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
2016/S 171-307121
Offentliggjort
06.09.2016
Udbudstype
Begrænset udbud

Udbyder

Danish Film Institute

Vindere

Contract for Delivery of Film-Scanning-System

(06.04.2017)
MWA Nova GmbH
Zillerstr. 7-11
10585 Berlin

Opdateringer

Rettelse
(27.09.2016)

IV.2.2
instead of:
Date: 04-10-2016
Time: 12:00
Read:
Date: 11-10-2016
Time: 12:00


Additional information
As the Danish Authority Konkurrence- og Forbrugerstyrelsen, has reviewed their guidance to the eESPD, the tender documents now include the new guidance from September 2016 instead of the earlier guidance from March 2016. As a consequence the deadline for request for prequalification is postponed till 11.10.2016 12:00 local Danish Time.

Contract for Delivery of Film Scanning System


Danish Film Institute

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Film Institute
56858318
Gothersgade 55
København K
1123
Denmark
Contact person: Birger Kidmose
Telephone: +45 51618264
E-mail: bki@ramboll.com
NUTS code: DK011

Internet address(es):

Main address: www.ramboll.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/278774

I.2) 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=169984&B=DK_UDBUD
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=169984&B=DK_UDBUD
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Recreation, culture and religion

Section II: Object

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

 

Contract for Delivery of Film Scanning System.

 

II.1.2) Main CPV code
38520000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

The Danish Film Institute's (DFI) Film Archive department is acquiring a film scanner for professional scanning of analogue film, in different formats and quality options.

The content that will be digitized is old Danish analogue documentaries and documentary recordings. The operation of the film scanning system and the digitization will be conducted by external suppliers as well as in-house with a DFI digitizing set up, which will be placed at and handled by DFI. Included in the contract are maintenance services for the scanner.

The goal of the film scanner system is to implement the political mandate to digitize film, given to DFI.

 

II.1.5) Estimated total value
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)
30124500
32321100
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

 

København K.

 

II.2.4) Description of the procurement:

 

This tender procedure is a restricted tender concerning a contract for Delivery of Film Scanning System, for more information on the process of the procurement, see section VI.3.

 

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
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:

 

— Extension of the contract for 2 X 1 year.

 

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

 

If more suitable applicants than the fixed number (5) submit an request for prequalification, selection of applicants, who will be asked to submit a tender, will be made on the basis of a reasoned assessment where importance is attached to the economic and financial standing on the basis of the information provided in section III.1.2 and the technical and professional ability on the basis of the information provided in section III.1.3 as described below:

I) The best and most relevant technical and professional ability assessed on the basis of the applicant's references that document experience with delivery of professional film-scanner systems for use in the digital preservation of historical film archives where particular emphasis will be placed on the extent to which the reference documents deliveries of scanners able to handle special issues regarding scanning of fragile and damaged films.

II) The best economic and financial standing assessed on the basis of the applicant's turnover and solvency ratio where particular emphasis will be placed on a high and stable turnover and a high and stable solvency ratio being documented.

References (I) weight more than turnover and solvency ratio (II).

 

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

 

— Extension of the contract for 2 X 1 year.

 

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
List and brief description of conditions:

 

As part of the request for prequalification, the applicant must deliver a ‘European Single Procurement Document’ (also referred to as the ESPD document) in which the applicant must provide declarations on the following matters:

— Whether the applicant is subject to the grounds for exclusion in section 135(1)-(3) of the Danish Public Procurement Act (mandatory grounds for exclusion on participation in criminal organisation, bribery, fraud, terrorist acts, money laundering, child labour, unpaid outstanding debt etc.), and

— Whether the applicant is subject to the grounds for exclusion in section 136 of the Danish Public Procurement Act (mandatory grounds for exclusion on conflicts of interest, distortion of competition, gross misrepresentation etc.).

Request for prequalification may only be taken into consideration if the above declarations have been provided in the ESPD document, see section 148 (3) of the Danish Public Procurement Act. Therefore declarations cannot be provided in any other manner.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

If the applicant rely on the economic/financial ability and/or technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the above-mentioned declarations.

For instruction in using the electronic version of ESPD, see the document Tender Conditions.

 

III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

The applicant must as part of the request for prequalification provide a ‘European Single Procurement Document’ (also referred to as an ESPD document) in which the applicant must make declarations on the following matters:

— The applicant's total turnover during the last 3 financial years available (depending on when the applicant set up in business or started its business).

— The applicant's solvency ratio during the last 3 financial years available (depending on when the applicant set up in business or started its business). The solvency ratio shall be calculated as a percentage as equity divided by the total assets. The applicant must state equity and total assets, so it is possible for the contracting entity to calculate the solvency ration. The equity and total assets should be stated in ‘Description’ and the solveny ratio should be stated under ‘Ratio’ in the ESPD.

Request for prequalification may only be taken into consideration if the above declarations have been provided in the ESPD document, see section 148 (3) of the Danish Public Procurement Act. Therefore declarations cannot be provided in any other manner.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate ESPD document which includes the above-mentioned declarations.

If the applicant relies on the economic and financial standing of others (e.g. entities within the same group, including parent companies, afiiliates or subsidiaries) each individual entity must enclose a separate ESPD document which includes the above-mentioned declarations.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

As part of the request for prequalification, the applicant must provide a ‘European Single Procurement Document’ (also referred to as an ESPD document) in which the applicant must make declarations on the following matters:

1. Presentation of a list of the most important corresponding supplies (references) the applicant has provided during the last 3 years stating description, sums and dates as well as the public or private recipient.

Request for prequalification may only be taken into consideration if the above declarations have been provided in the ESPD document, see section 148 (3) of the Danish Public Procurement Act. Therefore declarations cannot be provided in any other manner.

In the case of groups of applicants (consortium) each individual participant in the group must enclose a separate European Single Procurement Document which includes the above-mentioned declarations.

If the applicant relies on the technical and professional ability of other entities (e.g. sub-suppliers or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose an ESPD document which includes the above-mentioned declarations.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

It will be a contractual requirement that the supplier and sub-contractors, if any, secure pay for the staff (including special benefits), working hours and other conditions of work that are not less advantageous than those that apply to work of the same nature in accordance with a collective agreement concluded by the most representative social partners within the trade in question in Denmark, and which apply to the whole of the Danish area.

Furthermore if the contract is awarded to a group of candidates (consortium) the participants must assume joint and several liability for the performance of the contract and appoint a candidate among the participants with joint and several liability to act for the consortium/group.

 

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
Restricted 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: 04/10/2016
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
IV.2.7) Conditions for opening of tenders

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:

 

This is a restricted procedure, which means that applicants that wish to participate in the procurement procedure must first request prequalification. Requests for prequalification must be prepared on the basis of the conditions stated in part III.1 for participation and must contain the information, declarations etc. that are requested in points III.1.1, III.1.2 and III.1.3.

The deadline in point IV.2.2 is the deadline for receipt of request for prequalification. The deadline for receipt of tender is fixed in the tender documents.

Each applicant can submit only one request for prequalification.

The request for prequalification must be uploaded via EU-Supply, see section I.3. Request for prequalification can be submitted nowhere else.

Questions in connection with the procurement must be asked via the message function of EU-Supply. All questions received will be answered and submitted to all participants in anonymised form. Questions received 2 weeks before deadline for receipt of request for prequalification will be answered. Questions received after this time will also be answered unless the nature of the question makes it disproportionately burdensome to provide the answer at the latest 3 days before the expiry of the deadline for submission of request for prequalification. Questions received after this point will not be answered.

Section III.1: An applicant or tenderer will be excluded from participation in the procurement procedure if the mandatory grounds for exclusion in sections 135-136 of the Danish Public Procurement Act apply unless the Danish Public Procurement Act allows omission to exclude the applicant/tenderer (see also section 138 of the Act).

Section III.1: The contracting entity may at any time in the procurement procedure request an applicant or tenderer to present (final) documentation of the matters that have been declared in the ESPD document; see section 151(2) of the Danish Public Procurement Act. Correspondingly, the contracting entity may ask an applicant or tenderer to supplement or clarify documentation received. In that case the requested documentation must be submitted within a brief time limit that is fixed by the contracting entity. If requested documentation is not submitted this can lead to exclusion of the applicant or tenderer in question from the procurement procedure.

The following documentation will be requested: See the Tender Conditions, section 17.

Section II.1.4: The procurement procedure includes a contract that contains elements of both a public contract and a framework agreement as the contract includes both the supplier's obligation to provide what is stated in II.1.4 and an element of a framework agreement in connection with the contracting entity's possibilities during the term of the contract of requesting services according to the regulation in the Contract.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk

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

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

 

The complaint of an applicant of not having been prequalified must have been filed with the Complaints Board for Public Procurement within 20 calendar days from the day after the day when the contracting entity sent notice to the applicant affected of who had been prequalified; see section 7(1) of the Act.

Other complaints must be filed with the Complaints Board for Public Procurement within 45 calendar days from the day after the day when the contracting entity has published a notice in the Official Journal of the European Union to the effect that the contracting entity has concluded a contract; see section 7(2)(1) of the Act.

At the latest at the same time as a complaint is filed with the Complaints Board for Public Procurement the complainant must inform the contracting entity in writing that a complaint is filed with the Complaints Board for Public Procurement and whether the complaint has been filed in the stand still period. Where the complaint has not been filed in the stand still period the complainant must also state whether whether a suspension of the contract has been requested.

 

VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice:
01/09/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|instance-web04