23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 025-053484
Offentliggjort
06.02.2018
Udbudstype
Annullering

Udbyder

Udlændinge- og Integrationsministeriet

Contract for the acquisition of equipment for examination of documents etc. and related services


Udlændinge- og Integrationsministeriet

Contract award notice

Results of the procurement procedure

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Udlændinge- og Integrationsministeriet
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

I.1) Name and addresses
The Danish National Police
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

I.2) Joint procurement
The contract involves joint procurement
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
General public services

Section II: Object

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

Contract for the acquisition of equipment for examination of documents etc. and related services

II.1.2) Main CPV code
38500000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

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.

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)
30200000
30210000
30216100
30231000
38000000
38433300
38510000
38520000
38600000
38634000
38636000
72600000
72610000
II.2.3) Place of performance
NUTS code: DK0
Main site or place of performance:

All parts of Denmark.

II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.11) Information about options
Options: yes
Description of options:

The contracting authorities shall be able to purchase further of the same products.

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 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.1.6) 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
Notice number in the OJ S: 2018/S 006-008804
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

UIM — Udbud af nationalt ID-Center

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information:

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.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
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:

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 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 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 email 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
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:
02/02/2018

Send til en kollega

0.063