The purpose of the tendered service is to by photogrammetric means to revise
digital map data according to Specification 6.0.1 in Region Midtjylland of
Denmark in 2023.
The contract can be expanded to cover more regions in the years 2024-2026.
Approx. 13,000 sqkm in 2023.
The extimated value covers all four years.
Deadline
Fristen for modtagelse af bud var på 2023-04-06.
Indkøbet blev offentliggjort på 2023-03-01.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Services for Total revision of digital maps 2023-2026 in different Regions of Denmark.”
Produkter/tjenester: Digital kortlægning📦
Kort beskrivelse:
“The purpose of the tendered service is to by photogrammetric means to revise
digital map data according to Specification 6.0.1 in Region Midtjylland...”
Kort beskrivelse
The purpose of the tendered service is to by photogrammetric means to revise
digital map data according to Specification 6.0.1 in Region Midtjylland of
Denmark in 2023.
The contract can be expanded to cover more regions in the years 2024-2026.
Approx. 13,000 sqkm in 2023.
The extimated value covers all four years.
Vis mere
Anslået værdi uden moms: DKK 200 000 000 💰
1️⃣
Yderligere produkter/tjenester: Kortfremstilling📦
Yderligere produkter/tjenester: Kortlægning fra luften📦
Yderligere produkter/tjenester: Fotogrammetritjenester📦
Sted for udførelsen: Hovedstaden🏙️
Beskrivelse af udbuddet:
“1. Receiving of absolute oriented digital aerial images acquired in the spring of the production year.
2. Receiving of Quick Ortho photos as a...”
Beskrivelse af udbuddet
1. Receiving of absolute oriented digital aerial images acquired in the spring of the production year.
2. Receiving of Quick Ortho photos as a WMS-service
3. Receiving of digital photogrammetric captured map data sets according to the Specification 6.0.1. File format GML
4. Receiving of a DTM. File format GeoTIFF.
5. Revision of the maps by stereo-photogrammetric means at the designated sites pointed out by change markers. Furthermore, the Tenderer must by himself locate all other places where the map needs revision according to the specification, the tender documents and the imagery.
6. Collecting of change markers appointed by the Tenderer by investigation of the QuickOrtho before the stereo revision can start. These change markers are to be approved by SDFI before the stereo re-vision starts, if SDFI asks for them.
7. Stereo revision by photogrammetric means of the map data set.
8. Delivery of documentation of the quality of the work performed.
9. Delivery of the revised map data sets according to the Specification 6.0.1. File format GML.
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 200 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 8
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The tender documents describes 3 options.
The Contracting Authority may choose to activate none, one or more of the options for each stage.” Beskrivelse
Yderligere oplysninger:
“The tendered contract has not been devided into lots, see section 49(2) of the Danish Public Procurement Act, as the work amount in each lot then would be...”
Yderligere oplysninger
The tendered contract has not been devided into lots, see section 49(2) of the Danish Public Procurement Act, as the work amount in each lot then would be to limited.
No remuneration, fee or similar charge is payable for participation in the tender. This also applies in the event that the Contracting Authority decides to abandon the tender without awarding any contract.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne: No special demands.
See tender documents.
Økonomisk og finansiel stilling
Udvælgelseskriterier som anført i udbudsdokumenterne
Teknisk og faglig kompetence
Udvælgelseskriterier som anført i udbudsdokumenterne
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The tenderer is obliged to comply with the Contracting Authority's labor clause in connection with its performance of the contract.”
Procedure Type af procedure
Åben procedure
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2023-04-06
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: 3
Betingelser for åbning af buddene: 2023-04-06
13:00 📅
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“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...”
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 contract, 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 concerned 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 (vi), 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 (vi);
- 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 (vi), 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.
For other grounds for exclusion, the tenderers’ self-declaration in ESPD constitutes the required documentation. The contracting authority can however request a candidate or a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://klfu.naevneneshus.dk/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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.
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: http://www.kfst.dk🌏
Kilde: OJS 2023/S 046-136702 (2023-03-01)
Supplerende oplysninger (2023-03-06)
Supplerende oplysninger Oprindelig reference til meddelelsen
Meddelelsesnummer i EUT S: 2023/S 046-136702
Ændringer Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: II.1.5
Sted for den tekst, der skal ændres: Estimated total value
Gammel værdi
Tekst: 200000000.00
Ny værdi
Tekst: 2000000.00
Tekst, der skal berigtiges i den oprindelige meddelelse
Afsnittets nummer: II.2.6
Sted for den tekst, der skal ændres: Estimated value
Gammel værdi
Tekst: 200000000.00
Ny værdi
Tekst: 2000000.00
Kilde: OJS 2023/S 050-148853 (2023-03-06)
Bekendtgørelse om indgåede kontrakter (2023-06-06) Objekt Omfanget af udbuddet
Titel:
“Services for Total revision of digital maps 2023-2026 in different Regions of Denmark.
2023/S 046-136702”
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 818866.77 💰
Kriterier for tildeling
Kvalitetskriterium (navn): Price
Kvalitetskriterium (vægtning): 25
Kvalitetskriterium (navn): Methods
Kvalitetskriterium (navn): General Quality
Kvalitetskriterium (vægtning): 10
Kvalitetskriterium (navn): Specific Quality
Kvalitetskriterium (vægtning): 40
Pris (justeringskoefficient): Price
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2023/S 046-136702
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Services for Total revision of digital maps 2023-2026 in different Regions of Denmark.”
Dato for indgåelse af kontrakten: 2023-05-16 📅
Oplysninger om udbud
Antal modtagne bud: 4
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 4
Antal bud, der er modtaget ad elektronisk vej: 4
Navn og adresse på kontrahenten
Navn: IIC Technologies Ltd Part of the IIC Technologies Group
Postadresse: The Catalyst York Science Park Baird Lane
Postby: York
Postnummer: YO10 5GA
Land: Storbritannien 🇬🇧
Region: East Midlands (England) 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: DKK 818866.77 💰
Kilde: OJS 2023/S 110-342590 (2023-06-06)