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
Offentliggjort
03.10.2024
Udbudstype
Andre

Udbyder

Danmarks Radio

Purchase of DAB Transmitters


Danmarks Radio

596095-2024 - Competition
Denmark – Radio, television, communication, telecommunication and related equipment – Purchase of DAB Transmitters
OJ S 193/2024 03/10/2024
Contract or concession notice – standard regime
Supplies
1. Buyer
1.1.
Buyer
Official name Danmarks Radio
Email hewo@dr.dk
Legal type of the buyer : Public undertaking, controlled by a central government authority
Activity of the contracting authority : Recreation, culture and religion
2. Procedure
2.1.
Procedure
Title Purchase of DAB Transmitters
Description The procurement procedure is conducted with a fixed price for the main purchase of the DAB transmitters, the procurement procedure will include an option that can be activated up to 18 months after the signing of the contract. DR is looking to replace several of its DAB transmitters in the distributions network that are currently in operation. The procurement procedure includes a prioritised list of the DAB transmitters that DR is looking to replace. The main offer is with a fixed price at 3.000.000 DKK and the rest is options.
Procedure identifier dd06eaff-e972-440f-84f1-2f78045ad8d5
Internal identifier 4842
Type of procedure Open
The procedure is accelerated no
2.1.1.
Purpose
Main nature of the contract Supplies
Main classification   ( cpv ): 32000000   Radio, television, communication, telecommunication and related equipment
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
2.1.3.
Value
Estimated value excluding VAT 8 500 000,00   DKK
2.1.4.
General information
Additional information The contracts duration is starting from the contract signing. However the time for delivery of the mainoffer is unknown to DR at the moment. Upon the delivery there will be an 18 months period where DR can activate options.
Legal basis
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Analogous situation like bankruptcy under national law Is the economic operator in in any analogous situation like bankruptcy arising from a similar procedure under national laws and regulations? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy Is the economic operator bankrupt? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Corruption Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Arrangement with creditors Is the economic operator in arrangement with creditors? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Participation in a criminal organisation Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Insolvency Is the economic operator the subject of insolvency or winding-up? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Assets being administered by liquidator Are the assets of the economic operator being administered by a liquidator or by the court? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Conflict of interest due to its participation in the procurement procedure Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Business activities are suspended Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Payment of taxes Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.
5. Lot
5.1.
Lot LOT-0000
Title : Purchase of DAB Transmitters
Description : The procurement procedure is conducted with a fixed price for the main purchase of the DAB transmitters, the procurement procedure will include an option that can be activated up to 18 months after the signing of the contract. DR is looking to replace several of its DAB transmitters in the distributions network that are currently in operation. The procurement procedure includes a prioritised list of the DAB transmitters that DR is looking to replace. The main offer is with a fixed price at 3.000.000 DKK and the rest is options.
Internal identifier : 4842
5.1.1.
Purpose
Main nature of the contract : Supplies
Main classification   ( cpv ): 32000000   Radio, television, communication, telecommunication and related equipment
Options :
Description of the options : DR can activate options concerning purchasing the remaining transmitters that are not included in the main offer.
5.1.2.
Place of performance
Country : Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Duration 2   Years
5.1.5.
Value
Estimated value excluding VAT 8 500 000,00   DKK
5.1.6.
General information
Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
Additional information : The contracts duration is starting from the contract signing. However the time for delivery of the mainoffer is unknown to DR at the moment. Upon the delivery there will be an 18 months period where DR can activate options.
5.1.9.
Selection criteria
Criterion
Type Economic and financial standing
Name Other economic or financial requirements
Description The Tenderer’s Economic and financial capacity should be described in the ESPD, the Tenderer should state the following information:  --- Minimum requirements:   • Positive equity for all three (3) financial years  --- Tenders from Tenderers that do not live up to the minimum requirements specified in the contract notice and/or the ESPD will be considered non-compliant and will be rejected without further evaluation.
Use of this criterion Used

Criterion
Type Suitability to pursue the professional activity
Use of this criterion Not used

Criterion
Type Technical and professional ability
Use of this criterion Not used
5.1.10.
Award criteria
Criterion :
Type : Price
Name : Price for the option
Description : DR refers to the tender specifications.
Weight (percentage, exact) : 30

Criterion :
Type : Quality
Name : Technical requirements
Description : DR refers to the tender specifications.
Weight (percentage, exact) : 20

Criterion :
Type : Quality
Name : Ongoing services and spare parts
Description : DR refers to the tender specifications.
Weight (percentage, exact) : 20

Criterion :
Type : Quality
Name : Watts of the offered transmitters in the main offer
Description : DR refers to the tender specifications.
Weight (percentage, exact) : 30
5.1.11.
Procurement documents
Languages in which the procurement documents are officially available English
Deadline for requesting additional information 27/10/2024   23:00:00 (UTC)
5.1.12.
Terms of procurement
Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender Not allowed
Deadline for receipt of tenders : 04/11/2024   11:00:00 (UTC)
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes No
Electronic invoicing Required
Electronic ordering will be used : no
Electronic payment will be used : yes
Information about review deadlines : 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 Pro-curement 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 ac-companied 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 pur-chasing 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 deci-sion, 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 e-mail address of the Complaints Board for Public Procurement is set out in this notice. The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
5.1.15.
Techniques
Framework agreement : No framework agreement
Information about the dynamic purchasing system : No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for udbud
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation receiving requests to participate Danmarks Radio
Organisation processing tenders Danmarks Radio
TED eSender Mercell Holding ASA
8. Organisations
8.1.
ORG-0001
Official name : Danmarks Radio
Registration number : ORG-62786515
Postal address : Emil Holms kanal 20    
Town : København C
Postcode : 0999
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Contact point : Helle Worm-Marquardtsen
Email : hewo@dr.dk
Telephone : +45 2854 9318
Roles of this organisation
Buyer
Organisation receiving requests to participate
Organisation processing tenders
8.1.
ORG-0002
Official name : Klagenævnet for udbud
Registration number : ORG-37795526
Postal address : Toldboden 2    
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland   ( DK041 )
Country : Denmark
Contact point : Klagenævnet for udbud
Telephone : +45 72405708
Information exchange endpoint (URL) : https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35    
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Email : kfst@kfst.dk
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11    
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo   ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation
TED eSender
11. Notice information
11.1.
Notice information
Notice identifier/version : 24e9fa02-9afe-4169-8bc6-c75b5e6b5871   - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice subtype 16
Notice dispatch date : 01/10/2024   21:14:37 (UTC)
Notice dispatch date (eSender) : 01/10/2024   21:14:37 (UTC)
Languages in which this notice is officially available : English
11.2.
Publication information
Notice publication number : 596095-2024
OJ S issue number : 193/2024
Publication date : 03/10/2024
Annonce Annonce
BREAKING
{{ article.headline }}
0.046|