23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2020/S 193-466798
Offentliggjort
05.10.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Nationalbank

Vindere

Macroeconomic and Financial Data

(19.01.2021)
Macrobond Financial AB
Dockplatsen 1
21119 Malmö

Opdateringer

Rettelse
(09.10.2020)

II.1.1)
Placing the text to be modified:Title:
instead of:
Microeconomic
Read:
Macroeconomic

Microeconomic and Financial Data


Danmarks Nationalbank

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Nationalbank
National registration number: 61092919
Postal address: Langelinie Allé 47
Town: København Ø
NUTS code: DK011 Byen København
Postal code: 2100
Country: Denmark
Contact person: Jeanett Brurås
E-mail: jtb@nationalbanken.dk
Telephone: +45 33636069

Internet address(es):

Main address: https://www.nationalbanken.dk/da

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=280432&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=280432&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Economic and financial affairs

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Microeconomic and Financial Data

Reference number: TS-197129
II.1.2) Main CPV code
72319000 Data supply services
II.1.3) Type of contract
Services
II.1.4) Short description:

The contracting authority (Danmarks Nationalbank) is the central bank of Denmark, which is an independent self-governing institution established by law. The contracting authority uses macroeconomic and financial data for economic and financial analyses and statistics. As a central bank the contracting authority publishes analyses and reports on financial stability and monetary policy several times a year.

II.1.5) Estimated total value
Value excluding VAT: 300 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
72319000 Data supply services
II.2.3) Place of performance
NUTS code: DK DANMARK
II.2.4) Description of the procurement:

With this procurement the contracting authority seeks access to data relevant for these analyses and reports which includes a wide range of data from national and international statistical providers and from a wide range of markets as further specified in appendix 1.

The contracting authority manages the secretariat for the Danish Systemic Risk Council (http://systemicriskcouncil.dk/). Specific employees in the contracting authority do work related both to the Danish Systemic Risk Council and the central bank. One license shall thus cover both of these subjects.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 300 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

During the term of contract the contracting authority can extend the contract for renewal once for a period of 24 months.

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

The contracting authority can purchase additional licenses under the same terms and conditions as stated in this contract with appendices and to the price stated in appendix 2.

The contracting authority has the option to buy additional data as further described in appendix 1, section 5, cf. appendix 2.

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
III.1.3) Technical and professional ability
List and brief description of selection criteria:

The tenderer must submit the ESPD with the following information:

A list of up to five of the most significant comparable services, see sections II.1.4) and II.2.4), that the tenderer has carried out in the last 3 years before the expiry of the tender deadline.

Only references relating to services carried out at the time of submission of tender will be given importance in the evaluation of whether the minimum requirements regarding technical and professional capacity have been complied with, see below. Hence, in the event of an ongoing task, only the part of the services already having been performed at the time of submission of tender will be included in the evaluation of the reference. Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the services set out in sections II.1.4) and II.2.4) to which the delivery related and the tenderer's role(s) in the performance of the delivery. The reference is furthermore requested to include the financial value of the delivery (amount), date of delivery and name of the customer (recipient).

When indicating the date of the delivery, the tenderer is requested to indicate the date when the delivery was commenced and finalised.

No more than five references may be stated, irrespective of whether the tenderer is a single operator, whether the tenderer relies on the technical capacity of other entities, or whether the tenderer is a group of operators (e.g. a consortium).

If more than five references are stated, only the most recent five references will be taken into account. Any additional references will be disregarded.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity, see section III.1.3).

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.

No additional documentation of technical and professional capacity will be required from the tenderer. However, the contracting authority reserves the right to contact the tender or the customer stated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

Minimum level(s) of standards possibly required:

The tenderer shall document minimum two references on the delivery of a similar service to two separate customers.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/11/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 02/11/2020
Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
VI.2) Information about electronic workflows
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). For access to the procurement 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 take place through the electronic tendering system. Questions must be submitted not later than 21 October 2020. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered unless the deadline is also postponed.

Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by email, dksupport@eu-supply.com or telephone (+45) 70208014.

The tenderer must together with its tender submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the tenderer relies on the capacities of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies.

The tenderer will be excluded from participation in the tender procedure if the tenderer is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, unless the tenderer has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.

Before the award decision is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud (The Danish Complaints Board for Public Procurement)
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600

Internet address: https://klfu.naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a Dynamic Purchasing System has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.

The email address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000

Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
30/09/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|instance-web03