Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=195886&B=KA
Udbyder
Udlændinge- og Integrationsministeriet
Opdateringer
Due to the questions received during this tender process, the Contracting Authorities has reevaluated their needs. As a consequence hereof, this tender process is cancelled, but with the intention of publishing a new contract notice. The Contracting Authorities expects to make the contract notice for the new tender available as soon as possible in the European TED reflecting the reevaluated needs.
Contract for the acquisition of equipment for examination of documents etc. and related ser-vices
Udlændinge- og Integrationsministeriet
Contract notice
Supplies
Section I: Contracting authority
36 97 71 91
Slotsholmsgade 10
Copenhagen K
1216
Denmark
Contact person: Lars Lichtenstein
Telephone: +45 61984000
E-mail: lli@uim.dk
NUTS code: DK011
Internet address(es):
Main address: www.uim.dk
17 14 36 11
Polititorvet 14
Copenhagen V
Denmark
Contact person: Theis Greve Hansen
Telephone: +45 25650535
E-mail: tgh001@politi.dk
NUTS code: DK0
Internet address(es):
Main address: www.politi.dk
Section II: Object
Contract for the acquisition of equipment for examination of documents etc. and related ser-vices
The purpose of the tender is to buy technical equipment — including for a state-of-the-art forensic laboratory at the new Danish National ID Centre and for the Danish National Police (placing the equipment at the Danish National Police as well as at the local police districts through-out the country) — that will allow trained staff to carry out authenticity assessments of all types of travel, identity and breeder documents. The tender involves a joint procurement procedure including 2 contracting authorities.
The tender procedure includes the following equipment and services:
— Advanced document examination equipment for 2nd line control (with and without a pc workstation included),
— Advanced document examination equipment for 3rd line control (including a pc workstation),
— Digital Video Microscope,
— Stereo microscope,
— Associated service, including consultancy services, and support, including onsite support, to the equipment delivered.
All parts of Denmark.
The buyer to this contract includes 2 contracting authorities in Denmark; the Danish Ministry of Immigration and Integration, and the Danish National Police. The purpose of this tender is to buy technical equipment that will allow trained staff to carry out authenticity assessments of all types of travel, identity and breeder documents. Additionally, the tender includes service and technical support on all the delivered products.
The tender-procedure is administered by the Danish Ministry of Immigration on behalf of the Danish Ministry of Immigration as well as the Danish National Police. The products and services are to be delivered at the Danish National Police’s facilities and at the Danish National ID Centre’s facilities.
The tender has been prepared by Danish Ministry of Immigration and Integration, but the technical equipment will be used by the police (2nd and 3rd line of control) at the border checks and in various police districts, as well as by a forensic laboratory (3rd line control) established under the new Danish National ID Centre.
In order to enable the authorities to carry out authenticity assessments of all types of travel, identity and breeder documents, the tender procedure includes the procurement of the following equipment and services:
— Advanced document examination equipment for 2nd line control (with and without a pc workstation included),
— Advanced document examination equipment for 3rd line control (including a pc workstation),
— Digital video microscope,
— Stereo microscope,
— Associated service, including consultancy services, and support, including onsite support, to the equipment delivered.
Please see the tender material for further information and descriptions of the equipment and services, including the quantities of the equipment to be delivered. It shall be possible for the buying entities to order further of the same equipment.
The contract can be renewed 2 (two) times for a period of 1 (one) year each.
The contracting authorities shall be able to purchase further of the same products.
Section III: Legal, economic, financial and technical information
The contract has to the relevant extent incorporated the corporate social responsibility considerations as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular nº. 9471 of 30.6.2014.
The contract lays down requirements on compliance with the law on processing of personal data.
If the contract is awarded to a group of operators (e.g. a consortium), each participant of the group must undertake joint and several liability and appoint a joint representative.
The contract contains requirements that relevant staff handling tasks in connection with the performance of the contract be subject to security clearance.
Section IV: Procedure
The tenderers are not allowed to observe the opening procedure.
Section VI: Complementary information
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 not later than 29.1.2018. 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 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.
Interested operators are requested to keep updated via the electronic tendering system. If the tenderer en-counters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or tele-phone (+45) 70 20 80 14.
— o0o-.
The tenderer must submit as its application an ESPD as preliminary documentation of the circumstances set out in section 148(1)(i-iii) 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 capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies. Reference is made to the Contracting Authority's ESPD guide.
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, and the grounds for exclusion set out in section 137(1)(ii) 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 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.
— o0o-.
As regards section I.1) and place of delivery it shall be noted, that products and service to the Ministry of Immigration and Integration shall be provided in the capital region, and that products and service to the Danish National Police shall be provided in the whole area of Denmark.
As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including the price of all options. The estimate is based on the expected size and capacity of the national ID-center, which is to be established. The actual contract price may deviate from the estimated contract price, both in upward and downward directions.
As regards section II.2.7), it should be noted that the duration of contract stipulated commences on signature of contract.
The Contracting Authority may use the procedure of section 159(5) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk
Internet address:https://erhvervsstyrelsen.dk/klagevejledning-0
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)(i) 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 Authority has published a notice in the Official Journal of the European Union that the Contracting Authority 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 Authority 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 Authority entered into a framework agreement calculated from the day af-ter the day when the Contracting Authority 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 Authority 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 Authority 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 during the stand-still period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.
The e-mail 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 www. erhvervsstyrelsen.dk
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address:http://www.kfst.dk