post office or a state-recognised postal operator in another country (private or corporate postmarks are not accepted as official postmarks).
c)
When submitting the tender to a Swiss diplomatic or consular mission abroad:
tenderers based in another country may submit their tender, by the above deadline and during the opening hours, to a Swiss diplomatic or consular mission in their own country in return for issue of a confirmation receipt. The tenderer must then fax this confirmation of receipt to the procuring entity by the submission deadline (fax number in section 1.2 above).
In all cases, the tenderer must ensure that it receives proof that the tender was submitted on time.
Any tenders submitted after the deadline will not be considered and will be returned to the tenderer.

22. Juni 2018 Offertöffnung

Comment on the submission of tenders: place of submission see 1.2 above.
a)
If handed over to the FOBL goods acceptance unit (by the tenderer or a courier): the tender must be submitted no later than the above-mentioned submission date during the goods acceptance unit's opening hours (08:00-12:00 and 13:00-16:00) in return for issue of a confirmation of receipt from the FOBL.
b)
When submitting by post: the date used to determine the timeliness of submission is the postmark date or barcode issued by a Swiss post office or a state-recognised postal operator in another country (private or corporate postmarks are not accepted as official postmarks).
c)
When submitting the tender to a Swiss diplomatic or consular mission abroad:
tenderers based in another country may submit their tender, by the above deadline and during the opening hours, to a Swiss diplomatic or consular mission in their own country in return for issue of a confirmation receipt. The tenderer must then fax this confirmation of receipt to the procuring entity by the submission deadline (fax number in section 1.2 above).
In all cases, the tenderer must ensure that it receives proof that the tender was submitted on time.
Any tenders submitted after the deadline will not be considered and will be returned to the tenderer.

1. Oktober 2018 Geplanter Projektstart
30. September 2032 Geplantes Projektende

Lot-Information

Generell:
Aufteilung in Lose Angebote sind für alle Lose möglich

1: Stationary biometric data collection
  • Aufteilung in Lose
  • Angebote sind für alle Lose möglich
  • Stationary biometric data collection provides an efficient, standard-compliant means of collecting biometric data (facial image, fingerprints and signature) from any individual, regardless of age, size or ethnicity, including people with disabilities, and is designed for stationary use. The stationary biometric data collection system may optionally be fitted with a video camera to allow visual monitoring of the fingerprint scanner. These are autonomous systems controlled via a web-based application. Lot 1 includes the following: • Biometric data collection stations (facial image, fingerprints and signature) with integrated lighting for stationary use; • A video camera fitted in the data collection area, directed at the fingerprint scanner (optional); • Data collection software and the necessary licences on the data collection station and on the operator PC, including the corresponding technical and organisational interfaces; • Services required during the project and operational stages. Implementation deadline: between the signing of the contract and expiry of the contract.
  • Projektdauer von 01.10.2018 bis 30.09.2032

Zuschlagskriterien

Gewichtung Kriterium
0.98% ZK-AR-01: Protection against interception and jamming
1.95% ZK-AR-03: GUI – Corporate design of Confederation and style guide
2.44% ZK-BS-02: Weight of system offered
2.44% ZK-BS-05: Maintenance-free
0.98% ZK-BS-06: Start-up time
0.98% ZK-BS-08: Safety-tested seal
0.98% ZK-BS-09: CE marking
1.95% ZK-BS-14: Time required for installation and commissioning
1.95% ZK-BS-15: Staff required for installation and commissioning
1.48% ZK-BS-16: Computer-based training
1.95% ZK-BS-17: Free-standing (no mounting required)
0.98% ZK-FA-01: Time until the operator is notified if the scanned fingerprints are not usable (4+4+2)
2.44% ZK-FA-02: Fingerprint collection – Usability
0.98% ZK-FA-03: Time until the operator is notified if the scanned fingerprints are not usable (8x1)
0.48% ZK-FA-04: Algorithms to verify fingerprints
0.48% ZK-FA-05: Algorithms to evaluate the quality of fingerprints
0.98% ZK-FA-06: Time until the operator is notified if the scanned fingerprints are not usable (4x2)
0.98% ZK-FA-07: Fingerprint collection – Usability (standards)
2.44% ZK-FC-01: Standard-compliant biometric data in various light conditions
1.48% ZK-FC-05: Applicant GUI – Display and readability
2.44% ZK-FC-06: Time required to collect biometric data
2.44% ZK-FC-07: Applicant GUI – Usability
2.44% ZK-FC-08: User guidance for system offered
1.95% ZK-FC-09: Highly autonomous biometric data collection
2.44% ZK-FC-10: GUI – Usability (standards)
1.48% ZK-FC-11: Biometric data collection from people with disabilities without additional equipment
1.95% ZK-FC-12: Biometric data collection from people regardless of age, size or ethnicity without additional equipment
1.48% ZK-GB-01: Standard-compliant facial images at various distances
1.95% ZK-GB-02: Time required to collect facial images of infants and children up to 4 years
1.48% ZK-GB-03: Reworking of facial images
0.48% ZK-GB-04: Algorithms to verify facial images
0.48% ZK-GB-05: Algorithms to evaluate the quality of facial images
1.48% ZK-GB-06: Collection of facial images from infants and children up to 4 years without additional equipment
1.95% ZK-GB-07: Collection of facial images from infants and children up to 4 years without assistance from the accompanying person
0.98% ZK-GU-01: Operator GUI – Error messages
2.44% ZK-GU-02: Operator GUI – Usability
2.44% ZK-LP-01: Impression of the system
2.44% ZK-US-01: Signature capture – Usability
1.48% ZK-US-02: Deletion and recapturing of signature
0.48% ZK-US-03: Size of signature capture area
0.98% ZK-US-04: Signature capture – Usability (standards)
19.53% ZK Presentation
35% ZK Price

The detailed award criteria can be found in appendizes 4 - 6 to the tender documentation.



2: Mobile biometric data collection
  • Aufteilung in Lose
  • Angebote sind für alle Lose möglich
  • Mobile biometric data collection provides an efficient, standard-compliant means of collecting biometric data (facial image, fingerprints and signature) from any individual, regardless of age, size or ethnicity, and is designed for mobile use. Lot 2 includes the following: • Biometric data collection stations (facial image, fingerprints and signature) with local temporary storage of order data, data synchronisation and integrated lighting for mobile use; • Data collection software and the necessary licences on the data collection peripheral devices and on the operator PC, including the corresponding technical and organisational interfaces; • Services required during the project and operational stages. Implementation deadline: between the signing of the contract and expiry of the contract.
  • Projektdauer von 01.10.2018 bis 30.09.2032

Zuschlagskriterien

Gewichtung Kriterium
1.43% ZK-AR-01: Protection against interception and jamming
2.86% ZK-AR-03: GUI – Corporate design of Confederation and style guide
2.86% ZK-BS-03: Weight of system offered
3.57% ZK-BS-04: Dimensions of mobile data collection system
2.13% ZK-BS-07: Replacement of system offered (Replace)
1.43% ZK-BS-08: Safety-tested seal
1.43% ZK-BS-09: CE marking
1.43% ZK-BS-16: Computer-based training
1.43% ZK-FA-01: Time until the operator is notified if the scanned fingerprints are not usable (4+4+2)
2.86% ZK-FA-02: Fingerprint collection – Usability
1.43% ZK-FA-03: Time until the operator is notified if the scanned fingerprints are not usable (8x1)
0.72% ZK-FA-04: Algorithms to verify fingerprints
0.72% ZK-FA-05: Algorithms to evaluate the quality of fingerprints
1.43% ZK-FA-06: Time until the operator is notified if the scanned fingerprints are not usable (4x2)
1.43% ZK-FA-07: Fingerprint collection – Usability (standards)
3.57% ZK-FC-01: Standard-compliant biometric data in various light conditions
3.57% ZK-FC-03: Start-up time
3.57% ZK-FC-06: Time required to collect biometric data
2.86% ZK-FC-07: Applicant GUI – Usability
2.86% ZK-FC-08: User guidance for system offered
2.86% ZK-FC-10: GUI – Usability (standards)
2.13% ZK-FC-11: Biometric data collection from people with disabilities without additional equipment
2.13% ZK-FC-12: Biometric data collection from people regardless of age, size or ethnicity without additional equipment
2.13% ZK-GB-01: Standard-compliant facial images at various distances
0.72% ZK-GB-03: Reworking of facial images
0.72% ZK-GB-04: Algorithms to verify facial images
0.72% ZK-GB-05: Algorithms to evaluate the quality of facial images
1.43% ZK-GU-01: Operator GUI – Error messages
1.43% ZK-GU-02: Operator GUI – Usability
2.86% ZK-US-01: Signature capture – Usability
2.13% ZK-US-02: Deletion and recapturing of signature
0.72% ZK-US-03: Size of signature capture area
1.43% ZK-US-04: Signature capture – Usability (standards)
35% ZK Price

The detailed award criteria can be found in appendizes 4 - 6 to the tender documentation.



3: Biometric data collection for visas
  • Aufteilung in Lose
  • Angebote sind für alle Lose möglich
  • Biometric data collection for visas provides an efficient, standard-compliant means of collecting biometric data (fingerprints) from any individual, regardless of age, size or ethnicity, and is designed for use at counters. Lot 3 includes the following: • Biometric data collection system (fingerprints) integrated in the operator’s workplace infrastructure (PC); • Data collection software and the necessary licences on the data collection peripheral devices and on the operator PC, including the corresponding technical and organisational interfaces; • Services required during the project and operational stages. Implementation deadline: between the signing of the contract and expiry of the contract.
  • Projektdauer von 01.10.2018 bis 30.09.2032

Zuschlagskriterien

Gewichtung Kriterium
2.5% ZK-AR-01: Protection against interception and jamming
5% ZK-AR-03: GUI – Corporate design of Confederation and style guide
5% ZK-BS-07: Replacement of system offered (Replace)
2.5% ZK-BS-08: Safety-tested seal
2.5% ZK-BS-09: CE marking
2.5% ZK-BS-16: Computer-based training
5% ZK-FA-01: Time until the operator is notified if the scanned fingerprints are not usable (4+4+2)
5% ZK-FA-02: Fingerprint collection – Usability
3.75% ZK-FA-05: Algorithms to evaluate the quality of fingerprints
2.5% ZK-FA-07: Fingerprint collection – Usability (standards)
6.25% ZK-FC-04: Time required to collect biometric data
5% ZK-FC-07: Applicant GUI – Usability
5% ZK-FC-10: GUI – Usability (standards)
2.5% ZK-FC-12: Biometric data collection from people regardless of age, size or ethnicity without additional equipment
5% ZK-FC-13: User guidance for system offered
2.5% ZK-GU-01: Operator GUI – Error messages
2.5% ZK-GU-02: Operator GUI – Usability
35% ZP Price

The detailed award criteria can be found in appendizes 4 - 6 to the tender documentation.



4: eDocument Viewer
  • Aufteilung in Lose
  • Angebote sind für alle Lose möglich
  • The eDocument Viewer allows the verification of machine-readable travel documents and displays stored data. Lot 4 includes the following: • eDocument Reader hardware; • The software and licences required for verification and display of data, including the corresponding technical and organisational interfaces; • Services required during the project and operational stages. Implementation deadline: between the signing of the contract and expiry of the contract.
  • Projektdauer von 01.10.2018 bis 30.09.2032

Zuschlagskriterien

Gewichtung Kriterium
2.5% ZK-AR-01: Protection against interception and jamming
5% ZK-AR-03: GUI – Corporate design of Confederation and style guide
3.75% ZK-BS-07: Replacement of system offered (Replace)
2.5% ZK-BS-08: Safety-tested seal
2.5% ZK-BS-09: CE marking
2.5% ZK-BS-16: Computer-based training
5% ZK-ED-01: Automatic reading
5% ZK-ED-02: Data readout time
3.75% ZK-FC-10: GUI – Usability (standards)
3.75% ZK-FC-13: User guidance for system offered
2.5% ZK-GU-01: Operator GUI – Error messages
5% ZK-GU-03: Operator GUI – Usability
6.25% ZK-LP-01: Impression of the system
15% ZK Presentation
50% ZK Price

The detailed award criteria can be found in appendizes 4 - 6 to the tender documentation.



5: Communication servers (CH)
  • Aufteilung in Lose
  • Angebote sind für alle Lose möglich
  • Communication servers are the core of the distributed system platform. Each data collection site in Switzerland is equipped with a server, which coordinates the other key components, locally provides all the data and functions required for the data collection process (without the need for a connection to the central system), is responsible for the connection with the central system and implements the necessary security measures for local operation such as authentication, authorisation and encryption. Lot 5 includes the following: • Communication servers (CH) including the necessary software and licences. The communication servers (CH) include fail-safe hardware based on the concept of a hyper-converged system; • Maintenance of the new communication servers (CH) to be purchased (48 months incl. maintenance cost from the 49th month onwards); • Services required during the project and operational stages; • IT operations management software. The software provides all the tools required for centrally controlled operation of the decentralised communication servers (for hardware and virtualisation layers only) at the various data collection sites across Switzerland. Implementation deadline: between the signing of the contract and expiry of the contract.
  • Projektdauer von 01.10.2018 bis 30.09.2032

Zuschlagskriterien

Gewichtung Kriterium
8% ZK-AR-02: Simple network topology
2% ZK-BS-08: Safety-tested seal
2% ZK-BS-09: CE marking
6% ZK-BS-11: Real-time monitoring
8% ZK-BS-12: Staging of the system
8% ZK-BS-13: Hardware-level maintenance
10% ZK-SV-01: Support for bare metal docker container
6% ZK-SV-02: Protocols required for central management services
50% ZK Price

The detailed award criteria can be found in appendizes 4 - 6 to the tender documentation.



Zulassungsbedingungen

Bietergemeinschaften:

Not permitted

Eignungskriterien:

All companies with sufficient economic capacity that can prove their suitability or meet the suitability criteria as set out in section 3.8 are invited to submit their tenders in CHF.

Geforderte Nachweise:

The following proof of suitability must be confirmed or enclosed and met in full and without any reservation or modification along with the tender itself; otherwise, the tender will not be considered.

EK01 Economic/financial capacity
The tenderer has the economic/financial capacity to fulfil the contract.
Official extract from the commercial register and extract from the debt collection register no older than three months when requested by the client. Foreign tenderers shall submit comparable, current official documents from the foreign country.
This evidence of suitability is to be submitted only upon request, after the tender has been submitted and before the contract is awarded.

EK02 Compliance with procedural principles and self-declaration
a) Compliance with procedural principles
The tenderer confirms that it and all third parties called in by it (subcontractors and sub-suppliers) comply with the procedural principles in accordance with the self-declaration document of the Federal Procurement Conference FPC.
b) Additional certification of compliance with equal pay for men and women
In addition to the self-declaration, tenderers and their first-level subcontractors with over 50 employees each have to provide evidence of how their wage practice was checked.

EK03 Experience
The tenderer may call in third parties (subcontractors and sub-suppliers) for fulfilment of this contract. If the tenderer sub-contracts to third parties, the areas for which the third parties are responsible are to be listed. The tenderer and any third parties called in must have sufficient experience of projects that are comparable with this contract in terms of scope, complexity and expertise required in the areas for which each is responsible.
The tenderer and any third parties called in shall demonstrate this experience by submitting a reference for each area of responsibility successfully managed in the five years preceding the publication of this invitation to tender. A reference may include several areas of responsibility.
A yardstick for project success is an average overall satisfaction rating of at least 2 from the referee for timeliness, budget compliance, quality and cooperation (on a scale of 1 to 3, 1 being the highest score).
References regarding projects carried out by the tenderer for the Confederation are permitted only if the referees mentioned have given prior written consent to the provision of information.
Proof: This suitability criterion is to be documented for each individual lot for which a tender is submitted.
a) The tenderer shall list any third parties and specify their areas of responsibility in the appendix “[Anhang_07]”;
b) A separate reference form ([Anhang_08]) is to be completed and submitted for each reference project and for each area of responsibility therein.
The client reserves the right to contact the referees specified, who must be reachable (holiday absences and corresponding deputies are to be indicated).
The same reference project may be indicated for more than one lot.

EK04 Human resources
The tenderer and any third parties called in (subcontractors or sub-suppliers) have the necessary human resources to fulfil the contract in accordance with the specifications.
Written confirmation supported by comprehensible documentation on the human resources deployed for fulfilment of the contract.

EK05 Contact
The tenderer has a single point of contact (SPOC) who is responsible for the escalation of problems relating to the contract and can make decisions.
Written confirmation including the SPOC's full name, contact details, function and deputy.

EK06 Language skills of key persons employed by the tenderer and any third parties called in (subcontractors or sub-suppliers)
The tenderer is prepared to deploy key persons who can communicate in German and can prepare and deliver the project results and documentation in German.
Written confirmation supported by comprehensible documentation (references, certificates, confirmation from educational institutions and comprehensible curriculum vitae) of the language skills of key persons (i.e. all persons who are intended to be deployed and who will have direct contact with the requesting service).
CEFR level C1 in German is required.

EK07 Personnel security screening
a) The tenderer is prepared to disclose the names of the persons intended for deployment at the client's first request and to subject them to personnel security screening in accordance with the Ordinance on Personnel Security Screening (PSSO; SR 120.4) after conclusion of the procurement contract. Further details are available at www.aios.ch.
b) The tenderer is prepared to submit to the client, at the client’s first request, a current extract (i.e. no older than 3 months) from the judicial records for each person intended for deployment.
Written confirmation.

EK08 Replacement of employees
The tenderer is willing to replace employees deployed as follows if there is good cause to do so:
- The performance and deployment of the persons made available by the tenderer are assessed by the client. If, in the process, a discrepancy is found relative to the requirements and criteria according to the specifications and appendices, the tenderer shall make a statement on this. Thereafter, the client will decide whether the tenderer will be obliged to replace the persons concerned within 14 days with persons who meet the requirements.
- Within the context of fulfilment of the contract, other important grounds for replacing staff could arise such as negative federal personnel security screening, contract termination, prolonged holidays, accident or illness. In such circumstances, the tenderer is responsible for replacing the person in question with an equally qualified person. Involvement in other projects of the supplier does not qualify as an important reason in this regard.
Written confirmation.

EK09 Compliance with data protection requirements
The tenderer guarantees that all federal IT security and data protection regulations will be observed throughout the provision of services in accordance with the following regulations:
- Federal Act of 19 June 1992 on Data Protection (FADP);
- Ordinance of 14 June 1993 on the Federal Act on Data Protection (OFADP);
- Ordinance of 9 December 2011 on Information Technology and Telecommunications in the Federal Administration (FITO);
- Federal Council directives of 1 January 2016 on IT Security in the Federal Administration (WISB);
- FITSU (Federal IT Steering Unit) guidelines of 9 February 2016 on basic protection of Information and Communication Technologies (ICTs) in the Federal Administration (VISB).
The tenderer also guarantees that it will impose these obligations on its employees, subcontractors and any third parties called in throughout the provision of services.
Written confirmation.

EK10 Warehouses and temporary storage areas
The tenderer confirms that it has at its disposal warehouses and temporary storage areas with the necessary characteristics in terms of temperature, humidity, fire safety and protection against theft and unauthorised access and that all profit and risk shall remain with the tenderer.
Written confirmation of acceptance
Evidence from the tenderer in the form of a description of the premises intended to be used for the project for which tenders are invited.
The description must contain the following information:
1) Plan or picture showing the dimensions of the premises;
2) Short description of how the tenderer controls temperature and humidity in order to protect stored goods;
3) Short description of how the tenderer guarantees fire safety and protection against theft and unauthorised access in order to protect stored goods.

EK11 Acceptance of the Confederation's general terms and conditions (GTC)
- for the purchase and maintenance of hardware, October 2010 edition
- for the procurement of goods, September 2016 edition
- for the procurement and maintenance of standard software, October 2010 edition
- for IT works contracts and contracts for the maintenance of individual software, October 2010 edition
- for IT services, October 2010 edition
This transaction is governed by the GTC listed above with the amendments (additions/modifications/derogations) in accordance with enclosure [V_Lx_1] to the specifications. Tenderers that make further amendments (additions/modifications) will be excluded from the procedure.

EK12 Acceptance of the draft contract
The tenderer is prepared to accept, without reservation, the draft contracts in Appendices [V_Lx_1], [V_Lx_2], [V_Lx_3] and [V_Lx_5] to the specifications.
Written confirmation of acceptance of the draft contracts for the lots for which the tenderer is submitting a tender.

EK13 Quality management system
Evidence that the tenderer and any sub-suppliers have an established internal quality management system that is regularly audited or that they have an ISO 9001:2015-compliant (or equivalent) quality management system.
Written confirmation.

Zusätzliche Informationen

Voraussetzungen für Anbieter aus Staaten, die nicht dem WTO-Beschaffungsübereinkommen angehören:

none

Geschäftsbedingungen:

Acceptance of the Confederation's general terms and conditions (GTC)
- for the purchase and maintenance of hardware, October 2010 edition
- for the procurement of goods, September 2016 edition
- for the procurement and maintenance of standard software, October 2010 edition
- for IT works contracts and contracts for the maintenance of individual software, October 2010 edition
- for IT services, October 2010 edition
Available at https://www.beschaffung.admin.ch/bpl/de/home/auftraege-bund/agb.html
This transaction is governed by the GTC listed above with the amendments (additions/modifications/derogations) in accordance with enclosure [V_Lx_1] to the specifications. Tenderers that make further amendments (additions/modifications) will be excluded from the procedure.

Nachverhandlungen:

Negotiations are reserved. The requesting office will not conduct any price negotiation rounds. Only if special circumstances such as the clarification or specification of the requirements so warrant and if the requesting office exceptionally and explicitly permits it with invitations to possible negotiations will the tenderers get the opportunity to adapt their prices.

Grundsätzliche Anforderungen:

The client awards public contracts for services in Switzerland only to tenderers guaranteeing compliance with workplace health and safety provisions and employee working conditions, as well as equal pay for men and women.
If the place of performance is abroad, the tenderer must guarantee compliance with at least the Core Conventions of the International Labour Organization in accordance with Annex 2a of the PPO.
The self-declaration of the Federal Procurement Conference (FPC), "Tenderer's self-declaration concerning compliance with minimum social requirements" is to be signed and enclosed with the tender.

Sonstige Angaben:

Subject to the maturity of the project and the availability of credit.

The client reserves the right to have the awarded services provided also to other offices requiring these services in the Federal Administration, as well as to procure the services defined as optional in their entirety, in part or not at all.

Successful tenderers agree to adapt their prices accordingly if there is a fall in market prices in the course of the procurement period. The decision as to whether or not prices have fallen will be based on the time of full or partial delivery. The client reserves the right to issue another call for tender if, in the course of time, the selected tender is no longer the most economically advantageous one.

Tender documents are available in German. Some elements of the tender dossier are only available in English.

Offizielles Publikationsorgan:

www.simap.ch

Rechtsmittelbelehrung:

Pursuant to Art. 30 of the Federal Act on Public Procurement, an appeal against this publication may be filed within 20 days since notification in writing in an official language of Switzerland to the Federal Administrative Court, Postfach, 9023 St.Gallen. The appeal petition must be submitted in duplicate and must contain the application, the grounds of appeal with details of the evidence and the signature of the appellant or his agent; a copy of the present publication and documents cited as evidence must be attached, provided they are in the appellant’s possession.


Kontakt

IT Service Center ISC-FDJP
Fellerstrasse 21
3003 Bern
E-Mail-Adresse:  
beschaffung.wto@bbl.admin.ch