The purpose of the tender is to procure a control and reporting system that amongst others will replace the current risk information system (‘RIS’) and enable the Danish Customs Agency to become compliant with the union customs code (hereafter ‘UCC’) according to the deadlines in the European Commission’s Multi-Annual Strategic Plan (MASP).
The control and reporting system will support the customs employees in selecting shipments for control, performing customs controls and documenting the selection and control processes in compliance with UCC and national legal requirements. To ensure compliance with UCC, the customer will through this tender procure the control and reporting system including a gateway to handle communication with the EU’s import control system (hereafter ‘ICS2 Gateway’) and implement the functionality and integrations to support the relevant control and risk reporting processes.
Deadline
Fristen for modtagelse af bud var på 2020-01-23.
Indkøbet blev offentliggjort på 2019-12-20.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Tender for the Delivery, Operation, Maintenance and Support of a Customs Control and Reporting System including a Gateway (ICS2 Gateway)”
Produkter/tjenester: It-tjenester: rådgivning, programmeludvikling, internet og support📦
Kort beskrivelse:
“The purpose of the tender is to procure a control and reporting system that amongst others will replace the current risk information system (‘RIS’) and...”
Kort beskrivelse
The purpose of the tender is to procure a control and reporting system that amongst others will replace the current risk information system (‘RIS’) and enable the Danish Customs Agency to become compliant with the union customs code (hereafter ‘UCC’) according to the deadlines in the European Commission’s Multi-Annual Strategic Plan (MASP).
The control and reporting system will support the customs employees in selecting shipments for control, performing customs controls and documenting the selection and control processes in compliance with UCC and national legal requirements. To ensure compliance with UCC, the customer will through this tender procure the control and reporting system including a gateway to handle communication with the EU’s import control system (hereafter ‘ICS2 Gateway’) and implement the functionality and integrations to support the relevant control and risk reporting processes.
Vis mere
Anslået værdi uden moms: DKK 500 000 000 💰
The purpose of this tender procedure is to procure a control and reporting system that amongst others will replace the current risk information system (‘RIS’) and enable the Danish Customs Agency to become compliant with the Union Customs Code (hereafter ‘UCC’) expectedly according to the deadlines in the European Commission’s Multi-Annual Strategic Plan (MASP).
The control and reporting system will support the customs employees in selecting shipments for control, performing customs controls and documenting the selection and control processes in compliance with UCC and national legal requirements. The functionality of the control and reporting system will support the following value streams in the Danish Customs Agency:
1) Risk identification and profiling;
2) Risk analysis of declarations;
3) Risk assessment and control decision;
4) Control of declarations;
5) Control of released declarations;
6) Post-audit control.
Additionally, the requirements to the above mentioned business processes will be further structured according to the various customs areas:
1) Import;
2) Export;
3) Transit;
4) Special Procedures,
5) Entry;
6) Post-audit.
To ensure compliance with UCC, the customer will through this tender procure the control and reporting system including a gateway to handle communication with the EU’s import control system (hereafter ‘ICS2 Gateway’) and implement the functionality and integrations to support the relevant control and risk reporting processes. The entire solution consisting of both the control and reporting system and the ICS2 Gateway is expected to be implemented according to the deadlines in the MASP.
The customer has conducted market dialogues demonstrating that there are standard systems that will be suitable to replace the current RIS System. In order to ensure a fast implementation process and compliance with the MASP deadlines, the customer prefers a high degree of UCC compliant control and reporting functionality present in the standard system.
The customer expects the supplier to have in-depth knowledge in the customs domain and especially of the UCC and MASP. The customer will use an agile approach for implementation with close collaboration and co-location at the customer location.
This tender proces includes the procurement of the following services:
1) Licenses to control and reporting functionality and ICS2 Gateway functionality supporting the control and reporting system and the ICS2 Gateway;
2) Parameterization/configuration/development of the control and reporting system and the ICS2 Gateway;
3) Development of a number of integrations to the customers' other customs systems, including the declaration management system ‘DMS’ tendered for in a separate tender process published at https://ted.europa.eu/TED/notice/udl?uri=TED:NOTICE:462423-2019:TEXT:EN:HTML as well as integrations to the costumers existing risk assessment system (hereafter ‘RAS’) as well as a number of integrations to EU customs systems to be handled by the ICS2 Gateway;
4) Implementation of the functionality including training. The implementation project is subject to comprehensive interdependencies to the DMS tender procedure and other implementation projects forming parts of the customers programme plan as further described in the tender material. The supplier must expect to carry out this project working in a multi-supplier setup alongside other system integrators;
5) Operation, maintenance and support of the procured control and reporting system and ICS2 Gateway;
6) Further development and changes.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Business functionality
Kvalitetskriterium (vægtning): 25 %
Kvalitetskriterium (navn): Technical solution
Kvalitetskriterium (vægtning): 20 %
Kvalitetskriterium (navn): Delivery
Kvalitetskriterium (navn): Operation, maintenance and support
Kvalitetskriterium (vægtning): 15 %
Omkostningskriterium (navn): Economy
Omkostningskriterium (vægtning): 20 %
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 500 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 120
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The selection of candidates that are invited to tender will be based on an assessment of the candidates with the most relevant similar references, cf....”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The selection of candidates that are invited to tender will be based on an assessment of the candidates with the most relevant similar references, cf. Section III.1.3).
In the assessment references demonstrating experience with parameter 1), cf. Section III.1.3) are evaluated more positive than references demonstrating experience with parameter 2). References demonstrating experience with parameter 2), cf. Section III.1.3) are evaluated more positive than references demonstrating experience with parameter 3). References demonstrating experience with parameter 3), cf. Section III.1.3) are evaluated more positive than references demonstrating experience with parameter 4). References demonstrating experience with parameter 4), cf. Section III.1.3) are evaluated more positive than references demonstrating experience with parameter 5). References demonstrating experience with all or most of the parameters 1) — 5) will be evaluate more positive than references demonstrating experience with 1 or just a few of the parameters 1) — 5), cf. Section III.1.3).
Please note that any ambiguities and/or incomprehensibilities in the information submitted under Section III.1.3) may be regarded negatively in the evaluation when selecting the limited number of candidates.
Vis mere Beskrivelse
Yderligere oplysninger:
“The contract will have no fixed expiration day, but will run until terminated. The estimated value in Section II.2.6) is based on a 10 year period. The...”
Yderligere oplysninger
The contract will have no fixed expiration day, but will run until terminated. The estimated value in Section II.2.6) is based on a 10 year period. The customer has decided not to divide the tender into lots since the tender concerns a critical it-system which is to be used across the Danish customs sector.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“List and brief description of selection criteria:
1) The applicant shall submit information on the applicant’s annual turnover for the last 3 audited...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
List and brief description of selection criteria:
1) The applicant shall submit information on the applicant’s annual turnover for the last 3 audited financial years. The information shall be stated in the European Single Procurement Document, Part IV.B ‘General yearly turnover’, cf. Section VI.3) below;
2) The applicant shall provide information on the applicant’s equity for the last 3 audited financial years. The information shall be stated in the European Single Procurement Document, Part IV.B ‘Other economic or financial requirements’, cf. Section VI.3) below.
In the event UFST requires documentation for the above, the applicant must provide the 3 latest audited annual financial reports. If these are not in English or Danish, the applicant is asked to also provide an English translation.
Reference is made to Section VI.3) with regard to the applicant's possibility of relying on the capacity of other entities.
“1) The applicant must have achieved an annual turnover of at least 500 000 000 DKK in each of the preceding 3 audited financial years;
2) The applicant must...”
1) The applicant must have achieved an annual turnover of at least 500 000 000 DKK in each of the preceding 3 audited financial years;
2) The applicant must have achieved a positive equity of at least 100 000 000 DKK in each of the preceding 3 audited financial years.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“A description of the applicant's most important completed or ongoing deliveries within the last 5 years up until the date of request for pre-qualification....”
Liste og kortfattet beskrivelse af udvælgelseskriterier
A description of the applicant's most important completed or ongoing deliveries within the last 5 years up until the date of request for pre-qualification. The reference will be assessed with regard to the part of the reference that has been carried out in the period from the date of request for pre-qualification and 5 years back in time. If a reference includes deliveries prior to this period, the applicant must describe which parts of the reference that was carried out within the relevant 5 year period prior to request for pre-qualification. It must be identifiable to the customer which parts of the references that have been delivered within the 5 years period and whether these deliveries are either development, implementation, operation and maintenance, etc.
The applicant must deliver a maximum of 5 references which are comparable with the present procurement, cf. Section II.1.4) and II.2.4) in this contract notice.
Each reference should include the following information:
— a description of the specific delivery,
— information on the reference customer,
— information on when the project was carried out (start and end date if it has ended and specification on what part of the reference that has been carried out within the 5 year period prior to the date of request for pre-qualification),
— information on the estimated contract value of the reference (if possible),
— information on the applicant’s role and responsibility in the delivery.
References demonstrating the following experience are evaluated positively:
1) The applicant's reference's similarity with the present procurement: It will be weighted positively if the reference demonstrates experience with a similar technical solution, cf. Section II.1.4) and II.2.4) and implementation project based on an assessment of the material and functional scope of the delivery, contract value and volume of transactions,
(a) development/configuration/parametrisation and/or implementation of a customs solution implementing the UCC;
(b) development/configuration/parametrisation and/or implementation of a Control and Reporting System delivered within the EEA;
(c) development and/or implementation of a gateway with multiple integrations, asynchronous integrations and a very high volume of transactions.
2) The applicant's reference customer's similarity with UFST and TOLDST: it will be weighted positively if the reference customer is similar to UFST and TOLDST and thus if the reference demonstrates an implementation project of a complex character, for example a project with several integrations, interdependencies to other systems in the implementation project, experience with working in a multi-supplier setup alongside other system integrators and working with a public customer with a comparable need for governance structure;
3) Agile cooperation in similar projects following an agile model such as SAFe or similar;
4) Operation of large complex solutions similar to the present procurement, cf. Section II.1.4) and II.2.4).
The customer will emphasize the above parameters when evaluating whether the references are comparable with the present procurement, cf. Section II.1.4) and II.2.4) in this contract notice. Points 1)-5) are listed in a prioritized order meaning that experience with point 1) is evaluated more positive than experience with point 2) and so forth, cf. Section II.2.9) of this contract notice.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The applicant must with a minimum of 1 reference demonstrate experience with:
1) Customs project within the EEA with regards to the delivery of a comparable...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The applicant must with a minimum of 1 reference demonstrate experience with:
1) Customs project within the EEA with regards to the delivery of a comparable IT-system;
2) Operation of a large complex solution similar to the present procurement.
The experience can be demonstrated in either 1 collective reference or in multiple separate references.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The agreement is based on an agile framework and contains requirements for agile cooperation. Tenderers must be prepared to handle the customer's need for...”
Betingelser for opfyldelse af kontrakten
The agreement is based on an agile framework and contains requirements for agile cooperation. Tenderers must be prepared to handle the customer's need for agile cooperation, development and implementation of the solution.
Procedure Type af procedure
Konkurrencepræget procedure med forhandling
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-01-23
13:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Supplerende oplysninger Yderligere oplysninger
“In accordance with the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 — available at www.retsinformation.dk) § 148, the customer must demand...”
In accordance with the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 — available at www.retsinformation.dk) § 148, the customer must demand that the applicant completes the European Single Procurement Document (ESPD) as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the applicant fulfills the requirements listed in § 148(1) of the said Act.
The ESPD is available on Ethics at the URL stated in Section I.3) of this contract notice together with the rest of the tender documents. The ESPD should be completed via ethics.
The applicant shall complete the ESPD, Part II A, B and C, Part III A, B and C, Part IV B, C and D and Part V. Hereafter the ESPD should be submitted via ‘Tender documents’.
According to § 144 of the said Act, an applicant may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links between the entities. Where an economic operator wants to rely on the capacities of other entities, it shall as part of the application prove to the customer that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect.
An applicant who relies on the capacity of other entities shall ensure that the customer receives the applicant’s own ESPD together with a separate ESPD with the relevant information for each of the entities that the applicant relies upon. Finally when groups of entities, including temporary joint ventures, participates in the tender procedure together, each of the participating entities must complete a separate ESPD with the information required in Part II-IV.
Prior to a decision on the award of the contract, documentation for the information stated in the ESPD mustbe produced, cf. §§ 151-155 of the said Act. At any stage of the tender procedure, the customer further reserves the right to request an applicant/tenderer to submit documentation, if this is required to ensure that the procedure is conducted correctly.
The customer shall exclude an applicant/tenderer from participation in the tender procedure if the applicant/tenderer is subject to 1 of the mandatory and voluntary exclusion grounds in §§ 135, 136 and 137, subsection 1(1), (2) and (5) of the said Act. The applicant/tenderer shall submit information in this respect in the ESPD. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act.
Applicants are asked to submit applications for pre-qualification via Ethics (URL stated in Section I.3) of this contract notice).
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints regarding a candidate not being pre-qualified must be filed with the Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement be filed with the Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included a short account of the relevant reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning its decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.
The email of the Complaints Board for Public Procurement is stated in Section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: www.kfst.dk🌏
Kilde: OJS 2019/S 248-614091 (2019-12-20)
Bekendtgørelse om indgåede kontrakter (2020-10-15) Ordregivende myndighed Navn og adresser
E-mail: lauge.bruun@ufst.dk📧
Objekt Omfanget af udbuddet
Titel:
“Tender for the Delivery, Operation, Maintenance and Support of a Customs Control and Reporting Systemincluding a Gateway (ICS2 Gateway)”
Kort beskrivelse:
“The purpose of the tender is to procure a control and reporting system that amongst others will replace the current Risk Information System (‘RIS’) and...”
Kort beskrivelse
The purpose of the tender is to procure a control and reporting system that amongst others will replace the current Risk Information System (‘RIS’) and enable the Danish Customs Agency to become compliant with the Union Customs Code (hereafter ‘UCC’) according to the deadlines in the European Commission’s Multi-Annual Strategic Plan (MASP).
The control and reporting system will support the customs employees in selecting shipments for control, performing customs controls and documenting the selection and control processes in compliance with UCC and national legal requirements. To ensure compliance with UCC, the customer will through this tender procure the control and reporting system including a gateway to handle communication with the EU’s Import Control System (hereafter ‘ICS2 Gateway’), and implement the functionality and integrations to support the relevant control and risk reporting processes.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 500 000 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“The purpose of this tender procedure is to procure a control and reporting system that amongst others will replace the current Risk Information System...”
Beskrivelse af udbuddet
The purpose of this tender procedure is to procure a control and reporting system that amongst others will replace the current Risk Information System (‘RIS’) and enable the Danish Customs Agency to become compliant with the Union Customs Code (hereafter ‘UCC’) expectedly according to the deadlines in the European Commission’s Multi-Annual Strategic Plan (MASP).
The control and reporting system will support the customs employees in selecting shipments for control, performing customs controls and documenting the selection and control processes in compliance with UCC and national legal requirements. The functionality of the control and reporting system will support the following value streams in the Danish Customs Agency:
1) Risk identification and profiling;
2) Risk analysis of declarations;
3) Risk assessment and control decision;
4) Control of declarations;
5) Control of released declarations;
6) Post-audit control.
Additionally, the requirements to the above mentioned business processes will be further structured according to the various Customs areas:
1) Import;
2) Export;
3) Transit;
4) Special Procedures;
5) Entry;
6) Post-audit.
To ensure compliance with UCC, the customer will through this tender procure the control and reporting system including a gateway to handle communication with the EU’s Import Control System (hereafter ‘ICS2 Gateway’), and implement the functionality and integrations to support the relevant control and risk reporting processes. The entire Solution consisting of both the control and reporting system and the ICS2 Gateway is expected to be implemented according to the deadlines in the MASP.
The customer has conducted market dialogues demonstrating that there are standard systems that will be suitable to replace the current RIS System. In order to ensure a fast implementation process and compliance with the MASP deadlines, the Customer prefers a high degree of UCC compliant control and reporting functionality present in the standard system.
The customer expects the supplier to have in-depth knowledge in the customs domain and especially of the UCC and MASP. The customer will use an agile approach for implementation with close collaboration and co-location at the customer location.
This tender proces includes the procurement of the following services:
1) Licenses to Control and Reporting Functionality and ICS2 Gateway functionality supporting the Control and Reporting System and the ICS2 Gateway;
2) Parameterization/configuration/development of the control and reporting system and the ICS2 Gateway;
3) Development of a number of integrations to the customers' other customs systems, including the Declaration Management System ‘DMS’ tendered for in a separate tender process published at https://ted.europa.eu/TED/notice/udl?uri=TED:NOTICE:462423-2019:TEXT:EN:HTML as well as integrations to the costumers existing Risk Assessment System (hereafter ‘RAS’) as well as a number of integrations to EU customs systems to be handled by the ICS2 Gateway;
4) Implementation of the functionality including training. The implementation project is subject to comprehensive interdependencies to the DMS tender procedure and other implementation projects forming parts of the customers programme plan as further described in the tender material. The supplier must expect to carry out this project working in a multi-supplier setup alongside other system integrators;
5) Operation, maintenance and support of the procured control and reporting system and ICS2 Gateway;
6) Further development and changes.
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2019/S 248-614091
Tildeling af kontrakt
1️⃣
Dato for indgåelse af kontrakten: 2020-10-13 📅
Oplysninger om udbud
Antal modtagne bud: 2
Kontrakten er blevet tildelt en gruppe af økonomiske aktører ✅ Navn og adresse på kontrahenten
Navn: European Dynamics Luxembourg SA
Nationalt registreringsnummer: LU-17535424
Postadresse: 12, rue Jean Engling
Postby: Luxembourg
Postnummer: L-1466
Land: Luxembourg 🇱🇺
Region: Luxembourg 🏙️
Entreprenøren er en SMV
Navn: European Dynamics SA
Nationalt registreringsnummer: EL-094402295
Postadresse: 209, Kifissias Ave & Arkadiou str.
Postby: Athens
Postnummer: GR-15124
Land: Grækenland 🇬🇷
Region: Ελλάδα 🏙️
Navn: Hellenic Telecommunications Organization (OTE S.A.)
Nationalt registreringsnummer: 094019245
Postadresse: 99, Kifissias Av. Maroussi
Postby: Maroussi
Postnummer: 15124
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 500 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 164 104 338 💰
Oplysninger om underleverandørvirksomhed
Kontrakten vil sandsynligvis blive givet i underentreprise
Supplerende oplysninger Yderligere oplysninger
“The total value of the contract stated in section V.2.4) is a total evaluation technical price used for the evaluation of economy in the tender procedure...”
The total value of the contract stated in section V.2.4) is a total evaluation technical price used for the evaluation of economy in the tender procedure and thus not the actual contract value. With reference to section V.2.5) the winning consortium uses DXC Technology Danmark A/S and BDO A/S as a sub-contractor.
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included a short account of the relevant reasons for the decision;
4) 20 calendar days starting the day after the contracting authority has published a notice concerning its decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.
The email of The Complaints Board for Public Procurement is stated in Section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).
Vis mere
Kilde: OJS 2020/S 204-496840 (2020-10-15)