Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=279616&B=SKATTEMINISTERIET
Udbyder
Udviklings- og Forenklingsstyrelsen
Vindere
Delivery of Key Data and Price Information
(11.12.2020)
VP Securities A/S
Weidekampsgade 14
2300 København S
Opdateringer
III.1.1)
Placing the text to be modified:Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
instead of:
(b) if there are foreign members in the board of directors, management and/or supervisory board of the company, the company shall obtain a Danish certificate of criminal record issued by the Danish National Police (‘Rigspolitiet’) for the related persons in addition to the service/registration certificate (‘Serviceattest’).
Read:
Delivery of Key Data and Price Information
Udviklings- og Forenklingsstyrelsen
Contract notice
Supplies
Section I: Contracting authority
National registration number: 19552101
Postal address: Nybrovej 116
Town: Kongens lyngby
NUTS code: DK DANMARK
Postal code: 2800
Country: Denmark
Contact person: Simon Andreas Dino Castellani
E-mail: Simon.Castellani@ufst.dk
Telephone: +45 72382503
Internet address(es):
Main address: http://www.ufst.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/204762
Section II: Object
Delivery of Key Data and Price Information
The customer (the Danish Customs and Tax Administration) is responsible for administration and collection of direct taxation, VAT, and other forms of indirect taxation and customs procedure in Denmark. One area of expertise — and the main subject of this public procurement procedure — is to help taxpayers declare the deposits of securities easily and correct, by automatically generating the annual tax assessment notice with as much information as possible. As a result, the taxpayers will not have to enter all information but is able to make the necessary corrections to the automatically generated information.
In order to generate information concerning deposits and securities, the customer has a calculation program, VPS (in Danish: Værdipapirsystemet), which provides calculations for the annual tax assessment notice. In order to obtain a correct calculation for each taxpayer, the customer needs to incorporate key data and price information into VPS.
The customer (the Danish Customs and Tax Administration) is responsible for administration and collection of direct taxation, VAT, and other forms of indirect taxation and customs procedure in Denmark. One area of expertise — and the main subject of this public procurement procedure — is to help taxpayers declare the deposits of securities easily and correct, by automatically generating the annual tax assessment notice with as much information as possible. As a result, the taxpayers will not have to enter all information but is able to make the necessary corrections to the automatically generated information.
In order to generate information concerning deposits and securities, the customer has a calculation program, VPS (in Danish: Værdipapirsystemet), which provides calculations for the annual tax assessment notice. In order to obtain a correct calculation for each taxpayer, the customer needs to incorporate key data and price information into VPS annually.
Correct taxation of citizens depends on the correct submission of reports from the reportable financial institutions. To obtain correct reports from the reporting financial institutions, the Danish Customs and Tax Administration exhibits the submitted Key Data and Price Information on www.SKAT.dk so that the reporting financial institutions can use the issued data in connection with statutory reporting.
The Danish Customs and Tax Administration uses Key Data and Price Information in connection with analysis and control. The data is therefore up-loaded to the Datawarehouse and used via BO-searches for analyzes and control of reports received from financial institutions.
The contract contains two options.
Both options can be ordered two times a year.
Section III: Legal, economic, financial and technical information
The tenderer must submit the European Single Procurement Document (‘ESPD’) with the following information:
— whether the tenderer is subject to the compulsory grounds for exclusion set out in section 135(1) No 1-6, (2) and (3) of the Danish Public Procurement Act (regarding actions committed as part of a criminal organisation, corruption, fraud, acts of terror or criminal acts related to terrorist activities, money laundering or financing of terrorism, use of child labour or other types of human trafficking, unpaid overdue debt, etc.); and
— whether the tenderer is subject to the compulsory grounds for exclusion set out in section 136 No 1-3 of the Danish Public Procurement Act (regarding conflicts of interest, distortion of competition, incorrect or retained information, etc.); and
— whether the tenderer is subject to the voluntary grounds for exclusion set out in section 137(1) No 2 (regarding declaration of bankruptcy or undergoing insolvency or winding-up proceedings, assets being administered by a receiver or by court, discontinuance of commercial activities or other similar situations); and
— whether the tenderer is subject to the voluntary grounds for exclusion set out in section 137(1) No 7 (regarding unpaid overdue debt of less than DKK 100 000 to public authorities).
The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirement in respect of the pursue of professional activity, including requirements relating to enrolment on professional or trade registers. The contracting authority cannot take into account any statements issued otherwise than in the ESPD, cf. section 148 if the Danish Public Procurement Act.
For groups of operators (e.g. a consortium), the information must be submitted for each participation operator of the group. Where an operator relies on the economic and financial standing and/or technical and professional ability of other entities (e.g. a parent company, sister company or a subcontractor), the information must be submitted for these entities also. The information is to be stated in section III) of the ESPD.
Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must submit that the information stated in the ESPD is accurate. The contracting authority will require the following documentation from the tenderer for the entries in the ESPD regarding the compulsory grounds for exclusion set out in section 135(1) No 1-6 and (3) and the voluntary grounds for exclusion set out in section 137(1) No 2 and 7 of the Danish Public Procurement Act:
For Danish operators:
(a) service/registration certificate (‘Serviceattest’) issued from the Danish Business Authority;
(b) if there are foreign members in the board of directors, management and/or supervisory board of the company, the company shall obtain a Danish certificate of criminal record issued by the Danish National Police (‘Rigspolitiet’) for the related persons in addition to the service/registration certificate (‘Serviceattest’).
For foreign operators:
(a) an excerpt from the relevant register or some equivalent document issued by a competent judicial or administrative authority showing that the tenderer is not subject to the compulsory grounds of exclusion in section 135(1) of the Danish Public Procurement Act;
(b) a certificate issued by the competent authority of that country as proof that the tenderer is not subject to the compulsory grounds of exclusion set out in section 135(3) and the voluntary grounds of exclusion set out in section 137 (1) No 1 of the Danish Public Procurement Act. If the country concerned are not issuing the above-mentioned type of certificates, a solemn declaration that have been given to a competent judicial or administrative authority, a notary or a competent organisation in the country where the tenderer is established, may be used instead.
The tenderer must submit the European Single Procurement Document (‘ESPD’) with the following information:
The tenderer’s equity in the last financial year available.
The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.
When required by the contracting authority, the tenderer must submit the following documentation of the economic and financial capacity:
The operator’s balance sheet or extracts thereof in the last financial year available if publication of the balance sheet is required under law in the country in which the operator is established or other documentation of the size of the equity. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group. Where an operator relies on the economic and financial standing of other entities (e.g. a parent company, sister company or a subcontractor), the information must be submitted for these entities also.
As a minimum requirement, an equity is required to be positive in the last financial year available. If the tenderer relies on the capacity of other entities, the equity is to be calculated as the total equity of the operator and such other entities in the last financial year available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity pf the operators in the last financial year available. The information is to be stated in section IV.B of the ESPD.
Section IV: Procedure
Nybrovej 116, 2800 Kongens Lyngby.
Section VI: Complementary information
Electronic tender system:
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting authority, see the address set out in section I.3). The tendering procedure is accessed under the tab ‘Ongoing public procedures.’ For access to the tender documents, the tenderer must be registered or register as a user.
If the tender 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 be through the electronic tendering system. Questions must be submitted no later than 30 September 2020. Questions asked after this date will be answered if they are received in time for the contracting authority to provide the information required and communicate the answer no later than six (6) days before expiry of the application deadline. Questions received later than six (6) days before expiry of the deadline cannot expect to be answered.
Interested operators are requested to keep updated via the electronic tendering system.
If the tenderer encounters problems with the system, please contact technical support at either mail dksupport@eu-supply.com or by telephone on (+45) 70208014.
The European Single Procurement Document — ESPD:
At the time of submission of the tender, the tenderer shall complete and submit the ESPD, cf. section 148 of the Danish Public Procurement Act, as preliminary evidence in the tender regarding the absence of mandatory grounds for exclusion, cf. sections 135- 136 of the Danish Public Procurement Act. The XML file required for generating the electronic ESPD (the eESPD) is available via the electronic tender system. If the tenderer is a consortium, the tenderer must submit an ESPD for all participants in the consortium. Please refer to the Danish Competition and Consumer Authority’s guidance paper regarding the ESPD.
Unless the tenderer has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, the contracting authority is obliged to exclude a tenderer from participation in the tender procedure, if the tenderer is subject to the compulsory grounds for exclusion listed in sections 135 and 136 and the voluntary grounds for exclusion set out in section 137(1) No 2 and 7 of the Danish Public Procurement Act. The tenderer shall indicate this information in the ESPD. Please note that some of the voluntary grounds for exclusion in Directive 2014/24/EU are mandatory grounds for exclusion in the Danish Public Procurement Act.
The voluntary grounds for exclusion are applied while complying with the principle of proportionality. Hence, no trivial matters may result in the exclusion of the tenderer. Several matters which, individually, are trivial in nature may, however, give rise to exclusion of the tenderer.
Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.
As evidence of the absence of grounds for exclusion, cf. section 135(1) or (3) of the Danish Public Procurement Act, the contracting authority requires the documentation referred to in section 153, cf. section 151(1) or (2).
As regards section II.2.6), it should be noted that the amount is an estimate of the expected contract price for a 4-year (48 months) duration of the contract.
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
In accordance with Act No 593 02/06/2016 (‘Lov om Klagenævnet for Udbud,’ which can be downloaded from www.retsinformation.dk), the deadlines for submitting a complaint are the following:
Complaints regarding a candidate not being selected must be filed with the Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. section 171 or section 2 (1) No 1 of the Danish Public Procurement Act if the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with the Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days from the day following the day on which the contracting authority has informed the tenderer that the contracting authority has entered into a framework agreement with reopening of competition or a Dynamic Purchasing System if the notification includes a short account of the relevant reasons for the decision;
3) 6 months after the contracting authority has signed a framework agreement from the day following the day that the contracting authority has notified the tenderers, cf. section 2 (2) or section 171(4) of the Danish Public Procurement Act;
4) 20 calendar days from the day after the contracting authority has announced its decision, cf. section 185 (2) of the Danish Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing not later than simultaneously with the lodging of the complaint to the complaints board for public procurement. The complainant must state whether the complaint has been lodged in the stand-still period. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the complaint be given suspensive effect
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 3529100
Internet address: http://www.kfst.dk