During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights are basis for this tender – producing a seamless 4 channels ortho photo in GSD 12.5 cm or optional 10cm. For the production, KDS will deliver the imageries, orientation parameters, GCP’s, camera calibration and an elevation model for the area. The contract i s 2 years with possibility to prolong three times of one year.
Deadline
Fristen for modtagelse af bud var på 2025-05-05.
Indkøbet blev offentliggjort på 2025-03-28.
Udbudsbekendtgørelse (2025-03-28) Objekt Omfanget af udbuddet
Titel: Digital Spring ortho photo 2025-29
Referencenummer: 1305-4049
Kort beskrivelse:
“During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm...”
Kort beskrivelse
During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights are basis for this tender – producing a seamless 4 channels ortho photo in GSD 12.5 cm or optional 10cm. For the production, KDS will deliver the imageries, orientation parameters, GCP’s, camera calibration and an elevation model for the area. The contract i s 2 years with possibility to prolong three times of one year.
Vis mere
Kontrakttype: Tjenesteydelser
Produkter/tjenester: Arkitekt-, konstruktions-, ingeniør- og inspektionsvirksomhed📦
Anslået værdi uden moms: 5 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm...”
Beskrivelse af udbuddet
During period from March 21st to May 5th (May 5th is expected to be last acquisition day) 4 channels digital spring imagery with GSD 15cm or optional 10cm are acquired over Denmark from five different aerial image suppliers – a total of 51436 km2. The images from these photo flights are basis for this tender – producing a seamless 4 channels ortho photo in GSD 12.5 cm or optional 10cm. For the production, KDS will deliver the imageries, orientation parameters, GCP’s, camera calibration and an elevation model for the area. The contract i s 2 years with possibility to prolong three times of one year.
Vis mere
Yderligere oplysninger:
“Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount...”
Yderligere oplysninger
Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount of work will make the contracts to small for more than one company, and also to make sure a uniform product it is not possible to divide into lots. The Danish Public Procurement Act section § 134 a 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. Documentation for the grounds for exclusion 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. EU’s sanctions against Russia 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
Yderligere produkter/tjenester: Arkitekt-, ingeniør- og opmålingsvirksomhed📦
Yderligere produkter/tjenester: Kortfremstilling📦
Yderligere produkter/tjenester: Digital kortlægning📦
Yderligere produkter/tjenester: Kortlægning fra luften📦
Yderligere produkter/tjenester: Fotogrammetritjenester📦
Hovedsted eller sted for udførelsen:
“The ortho photo covers the enitre Denmark”
Varighed: 2 (YEAR)
Nedenstående tidsramme er udtrykt i antal år.
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The Contract includes the following options: Option 1 – True Ortho Photo see Annex O.1 section 3.1 Option 2 - Block mosaics – see Annex O.1 section 3.2...”
Beskrivelse af mulighederne
The Contract includes the following options: Option 1 – True Ortho Photo see Annex O.1 section 3.1 Option 2 - Block mosaics – see Annex O.1 section 3.2 Option 3 - Pixel size – see Annex O.1 Section 3,3
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Sample data
Kvalitetskriterium (vægtning): 40
Kvalitetskriterium (navn): Approach and Method
Kvalitetskriterium (vægtning): 20
Pris ✅
Pris (justeringskoefficient): 40
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-05-05 11:00:00 📅
Betingelser for åbning af buddene: 2025-05-05 11:00:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
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: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
General yearly turnover: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows: Last three years
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific yearly turnover: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specific yearly turnover: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows: Last three years
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Set up of economic operator: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Set up of economic operator: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. 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: Where Tenderers have a valid reason, e.g. that the company is a new player in the field, as to why they cannot submit the required reference documentation, they shall have their technical capacity demonstrated in some other way, by submitting suitable documents. In this case, contractors must indicate the circumstances cited as valid grounds for not submitting the requested materials.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Professional risk indemnity insurance: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Professional risk indemnity insurance: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. The insured amount in its professional risk indemnity insurance is the following: Indicate your professional risk indemnity insurance minimum 10 000 000 DKK
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For service contracts: performance of services of the specified type: The tenderer indicates that the tenderer complies with all minimum requirements for...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For service contracts: performance of services of the specified type: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. For public service contracts only: During the reference period, the economic operator has provided the following main services of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years. The supplier must submit three and only three relevant references where ortho photo production is a major part of the job references for the last three years. If the tenderer delivers more than three references, only the first three will be evaluated. One of the references must be in similar geographically, landscape and climate to Denmark and must cover minimum 10.000km2 ortho photo and be issued by a governmental institution / federal level to insure national homogenously of the product. The Contracting Authority reserves the right to contact the specified referees to confirm the contents of the references given. Where Tenderers have a valid reason, e.g. that the company is a new player in the field, as to why they cannot submit the required reference documentation, they shall have their technical capacity demonstrated in some other way, by submitting suitable documents. In this case, contractors must indicate the circumstances cited as valid grounds for not submitting the requested materials.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tools, plant or technical equipment: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Tools, plant or technical equipment: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. The following tools, plant or technical equipment will be available to it for performing the contract: In relation to documentation of technical and professional ability the tenderer is required to provide description of the material and the technical equipment hardware and soft (e.g. a list) which can be used or have access to for carrying out the work, defined in the requirement specification (Annex O.1 to O.10.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Allowance of checks: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Allowance of checks: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose: The economic operator will allow checks to be conducted on the production capacities or the technical capacity of the economic operator and, where necessary, on the means of study and research which are available to it and on the quality control measures? The check is to be performed by the contracting authority or, in case the latter consents to this, on its behalf by a competent official body of the country in which the supplier or service provider is established.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Subcontracting proportion: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Subcontracting proportion: The tenderer indicates that the tenderer complies with all minimum requirements for suitability by answering “yes” in PART IV “Selection criteria” of the ESPD. 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. Essential parts of the...”
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. Essential parts of the work must be done by the Tenderer, or in case of consortium the company that signs the contract for the consortium with the contracting authority. Essential parts in this tender is ortho photo processing, colour balancing, project management and communication with the contracting authority.
“Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount...”
Divide or explain The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the nature and amount of work will make the contracts to small for more than one company, and also to make sure a uniform product it is not possible to divide into lots. The Danish Public Procurement Act section § 134 a 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. Documentation for the grounds for exclusion 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. EU’s sanctions against Russia 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 2025/S 063-206232 (2025-03-28)