23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 020-043499
Offentliggjort
29.01.2019
Udbudstype
Offentligt udbud

Udbyder

The Danish Agricultural Agency/Landbrugsstyrelsen

Vindere

Satellite Image Analyses for Monitoring in 2020

(03.05.2019)
DHI GRAS A/S
Agern Alle 5
2970 Hørsholm

Satellite Image Analyses for Monitoring in 2020


The Danish Agricultural Agency/Landbrugsstyrelsen

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
The Danish Agricultural Agency/Landbrugsstyrelsen
20814616
Nyropsgade 30
København V
1780
Denmark
Contact person: Louise Aulin Pallis
Telephone: +45 61988627
E-mail: kiu@lbst.dk
NUTS code: DK

Internet address(es):

Main address: http://lbst.dk/

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/356437

I.2) Information about 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=220996&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=220996&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:

Satellite Image Analyses for Monitoring in 2020

II.1.2) Main CPV code
85312320
II.1.3) Type of contract
Services
II.1.4) Short description:

Development of robust markers for use in a monitoring system for agricultural control 2020. This includes collecting, pre-processing and analysis on sentinel satellite images with the aim of defining and testing markers in 2019. Some of the markers will be used for control in 2020 while some will require further development and testing in 2020.

II.1.5) Estimated total value
Value excluding VAT: 8 000 000.00 DKK
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)
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Development of robust markers for use in a monitoring system for agricultural control 2020. This includes collecting, pre-processing and analysis on sentinel satellite images with the aim of defining and testing markers in 2019. Some of the markers will be used for control in 2020 while some will require further development and testing in 2020.

Furthermore visualisation of the images and results on a web-viewer and documentation of the results and recommendations. The aim is a seamless data flow of the developed markers and marker cores for 2020. An option for further development and deliveries of markers for operational use in 2021 and 2022 is included.

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: 8 000 000.00 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.

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.2.12) 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
List and brief description of selection criteria:

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

— Tenderer's total annual sales 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:

— total annual sales of at least 2 000 000 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 image analysis.

Minimum level(s) of standards possibly required:

The Contracting Entity'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.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:
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: 27/02/2019
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: 27/02/2019
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
Electronic payment will be used
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). 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 the date statet in the Tender Specification document. 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.

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.

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)(1-7) 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.

The voluntary grounds for exclusion are applied while complying with the principle of proportionality. Hence, no trivial matters may result in the exclusion of the tenderer. Several matters which, individually, are trivial in nature may, however, give rise to exclusion of the tenderer.

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.

As regards Section II.1.5) and II.2.6), it should be noted that the total estimated amount also contains an amount for the optional extension for 2 x 1 year with an optional hourly rate.

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 (The Danish Complaints Board for Public Procurement)
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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 https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/

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:
25/01/2019

Send til en kollega

0.047