23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 023-047890
Offentliggjort
02.02.2018
Udbudstype
Offentligt udbud

Udbyder

Danmarks Nationalbank

Vindere

Contracts on the supply and maintenance of a banknote processing system

(12.06.2018)
Cash Processing Solutions Limited
De La Rue House, Jays Close, Viables, Basingstoke
RG22 4BS Basingstoke

Opdateringer

Rettelse
(28.02.2018)

IV.2.2)
instead of:
Date: 05-03-2018
Time: 12:00
Read:
Date: 05-04-2018
Time: 12:00

IV.2.7
instead of:
Date: 05-03-2018
Read:
Date: 05-04-2018

Contracts on the supply and maintenance of a banknote processing system


Danmarks Nationalbank

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Nationalbank
61092919
Havnegade 5
Copenhagen
1093
Denmark
Contact person: Hans Christian Kvist Knudsen
Telephone: +45 33636363
E-mail: udbud@nationalbanken.dk
NUTS code: DK011

Internet address(es):

Main address: http://www.nationalbanken.dk

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281426

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=195913&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=195913&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:

Contracts on the supply and maintenance of a banknote processing system

Reference number: 154836
II.1.2) Main CPV code
42990000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

​​​​​Danmarks Nationalbank is the central bank of Denmark and is a self-governing, independent institution. The independence of Danmarks Nationalbank is incorporated into the Danmarks Nationalbank Act from 1936, in that the bank's Board of Governors is solely responsible for determining monetary-policy interest rates.

Danmarks Nationalbank's three main objectives are to contribute to ensuring stable prices, safe payments and a stable financial system.

In its capacity as banker to the banks, Danmarks Nationalbank ensures that interbank payments can be settled in a secure manner, and in the production of banknotes and coins great importance is attached to design and security so that people continue to have confidence in the Danish currency.

II.1.5) Estimated total value
Value excluding VAT: 2 000 000.00 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)
30132200
30132300
35121200
II.2.3) Place of performance
NUTS code: DK011
Main site or place of performance:

Copenhagen

II.2.4) Description of the procurement:

The subject of this procurement is the purchase and maintenance of 1 banknote sorting system. Banknotesorting system refers to a high speed (minimum 1 800 banknotes per minute) sorting machine equipped with an on-line shredder and it should be able to handle the following tasks:

1) Authentication, sorting and destruction of unfit banknotes;

2) Quality check of banknotes in circulation, and;

3) Quality control of new banknotes received from the contracting authority's supplier of banknotes.

The suplier shall deliver and install the machine at Nationalbankens premises in Copenhagen, and Nationalbanken expects to enter into a maintenance agreement as well.

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: 2 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: yes
Description of renewals:

The maintenance agreement can be prolonged by yearly agreement.

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

The Contract on the supply of a Banknote Processing System has the following mandatory options:

— the tenderer shall provide an automatic loading module for the feeding,

— the tender shall include five (5) future adaptations that enable the banknote processing system to handle all five (5) denominations in an updated series 2009a,.

And the following voluntary options:

— the feeder module includes an automatic feeding system, with a feed buffer of at least 8000 notes (maximum total number of notes before feeding point (singler)),

— automatic de-banding,

— transport module includes continous transport,

— serial number reading, vertical/horizontal,

— detectors enable OCR serial number reading and storage for a minimum batch of 10 000 processed banknotes,

— Sorting results files shall be digitally signable by the system.

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 at least 1 and up to 5 of the most significant comparable supplies, 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 depending on when the tenderer was set up or started trading,

— each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the supplies set out in sections II.1.4) and II.2.4) to which the delivery-related and the tenderer's roles in the performance of the delivery. The delivery description should moreover include the financial value of the delivery (amount), the date of the delivery, and the name of the customer (recipient).

Minimum level(s) of standards possibly required:

As a minimum requirement, 1 reference on the delivery of a banknote sorting system with an online shredder delivered and made functional to a comparable institution as further described in section II.1.4) and II.2.4) is required.

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

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.

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.

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: 05/03/2018
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 05/03/2018
Local time: 12:00

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
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 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 21.2.2018. 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 six 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 encounters problems with the system, please contact support by:

— e-mail: dksupport@eu-supply.com, or,

— telephone: (+45) 70 20 80 14

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, unless the tenderer has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. In order to ensure timely tender procedure, all e-tenderers shall include the documentation that the tenderer is not subject to any of the compulsory grounds for exclusion set out in sections 135 and 136 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.

Additional information:

— as regards section 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 and the subsequent maintenance agreement estimated for 10 years, including the price of all options,

— as regards section II.2.7), it should be noted that the contract period stated refers to the delivery of the banknote sorting system and the maintenance agreement that will be a contract for a period of 10 years with a possibility of prolongation.

— 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.

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@naevneneshus.dk

Internet address:https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review 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)(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 re-opening 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 after 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 the 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 standstill 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.

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

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

VI.5) Date of dispatch of this notice:
31/01/2018

Send til en kollega

0.047