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
2023/S 108-338244
Offentliggjort
07.06.2023
Udbudstype
Offentligt udbud

Udbyder

The Geological Survey of Denmark and Greenland

Vindere

Purchase of core scanner

(22.09.2023)
Geotek Limited
4 Sopwith Way
NN118PB Daventry

Purchase of core scanner


The Geological Survey of Denmark and Greenland

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: The Geological Survey of Denmark and Greenland
National registration number: 55145016
Postal address: Øster Voldgade 10
Town: København K
NUTS code: DK01 Hovedstaden
Postal code: 1350
Country: Denmark
Contact person: Franz Nikolai Schöbel
E-mail: fns@geus.dk
Internet address(es):
Main address: www.geus.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/414838
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=369558&B=KEFM
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=369558&B=KEFM
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
Environment

Section II: Object

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

Purchase of core scanner

II.1.2) Main CPV code
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Geological Survey of Denmark and Greenland are looking to purchase a core scanner track and data acquisition system that has the capability of measuring multiple physical and chemical properties from whole and half core sections and provide geophysical and optical data.

II.1.5) Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.2.3) Place of performance
NUTS code: DK01 Hovedstaden
II.2.4) Description of the procurement:

The Geological Survey of Denmark and Greenland are looking to purchase a core scanner track and data acquisition system that has the capability of measuring multiple physical and chemical properties from whole and half core sections and provide geophysical and optical data.

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: 400 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 1
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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

No remuneration, fee or similar charge is payable for participation in the tender. This also applies in the event that the contracting authority decides to abandon the tender without awarding any contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.3) Technical and professional ability
List and brief description of selection criteria:

In the context of submitting a bid, the bidder must provide the following information regarding their technical and professional capabilities:

References: A list of the most significant deliveries that the bidder has completed within the offered area within the past three (3) years, including when the delivery was carried out and the public or private customer.

By the phrase "within the offered area," it is understood that the references should demonstrate relevant experience with delivering the required equipment.

Minimum level(s) of standards possibly required:

At least five (5) relevant references must be attached.

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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/07/2023
Local time: 13:00
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: 03/07/2023
Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Exclusion:

In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the following discretionary grounds for exclusion apply in connection with this tender: The Danish Public Procurement Act, section 137(1) (i) on violations in the field of environmental, social or labour law, (ii) on bankruptcy etc., (iii) on agreements distorting competition, (iv) on previous material breach of a public contract, (v) on attempts to interfere with the decision-making process of the contracting authority and (vi) on public debt not exceeding DKK 100,000. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.

The contracting authority shall furthermore in accordance with sections 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.

The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.

Documentation:

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 contract, 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 concerned 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 (vi), 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 (vi);

- 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 (vi), 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.

For other grounds for exclusion, the tenderers’ self-declaration in ESPD constitutes the required documentation. The contracting authority can however request a candidate or a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure.

VI.4) Procedures for review
VI.4.1) Review body
Official name: The Danish Complaints Board for Public Procurement (Klagenævnet for Udbud)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Danish Competition and Consumer Authority (Konkurrence- og Forbrugerstyrelsen)
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:
02/06/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|