These tender conditions apply to the contracting authority’s procurement of Digital Spring photography and AT 2025-29. The procurement procedure will be conducted as an open procedure in accordance with Part II of the Danish Pub-lic Procurement Act. The procurement procedure comprises only a tendering phase. Danish municipalities and Agency for Climate Data (KDS), via the joint cooperation GeoDanmark (http://www.geodanmark.dk), have established a common vector- and raster-dataset as a public geographical ad-ministrative basis for digital management (e-governance) in Denmark. For the maintenance of this dataset, full land coverage of digital spring aerial photos is tendered. The purpose of the tender is to create the necessary snow-, ice- and leaf-free high quality stereo aerial photos in digital form, without blurring effects (clouds, smog etc.) and with a contrast and brightness sufficient to distinguish details and objects corresponding to actual ground sample distance (GSD) of 15 cm and optional 10cm in certain parts. The aerial photos must be acquired during springtime in a very short timeframe during March, April and beginning of May. The results of the production based on this tender will in spring 2025 (and beyond) become input for both ortho photo and vector-map production. Ortho photo and vector mapping are tendered separately at a later time. This service was also tendered in parts or full in 2015 (parts), 2016 (full), 2017 (parts) and 2020 (full). The contract is 2 years with possible prolongation for addi-tional three years, one year at a time. To ensure the entire country is acquired with digital aerial photos, the con-tract will be split into five more or less identical lots based on how long time it will take to acquire with a stand-ard Plane and large scale photogrammetric camera, in this tender called acquisition unit (AU). A new feature in 2025, is the possibility for KDS to swap up to 8 blocks between suppliers for one year at a time, the purpose being to reduce co2 emission and thereby get an overall greener acquisition.
Deadline
Fristen for modtagelse af bud var på 2024-11-18.
Indkøbet blev offentliggjort på 2024-10-11.
Udbudsbekendtgørelse (2024-10-11) Objekt Omfanget af udbuddet
Titel: Digital Spring Photography and AT 2025-29
Referencenummer: 1305-4025
Kort beskrivelse:
“These tender conditions apply to the contracting authority’s procurement of Digital Spring photography and AT 2025-29.
The procurement procedure will be...”
Kort beskrivelse
These tender conditions apply to the contracting authority’s procurement of Digital Spring photography and AT 2025-29.
The procurement procedure will be conducted as an open procedure in accordance with Part II of the Danish Pub-lic Procurement Act. The procurement procedure comprises only a tendering phase.
Danish municipalities and Agency for Climate Data (KDS), via the joint cooperation GeoDanmark (http://www.geodanmark.dk), have established a common vector- and raster-dataset as a public geographical ad-ministrative basis for digital management (e-governance) in Denmark. For the maintenance of this dataset, full land coverage of digital spring aerial photos is tendered. The purpose of the tender is to create the necessary snow-, ice- and leaf-free high quality stereo aerial photos in digital form, without blurring effects (clouds, smog etc.) and with a contrast and brightness sufficient to distinguish details and objects corresponding to actual ground sample distance (GSD) of 15 cm and optional 10cm in certain parts. The aerial photos must be acquired during springtime in a very short timeframe during March, April and beginning of May. The results of the production based on this tender will in spring 2025 (and beyond) become input for both ortho photo and vector-map production. Ortho photo and vector mapping are tendered separately at a later time. This service was also tendered in parts or full in 2015 (parts), 2016 (full), 2017 (parts) and 2020 (full). The contract is 2 years with possible prolongation for addi-tional three years, one year at a time. To ensure the entire country is acquired with digital aerial photos, the con-tract will be split into five more or less identical lots based on how long time it will take to acquire with a stand-ard Plane and large scale photogrammetric camera, in this tender called acquisition unit (AU). A new feature in 2025, is the possibility for KDS to swap up to 8 blocks between suppliers for one year at a time, the purpose being to reduce co2 emission and thereby get an overall greener acquisition.
Vis mere
Kontrakttype: Tjenesteydelser
Produkter/tjenester: Arkitekt-, konstruktions-, ingeniør- og inspektionsvirksomhed📦
Anslået værdi uden moms: 25 000 000 DKK 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 2
Der kan afgives bud for alle partier ✅
1️⃣
Beskrivelse af udbuddet:
“Danish municipalities and Agency for Climate Data (KDS), via the joint cooperation GeoDanmark (http://www.geodanmark.dk), have established a common vector-...”
Beskrivelse af udbuddet
Danish municipalities and Agency for Climate Data (KDS), via the joint cooperation GeoDanmark (http://www.geodanmark.dk), have established a common vector- and raster-dataset as a public geographical ad-ministrative basis for digital management (e-governance) in Denmark. For the maintenance of this dataset, full land coverage of digital spring aerial photos is tendered. The purpose of the tender is to create the necessary snow-, ice- and leaf-free high quality stereo aerial photos in digital form, without blurring effects (clouds, smog etc.) and with a contrast and brightness sufficient to distinguish details and objects corresponding to actual ground sample distance (GSD) of 15 cm and optional 10cm in certain parts. The aerial photos must be acquired during springtime in a very short timeframe during March, April and beginning of May. The results of the production based on this tender will in spring 2025 (and beyond) become input for both ortho photo and vector-map production. Ortho photo and vector mapping are tendered separately at a later time. This service was also tendered in parts or full in 2015 (parts), 2016 (full), 2017 (parts) and 2020 (full). The contract is 2 years with possible prolongation for addi-tional three years, one year at a time. To ensure the entire country is acquired with digital aerial photos, the con-tract will be split into five more or less identical lots based on how long time it will take to acquire with a stand-ard Plane and large scale photogrammetric camera, in this tender called acquisition unit (AU). A new feature in 2025, is the possibility for KDS to swap up to 8 blocks between suppliers for one year at a time, the purpose being to reduce co2 emission and thereby get an overall greener acquisition.
Vis mere
Yderligere oplysninger:
“The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later...”
Yderligere oplysninger
The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.
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 submitted, see sections 151 and 152 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.
The contracting authority can however request 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.
The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer.
A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability.
The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.
Three options in the contract:
Option 1 - optional areas
Option 2 - 10cm GSD
Option 3 - double flight lines
See contract paradigm clause 3 for further information.
Vis mere Oplysninger om elektroniske kataloger
Tilbuddene skal være udformet som elektroniske kataloger eller indeholde et elektronisk katalog
Kriterier for tildeling
Kvalitetskriterium (navn): Sample data
Kvalitetskriterium (vægtning): 25
Kvalitetskriterium (navn): Data Acquisition
Kvalitetskriterium (vægtning): 30
Kvalitetskriterium (navn): Post processing
Kvalitetskriterium (vægtning): 10
Pris ✅
Pris (justeringskoefficient): 35
Titel
Partiets identifikationsnummer: LOT-0001
2️⃣
Yderligere oplysninger:
“The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country...”
Yderligere oplysninger
The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.
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 submitted, see sections 151 and 152 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.
The contracting authority can however request 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.
The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer.
A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability.
The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.
Vis mere
Hovedsted eller sted for udførelsen:
“The lot is spread over the entire country.” Varighed
Startdato: 2025-02-01 📅
Titel
Partiets identifikationsnummer: LOT-0002
3️⃣ Varighed
Slutdato: 2025-12-31 📅
Titel
Partiets identifikationsnummer: LOT-0003
4️⃣ Titel
Partiets identifikationsnummer: LOT-0004
5️⃣ Titel
Partiets identifikationsnummer: LOT-0005
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-11-18 12:00:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 3
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“General yearly turnover: Its general yearly turnover for the number of financial years (3) required in the relevant notice, the procurement documents or the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
General yearly turnover: Its general yearly turnover for the number of financial years (3) required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific yearly turnover: Its specific yearly turnover in the business area covered by the contract for the number of financial years (3) required in the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specific yearly turnover: Its specific yearly turnover in the business area covered by the contract for the number of financial years (3) required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Set up of economic operator: In case the information concerning turnover (general or specific) is not available for the entire period required, please state...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Set up of economic operator: In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Professional risk indemnity insurance: The insured amount in its professional risk indemnity insurance is the following:” Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Educational and professional qualifications: The following educational and professional qualifications are held by the service provider or the contractor...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Educational and professional qualifications: The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents) by its managerial staff.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tools, plant or technical equipment: The following tools, plant or technical equipment will be available to it for performing the contract:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Subcontracting proportion: The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Subcontracting proportion: The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the contract.”
“The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country...”
The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement.
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 submitted, see sections 151 and 152 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.
The contracting authority can however request 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.
The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer.
A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability.
The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Østjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: https://klfu.naevneneshus.dk/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: http://www.kfst.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 ineffective, 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 Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2024/S 200-616891 (2024-10-11)