23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på MedTechNews
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2022/S 156-447866
Offentliggjort
16.08.2022
Udbudstype
Offentligt udbud

Udbyder

Landbrugsstyrelsen

Vindere

Contract on satellite imagery analyses for agricultural control

(24.02.2023)
DHI A/S
Agern Alle 5
2970 Hørsholm

Contract on satellite imagery analyses for agricultural control


Landbrugsstyrelsen

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Landbrugsstyrelsen
National registration number: 20814616
Postal address: Nyropsgade 30
Town: København V
NUTS code: DK Danmark
Postal code: 1780
Country: Denmark
Contact person: Louise Aulin Pallis
E-mail: kiu@lbst.dk
Telephone: +45 61988627
Internet address(es):
Main address: http://lbst.dk/
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/356437
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=327110&B=LANDBRUGSSTYRELSEN
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=327110&B=LANDBRUGSSTYRELSEN
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
General public services

Section II: Object

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

Contract on satellite imagery analyses for agricultural control

Reference number: 22-6740-000001
II.1.2) Main CPV code
85312320 Counselling services
II.1.3) Type of contract
Services
II.1.4) Short description:

Development of satellite imagery analyses for agricultural control from 2023-2024 by processing free satellite data and developing satellite imagery based analyses to monitor agricultural activity in Denmark.

II.1.5) Estimated total value
Value excluding VAT: 15 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

The contract includes the development of satellite imagery based analyses to monitor agricultural activity in Denmark. This includes pre-processing of free satellite data, developing land use classifications, and event markers based on time-series analyses. Furthermore, this includes providing access to pre-processed data to the DAA, providing guidance on satellite data and analysis results, and visualising analyses results on a web viewer. The entire monitoring setup must be fully operational for 2023.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Data pre-processing, delivery, storage, access and visualisation / Weighting: 20 %
Quality criterion - Name: Monotoring tasks / Weighting: 40 %
Quality criterion - Name: Project management and professional expertise / Weighting: 10 %
Price - Weighting: 30 %
II.2.6) Estimated value
Value excluding VAT: 15 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Optional extension for 2 x 1 year with an optional hourly rate.

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

Optional extension for 2 x 1 year with an optional hourly rate.

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

The tendered framework agreement has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, as it is the Contracting Authority's assessment that the tendered tasks have a character and interrelationship that makes them best handled by one Supplier for reasons of optimization regarding quality, responsibility, and resources.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The Tenderer must submit the European Single Procurement Document (“ESPD”) with the following information:

— Tenderer's overall turnover in the most recent financial year available.

The ESPD serves as provisional documentation that the Tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the contract is made, the Tenderer to whom the Contracting Authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

When required by the Contracting Authority, the Tenderer must submit the following documentation of economic and financial capacity:

A statement regarding the operator's overall turnover in the most recent financial year available, depending on the date when the operator was set up or started trading, as far as the information on these turnovers is available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, sister company or a sub-contractor), the information must be submitted for these entities also.

Minimum level(s) of standards possibly required:

The minimum requirement for a Tenderer's economic and financial capacity is:

- overall turnover of at least 3 000 000 DKK in the most recent financial year available,

- the information is to be stated in Section IV.B of the ESPD.

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 the 3 most important supplies of services similar to those in the contract procured, carried out within the past 4 years (from the tender deadline), with an indication of amounts, dates and recipients, both public and private. Similar services are mainly understood as services based on satellite imagery analysis.

Minimum level(s) of standards possibly required:

The Contracting Authority's minimum requirements for an economic operator's technical and professional capacity are 3 relevant references from supplies of services similar to those in the contract procured within the past 4 years (from the tender deadline).

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The Tenderer is obliged to comply with the Contracting Authority’s labour clause in connection with its performance of the framework agreement.

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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/09/2022
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: 16/09/2022
Local time: 12:00
Information about authorised persons and opening procedure:

The Tenderer may not be present at the 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:

The Tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.

Prior to the decision on award of the framework agreement, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.

A Tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the Tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The Contracting Authority may only exclude a Tenderer if the contracting authority has informed the Tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.

By way of documentation that a Tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:

- an extract from a relevant register or an equivalent document showing that the Tenderer is not encompassed by section 135(1) and a certificate proving that the Tenderer does not fall within section 135(3) and section 137(1)(ii) and (vii);

- where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.

For Danish tenderers, documentation may be provided in the form of a service certificate. Where a Tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.

Section 134 a in the Danish Public Procurement Act has been made mandatory from the 1th of July 2022. Section 134 a has the following wording (translation by the Contracting Authority):

“A contracting authority must exclude an applicant or tenderer from participating in the tender if the applicant or tenderer is based in a country listed in the EU list of uncooperative tax juridictions and has not acceded to the WTO's Government Procurement Agreement or other trade agreements that oblige Denmark to open up the market for public contracts to tenderers established in the country in question.”

The estimated total price is the contracting entity’s best estimate and includes both optional years.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure:

Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within:

(1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published;

(2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision.

(3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act.

(4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act.

If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared void, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union.

Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act.

The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
11/08/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.109|