S121
Dänemark-Kopenhagen: Dienstleistungen von Architektur-, Konstruktions- und Ingenieurbüros und Prüfstellen
2022/S 121-344582
Auftragsbekanntmachung
Dienstleistungen
Richtlinie 2014/24/EU
Abschnitt I: Öffentlicher Auftraggeber
Nationale Identifikationsnummer: 37284114
Postanschrift: Rentemestervej 8
Ort: København NV
NUTS-Code: DK011 Byen København
Postleitzahl: 2400
Land: Dänemark
Kontaktstelle(n): Eskil Kjærshøj Nielsen
E-Mail: eskni@sdfe.dk
Telefon: +45 72545136
Internet-Adresse(n):
Hauptadresse: www.sdfi.dk
Nationale Identifikationsnummer: 25798376
Postanschrift: Tolderlundsvej 5
Ort: odense C
NUTS-Code: DK031 Fyn
Postleitzahl: 5000
Land: Dänemark
E-Mail: mst@mst.dk
Internet-Adresse(n):
Hauptadresse: www.mst.dk
Abschnitt II: Gegenstand
Digital ortho photo of Forest Areas
In average severe windfall occurs every 7th year, last three times 1999, 2005 and 2013, and the average severe windfall affects 10% of the country – 4500km2. The purpose of the tender is to create the necessary high quality ortho photos in digital form in the event of a windfall, so it is possible to determent the amount of fallen trees. For this the supplier needs to make ortho photo with a pixel value of 12,5cm and a ground sample distance (GSD) in original images of 16 cm or higher e.g. 10cm. Metrological problems must be minimized in the best possible way.
København NV
In average severe windfall occurs every 7th year, last three times 1999, 2005 and 2013, and the average severe windfall affects 10% of the country – 4500km2. The purpose of the tender is to create the necessary high quality ortho photos in digital form in the event of a windfall, so it is possible to determent the amount of fallen trees. For this the supplier needs to make ortho photo with a pixel value of 12,5cm and a ground sample distance (GSD) in original images of 16 cm or higher e.g. 10cm. Metrological problems must be minimized in the best possible way.
The tendered framework agreement has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, as the task is deemed too small to have more suppliers on the framework.
Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben
See tender material
In PART IV “Selection criteria” of the ESPD, the tenderer indicates for each individual criterion how it complies with the minimum requirements for the fulfilment of the selection criteria.
In relation to documentation of economic and financial standing, the tenderer is required to provide the following:
The tenderer must submit copy of professional indemnity insurgence with a cover of minimum 5.000.000 DKK
The tenderer must deliver turnover from the last three years both general for the entire company and the specific area covered by this framework.
See tendermaterial
Enough standby equipment to make sure 10% of Denmark’s area approximate 4500km2 areas can be acquired without problems in a reasonable timeframe – i.e. it do not take the entire acquisition period from October 1st to March 1st, also taking into consideration sun angle and other methodological issues (snow is not to be considered). The supplier must document this in a way so it is clear and well documented.
The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the framework agreement.
Abschnitt IV: Verfahren
Abschnitt VI: Weitere Angaben
In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the discretionary grounds for exclusion set out in section 137 of the Danish Public Procurement Act apply to this tender. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.
The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.
Prior to the decision on award of the framework agreement, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.
A tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The contracting authority may only exclude a tenderer if the contracting authority has informed the tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:
– an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vii);
– where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.
For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.
Postanschrift: Nævnenes Hus, Toldboden 2
Ort: Viborg
Postleitzahl: 8800
Land: Dänemark
E-Mail: klfu@naevneneshus.dk
Telefon: +45 72405600
Internet-Adresse: https://klfu.naevneneshus.dk/
Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure:
Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within:
(1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published;
(2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision.
(3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act.
(4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act.
If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared void, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union.
Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act.
The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.
Postanschrift: Carl Jacobsens Vej 35
Ort: Valby
Postleitzahl: 2500
Land: Dänemark
E-Mail: kfst@kfst.dk
Telefon: +45 41715000
Internet-Adresse: http://www.kfst.dk
© Europäische Union, http://ted.europa.eu, 1998-2022