Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Services for revision of existing hydrological adjustments to a DTM (Digital Terrain Model).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code DK01
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The purpose of the tendered service is to revise existing hydrological adjustments lines created in 2013 on the basis of a DTM captured in 2007 with a grid size of 1.6 meters. The Contracting Authority has a new measured laser DTM with a grid size of 0,4 m. The existing adjustments must edited, deleted, or new captured to fit into the new DTM.
The work process includes:
1. Receiving of the existing adjustments, the old DTM, the new measured DTM, colour ortho photos (2015) and other supporting materials.
2. Rectifying of the adjustments to fit into the new DTM.
3. Delivery of the rectified adjustments and further agreed products.
4. Correct the appointed errors found by our quality control.
5. Redelivery of all the agreed products.
Please note: The tender documents will be written in English.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The work is to be conducted fluently in the first 3 quarters of 2016.
The task is not suitable to be divided into lots.
The existing amount of adjustments is approx. 200 000. The DTM covers the total area of Denmark. Approx. 43 000 km².
II.2.2)Information about options
Options: yes
Description of these options: Delivery of derived data products such as blue spot maps and other related services compared to the purchase described in section II.1.5.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 10 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Evidence (insurance policy) of relevant professional risk indemnity insurance shall be part of the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment in stages by the acceptance of data. Payment terms will be stated in in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the contract is assigned to a consortium, a consortium member shall have the authority to sign contracts for the consortium with Contracting Authority. The consortium's participants shall furthermore be joint in several liable for any obligation to the contracting entity regarding the contract. If an invitation to tender is made by a consortium, the consortium statement shall be signed by all participants and attached the request to participate. (FORM no. 9 must be applied, cf. link under Section I.1).The consortium's request to participate shall moreover contain the required documentation for each participant in the consortium in accordance with Section III.2. Conditions for Participation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contracting authority shall set requirements in the contract to ensure that workers employed by contractors and any sub-contractors who contribute to the performance of the contract are secured pay (including special allowances), hours of work and other working conditions which are not less favourable than those established for work of the same character under a collective agreement entered into by the most representative organisations of workers and employers in Denmark in the trade or industry concerned being in force throughout the Danish territory.
The contractor shall furthermore be required to ensure, that that workers employed by contractors and any sub-contractors who contribute to the performance of the contract outside the Danish territory are secured pay (including special allowances), hours of work and other working conditions, which are in accordance with the national and applicable international laws in that country.
The purpose of the requirement is ensuring that employees of enterprises that provide services to public authorities and contracting entities are granted common pay and working conditions through the use of labour clauses in accordance with ILO Convention No. 94 concerning Labour Clauses in Public Contracts.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: If the provider is a association of providers (e.g. A consortium), the information in section III.2.1 — III.2.3 is to be given for each service provider.
Legal position:
a) General information of the applicants company (Name, Address, Company form, Registration number, Contact person, Web-site e.g.) and an overall description of the applicant's organisation. (form no. 1 must be applied, cf. link under Section I.1).
b) Solemn declaration that the applicant is not in any of the situations described in EC Public Procurement directive article 45, section 2, paras a, b, c, e and f. Required documentation: A completed and signed ‘Solemn declaration concerning reasons for exclusion pursuant to the Public Procurement Directive’ (form no. 2 must be applied, cf. link under Section I.1)
c) Solemn declaration that the applicant has no outstanding debts to the public authorities in Denmark or in his own country.
Required documentation: A completed and signed ‘Solemn declaration that the applicant has not any outstanding debts to the public authorities in Denmark or in his own country.’ form no. 3 must be applied, cf. link under Section I.1 ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: — Declaration of applicants' turnover and equity of the most recent financial year.
— Declaration of applicants' turnover regarding similar services as this contract in the most recent financial year.
Form no. 4 must be applied, cf. link under Section I.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Technical situation:
a) A reference list (maximum 5 references) of deliveries and services carried out over the past 3 years regarding deliveries and services similar to the present contract in question by Contracting Authority, detailing the value of the contract, the main tasks in the contract; when, where and to whom the services were carried out (including contact information). Form no. 5 must be applied, cf. link under Section I.1.
b)Description of the company's capacity in technical equipment and the methods to be used for performing the task including a statement of the applicant's average number of fulltime employees (FTE) in general over the previous 3 years, including number of FTE related to DTM or similar services as the contract in question. Form no. 6 must be applied, cf. link under Section I.1.
c) General description of quality assurance methods used in similar tasks as the services in the present contract in question. Form no. 7 must be applied, cf. link under Section I.1.
d) If the applicant requests to use a sub-contractor's resources and/or technical capacity to fulfil the stated requirements in section III.2.3, a signed subcontractor declaration. Form no. 8 must be applied, cf. link under Section I.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: The selection of applicants invited to tender will be decided by an assessment of the information provided pursuant to Section III.2.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.9.2015 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
If the applicant has questions to the tender procedure or to the requirements for participation, please send your questions in writing by mail to the contact point stated under Section I.1, marked ‘Question to tender’. Questions received from applicants 72 hours before deadline of application for pre-qualification will be anonymized and uploaded together with the answers to the web site stated under Section I.1 in the Contract Notice.
The Contracting Authority reserves the right to cancel the tender procedure for specific and justified reasons, by decision of the Contracting Authority.
The applicant shall submit the pre-qualification request to GST by using the link stated in Section I.1 before the deadline.
Pre-qualification requests may NOT be transferred by other means.
If more requests for one specific company are uploaded e.g. due to changes in the request, then the last uploaded version will be the one accepted for assessment. For the upload-process a tender-ID given when downloading the pre-qualification material has to be used. The tender-ID is the email address entered when downloading the material. If tender-ID is lost/forgotten a new can be obtained by register and downloading the material once more.
When uploading of the pre-qualification request is successful a receipt is send by email to the applicant.
The request is to be written in English and delivered in PDF-format. The request may be zipped if preferred by the applicant.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals regarding pre-qualification must be received by the Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days counted from the day following the Contracting Authority has announced the decision of pre-qualification to the participating applicants. Appeals regarding the award of the contract must be received by the Complaints Board for Public Procurement (Klagenævnet for Udbud) 45 days from the day following date of the publication of the Contracting Authority's notice in the Official Journal of the European Union that the Contracting Authority has entered into a contract.
The Contracting Authority must hold a mandatory standstill period of 10 or 15 calendar days from the day following the day on which the Contracting Authority forwarded a notice to the tenderers regarding the contract award. If the notification has been made by electronic means (e-mail), the contracting authority shall at the earliest enter into a contract after the expiry of a standstill period of 10 calendar days. If the notification has been made by mail, the contracting authority shall at the earliest enter into the contract after 15 calendar days.
If the appeal is received by the Complaints Board for Public Procurement before the expiry of the standstill period, the appeal will automatically have temporary suspensive effect until the Complaints Board for Public Procurement has taken a decision on whether the appeal should have suspensive effect or not.
At the latest concurrently with submission of an appeal to the Complaints Board for Public Procurement, the complainant must inform the contracting authority of the alleged infringement and whether the appeal is to be referred to the Board.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.8.2015