Ausschreibung: Technische Tests, Analysen und Beratung - DK-Esbjerg Technische Tests, Analysen und Beratung Technische Analysen oder Beratung Technische Kontrolle und Tests Technische Kontrolle Labordienste Inspektion von Maschinen Technische Kontrolle von Kraftfahrzeugen Dokument Nr...: 1176-2021 (ID: 2021010409150598969) Veröffentlicht: 04.01.2021 * DK-Esbjerg: Technische Tests, Analysen und Beratung 2021/S 1/2021 1176 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: The Danish Safety Technology Authority Nationale Identifikationsnummer: 27403123 Postanschrift: Esbjerg Brygge 30 Ort: Esbjerg NUTS-Code: DK03 Syddanmark Postleitzahl: 6700 Land: Dänemark Kontaktstelle(n): Carl Christian Lange E-Mail: [6]sik@sik.dk Telefon: +45 33732000 Internet-Adresse(n): Hauptadresse: [7]https://www.sik.dk/ I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [8]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae3 6/publicMaterial Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [9]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae3 6/homepage Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [10]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae 36/homepage I.4)Art des öffentlichen Auftraggebers Ministerium oder sonstige zentral- oder bundesstaatliche Behörde einschließlich regionaler oder lokaler Unterabteilungen I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Dynamic Purchasing System for Laboratory Services II.1.2)CPV-Code Hauptteil 71600000 Technische Tests, Analysen und Beratung II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: The Danish Safety Technology Authority (Contracting Authority) has decided to establish a Dynamic Purchasing System for the provision of laboratory testing services for a wide range of products subject to technical safety requirements under EU and Danish law. The Dynamic Purchasing System is divided into 15 categories. Applicants may apply for as many categories as they wishes, and may apply for additional categories during the term of the system. The system does not include pre-determined laboratory services. Hence, the content of the system is limited only by the 15 categories in which applicants can apply for admission and in which the Contracting Authority can purchase specific laboratory services covered by the specification of the categories. Thus, the system enables the Contracting Authority to purchase the services in accordance with any future developments in technical standards and legislation regarding product safety. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 70 000 000.00 DKK II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja Angebote sind möglich für alle Lose II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory Test of Electrical Equipment (LVD and EMC), and Radio Equipment Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 1 include testing services of both electrical equipment (LVD and EMC), and radio equipment. This include testing of: 1) Electrical equipment marketed in Denmark and subject to applicable EU and Danish regulation on electrical products (as amended from time to time), including but not limited to the Low voltage directive (2014/35/EU) and the Danish act number 799 of 9 June 2020, on products and market surveillance; 2) Electrical equipment marketed in Denmark and subject to applicable EU and Danish regulation on electromagnetic compatibility (as amended from time to time), including but not limited to the EMC directive (2014/30/EU); and 3) Radio equipment marketed in Denmark and subject to applicable EU and Danish regulation on radio equipment (as amended from time to time), including but not limited to the Radio equipment directive (2014/53/EU). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 13 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test for general product safety Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 2 include testing services of products subject to EU and Danish regulation on general product safety. This include testing of products marketed in Denmark and subject to applicable EU and Danish regulation on general product safety (as amended from time to time), including but not limited to the General product safety directive (2001/95/EC). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 2 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of pyrotechnic articles Los-Nr.: 3 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 3 include testing services of pyrotechnic articles. This include testing of pyrotechnic articles marketed in Denmark and subject to applicable EU and Danish regulation on pyrotechnic articles (as amended from time to time), including but not limited to the Pyrotechnic articles directive (2013/29/EU). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 7 250 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of toys Los-Nr.: 4 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 4 include testing services of toys. This include testing of toys marketed in Denmark and subject to applicable EU and Danish regulation on toys (as amended from time to time), including but not limited to the Toys directive (2009/48/EC). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of gas products Los-Nr.: 5 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 5 include testing services of gas products. This include testing of: Gas products marketed in Denmark and subject to applicable EU and Danish regulation on gas products (as amended from time to time), including but not limited to the Gas appliances regulation ((EU) 2016/426). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of sunbeds Los-Nr.: 6 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 6 include testing services of sunbeds. This include testing of sunbeds marketed in Denmark and subject to applicable EU and Danish regulation on sunbeds (as amended from time to time), including but not limited to the Low voltage directive (2014/35/EU). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of ecodesign and energy labelled products Los-Nr.: 7 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 7 include testing services of energy-related products. This include testing of energy-related products marketed in Denmark and subject to applicable EU and Danish regulation on eco-design and energy labelled products (as amended from time to time), including but not limited to the Ecodesign directive (2009/125/EC), and the Energy labelling framework regulation ((EU) 2017/1369). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 12 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of construction products Los-Nr.: 8 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 8 include testing services of con-struction products. This include testing of construction products marketed in Denmark and subject to applicable EU and Danish regulation on construction products (as amended from time to time), including but not limited to the Construction products regulation ((EU) 305/2011), executive order number 688 of 17 June 2013 on marketing, sale and market surveillance on constructions products, executive order number 1007 of 29 June 2016 on marketing and sale of construction products in contact with drinking water, and the Danish building regulations Bygningsreglementet. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 3 750 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of pressure equipment, including portable pressure equipment Los-Nr.: 9 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 9 include testing services of pressure equipment and portable pressure equipment. This include testing of: 1) Pressure equipment marketed in Denmark and subject to applicable EU and Danish regulation on pressure equipment (as amended from time to time), including but not limited to the Pressure equipment directive (2014/68/EU), and 2) Portable pressure equipment marketed in Denmark and subject to applicable EU and Danish regulation on portable pressure equipment (as amended from time to time), including but not limited to the transportable pressure equipment directive (2010/35/EU). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 1 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of machines Los-Nr.: 10 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste 71631100 Inspektion von Maschinen II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 10 include testing services of machines. This include testing of machines marketed in Denmark and subject to applicable EU and Danish regulation on machinery (as amended from time to time), including but not limited to the machinery directive (2006/42/EC). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 2 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of textiles Los-Nr.: 11 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 11 include testing services of textiles. This include testing of textiles marketed in Denmark and subject to applicable EU and Danish regulation on textile products (as amended from time to time), including but not limited to the Textile regulation ((EU)1007/2011). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of crystal glass Los-Nr.: 12 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 12 include testing services of crystal glass. This include testing of Crystal glass products marketed in Denmark and subject to applicable EU and Danish regulation on crystal glass (as amended from time to time), including but not limited to the Crystal glass directive (69/493/EEC). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of tobacco products, electronic cigarettes, e-liquids and components thereof Los-Nr.: 13 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 13 include testing services of tobacco products, electronic cigarettes, e-liquids and components thereof. This include testing of: 1) Tobacco products marketed in Denmark and subject to applicable EU and Danish regulation on tobacco (as amended from time to time), including but not limited to the Tobacco directive (2014/40/EU). 2) Electronic cigarettes, e-liquids and components thereof marketed in Denmark and subject to applicable EU and Danish regulation on tobacco (as amended from time to time), including but not limited to the Tobacco directive (2014/40/EU). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 12 500 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of personal protective equipment Los-Nr.: 14 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 14 include testing services of personal protective equipment. This include testing of personal protective equipment marketed in Denmark and subject to applicable EU and Danish regulation on personal protective equipment (as amended from time to time), including but not limited to the Personal protective equipment regulation ((EU) 2016/425). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 2 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Laboratory test of motor vehicles Los-Nr.: 15 II.2.2)Weitere(r) CPV-Code(s) 71600000 Technische Tests, Analysen und Beratung 71621000 Technische Analysen oder Beratung 71630000 Technische Kontrolle und Tests 71631000 Technische Kontrolle 71900000 Labordienste 71631200 Technische Kontrolle von Kraftfahrzeugen II.2.3)Erfüllungsort NUTS-Code: DK DANMARK Hauptort der Ausführung: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Beschreibung der Beschaffung: The laboratory services covered by this category 15 include testing services of motor vehicles. This include testing of motor vehicles marketed in Denmark and subject to applicable EU and Danish regulation on motor vehicles (as amended from time to time), including but not limited to the Motor vehicle regulation ((EU) 2018/858). II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Preis II.2.6)Geschätzter Wert Wert ohne MwSt.: 9 000 000.00 DKK II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 120 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The applicants must provide the following information (ESPD, section IV): equity for each of the last three (3) financial years; and total turnover for the last financial year. If an applicant consists of a consortium or relies on the economic/financial standing of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants fulfil the minimum criteria of economic and financial standing. When requested by the Contracting Authority, participants must submit financial statements, e.g. approved annual Accounts (or extracts therefrom), or a statement of the relevant financial figures signed by a qualified accountant. As documentation for the formation of the consortium, the Contracting Authority will require that the consortium provides a declaration or other documentation that proves the formation of a consortium with joint and several liability for the performance of the delivery agreements (if awarded), and specifies the identities of the members and the selection of a representative. If an applicant relies on the economic/financial standing of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the Contracting Authority will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the economic/financial standing at the disposal of the applicant and that the entity accepts joint and several liability for the performance of the delivery agreements (if awarded). Please note that the abovementioned documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the dynamic purchasing system. Möglicherweise geforderte Mindeststandards: Category 1 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 13 million in the last financial year. Category 2 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 4 million in the last financial year. Category 3 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 7.25 million in the last financial year. Category 4 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 2 million in the last financial year. Category 5 a positive equity in each of the last financial years, a total turnover of a minimum of DKK 2 million in the last financial year. Category 6 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 3 million in the last financial year. Category 7 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 12 million in the last financial year. Category 8 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 7.5 million in the last financial year. Category 9 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 3 million in the last financial year. Category 10 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 5 million in the last financial year. Category 11 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 1 million in the last financial year. Category 12 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 1 million in the last financial year. Category 13 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 12.5 million in the last financial year. Category 14 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 4 million in the last financial year. Category 15 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 9 million in the last financial year. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: The applicant must provide the following information (ESPD section IV): a list of the main deliveries of laboratory tests carried out within the last three (3) years from the date of the application; information on whether the applicant is accredited according to EN 17025 or similar (not applicable for category 3). The list of the main deliveries should include a description of the delivered laboratory service, contract sum, the date of delivery, and contact details of the public or private recipient. If an applicant consists of a consortium or relies on the technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants fulfil the minimum criteria of technical and professional ability. When requested by the Contracting Authority, participants must submit a certificate or a statement signed by a certification body to document that the participant is accredited according to EN 17025 or similar (not applicable for category 3). As documentation for the formation of a consortium, the Contracting Authority will require that the consortium provides a declaration or other documentation that proves the formation of a consortium with joint and several liability for the performance of the delivery agreements (if awarded), and specifies the identities of the members and the selection of a representative. If an applicant relies on the technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the Contracting Authority will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the technical/professional ability at the disposal of the applicant. Please note that the abovementioned documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the Dynamic Purchasing System. Möglicherweise geforderte Mindeststandards: Category 1 the applicant must have conducted at least three (3) laboratory tests of electrical equipment (LVD and/or EMD), and/or radio equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 2 the applicant must have conducted at least three (3) laboratory tests on products subject to the General product safety directive (as amended from time to time) within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 3 the applicant must have conducted at least three (3) laboratory tests of pyrotechnical articles within the last three (3) years. Category 4 the applicant must have conducted at least three (3) laboratory tests of toys within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 5 the applicant must have conducted at least three (3) laboratory tests of gas products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 6 the applicant must have conducted at least three (3) laboratory tests of sunbeds within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 7 the applicant must have conducted at least three (3) laboratory tests of ecodesigned and/or energy labelled products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 8 the applicant must have conducted at least three (3) laboratory tests of construction products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 9 the applicant must have conducted at least three (3) laboratory tests of pressure equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 10 the applicant must have conducted at least three (3) laboratory tests of machines within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 11 the applicant must have conducted at least three (3) laboratory tests of textiles within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 12 the applicant must have conducted at least three (3) laboratory tests of crystal glass within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 13 the applicant must have conducted at least three (3) laboratory tests of tobacco products, and/or electronic cigarettes, and/or e-liquids within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 14 the applicant must have conducted at least three (3) laboratory tests of personal protective equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 15 the applicant must have conducted at least three (3) laboratory tests of motor vehicles within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft die Einrichtung eines dynamischen Beschaffungssystems IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 29/01/2021 Ortszeit: 23:59 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Dänisch, Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 3 (ab dem Schlusstermin für den Eingang der Angebote) Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen Die elektronische Rechnungsstellung wird akzeptiert Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: Unless an applicant has provided sufficient documentation that the Applicant is reliable in accordance with section 138 of the Danish Public Procurement Act, applicants subject to the mandatory grounds for exclusion in section 135-136 and the voluntary grounds for exclusion in section 137, subsection 1, number 2 and 7 of the Danish Public Procurement Act, will be excluded. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants are not affected by the abovementioned grounds for exclusion. When requested by the Contracting Authority, participants must submit a Serviceattest (Danish participants) or equivalent documentation (non-Danish participants) to document that the participants are not subject to one of the applicable grounds for exclusion. Please note that the documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the Dynamic Purchasing System. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Klagenævnet for Udbud Postanschrift: Toldboden 2 Ort: Viborg Postleitzahl: 8800 Land: Dänemark E-Mail: [11]klfu@naevneneshus.dk Telefon: +45 72405708 Internet-Adresse: [12]https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Complaints over not having been prequalified must be filed with the Complaints Board for Public Procurement within 20 calendar days from the day after the day when the Contracting Authority has sent a notice to the applicants affected. Other complaints must be filed with the Complaints Board for Public Procurement within 30 calendar days from the day after the day when the Contracting Authority has sent a notice to the participants affected. At the latest at the same time as a complaint is filed with the Complaints Board for Public Procurement, the complainant must notify the Contracting Authority in writing. In addition, the complainant must state whether a suspension of the contract has been requested. For more information, please see the Complaints Board for Public Procurements guidance at [13]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Konkurrence- og Forbrugerstyrelsen Postanschrift: Carl Jacobsens Vej 35 Ort: Valby Postleitzahl: 2500 Land: Dänemark E-Mail: [14]kfst@kfst.dk Telefon: +45 41715000 Internet-Adresse: [15]www.kfst.dk VI.5)Tag der Absendung dieser Bekanntmachung: 30/12/2020 References 6. mailto:sik@sik.dk?subject=TED 7. https://www.sik.dk/ 8. https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae36/publicMaterial 9. https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae36/homepage 10. https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae36/homepage 11. mailto:klfu@naevneneshus.dk?subject=TED 12. https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud 13. https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ 14. mailto:kfst@kfst.dk?subject=TED 15. http://www.kfst.dk/ OT: 04/01/2021 S1 Denmark-Esbjerg: Technical testing, analysis and consultancy services 2021/S 001-001176 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: The Danish Safety Technology Authority National registration number: 27403123 Postal address: Esbjerg Brygge 30 Town: Esbjerg NUTS code: DK03 Syddanmark Postal code: 6700 Country: Denmark Contact person: Carl Christian Lange E-mail: [6]sik@sik.dk Telephone: +45 33732000 Internet address(es): Main address: [7]https://www.sik.dk/ I.3)Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: [8]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae3 6/publicMaterial Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [9]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae3 6/homepage Tenders or requests to participate must be submitted to the abovementioned address Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: [10]https://www.ethics.dk/ethics/eo#/c4e9ebfc-514e-4e6a-b645-d47c66e9ae 36/homepage I.4)Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: Dynamic Purchasing System for Laboratory Services II.1.2)Main CPV code 71600000 Technical testing, analysis and consultancy services II.1.3)Type of contract Services II.1.4)Short description: The Danish Safety Technology Authority (Contracting Authority) has decided to establish a Dynamic Purchasing System for the provision of laboratory testing services for a wide range of products subject to technical safety requirements under EU and Danish law. The Dynamic Purchasing System is divided into 15 categories. Applicants may apply for as many categories as they wishes, and may apply for additional categories during the term of the system. The system does not include pre-determined laboratory services. Hence, the content of the system is limited only by the 15 categories in which applicants can apply for admission and in which the Contracting Authority can purchase specific laboratory services covered by the specification of the categories. Thus, the system enables the Contracting Authority to purchase the services in accordance with any future developments in technical standards and legislation regarding product safety. II.1.5)Estimated total value Value excluding VAT: 70 000 000.00 DKK II.1.6)Information about lots This contract is divided into lots: yes Tenders may be submitted for all lots II.2)Description II.2.1)Title: Laboratory Test of Electrical Equipment (LVD and EMC), and Radio Equipment Lot No: 1 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 1 include testing services of both electrical equipment (LVD and EMC), and radio equipment. This include testing of: 1) Electrical equipment marketed in Denmark and subject to applicable EU and Danish regulation on electrical products (as amended from time to time), including but not limited to the Low voltage directive (2014/35/EU) and the Danish act number 799 of 9 June 2020, on products and market surveillance; 2) Electrical equipment marketed in Denmark and subject to applicable EU and Danish regulation on electromagnetic compatibility (as amended from time to time), including but not limited to the EMC directive (2014/30/EU); and 3) Radio equipment marketed in Denmark and subject to applicable EU and Danish regulation on radio equipment (as amended from time to time), including but not limited to the Radio equipment directive (2014/53/EU). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 13 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test for general product safety Lot No: 2 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 2 include testing services of products subject to EU and Danish regulation on general product safety. This include testing of products marketed in Denmark and subject to applicable EU and Danish regulation on general product safety (as amended from time to time), including but not limited to the General product safety directive (2001/95/EC). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 2 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of pyrotechnic articles Lot No: 3 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 3 include testing services of pyrotechnic articles. This include testing of pyrotechnic articles marketed in Denmark and subject to applicable EU and Danish regulation on pyrotechnic articles (as amended from time to time), including but not limited to the Pyrotechnic articles directive (2013/29/EU). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 7 250 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of toys Lot No: 4 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 4 include testing services of toys. This include testing of toys marketed in Denmark and subject to applicable EU and Danish regulation on toys (as amended from time to time), including but not limited to the Toys directive (2009/48/EC). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 1 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of gas products Lot No: 5 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 5 include testing services of gas products. This include testing of: Gas products marketed in Denmark and subject to applicable EU and Danish regulation on gas products (as amended from time to time), including but not limited to the Gas appliances regulation ((EU) 2016/426). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 1 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of sunbeds Lot No: 6 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 6 include testing services of sunbeds. This include testing of sunbeds marketed in Denmark and subject to applicable EU and Danish regulation on sunbeds (as amended from time to time), including but not limited to the Low voltage directive (2014/35/EU). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 1 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of ecodesign and energy labelled products Lot No: 7 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 7 include testing services of energy-related products. This include testing of energy-related products marketed in Denmark and subject to applicable EU and Danish regulation on eco-design and energy labelled products (as amended from time to time), including but not limited to the Ecodesign directive (2009/125/EC), and the Energy labelling framework regulation ((EU) 2017/1369). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 12 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of construction products Lot No: 8 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 8 include testing services of con-struction products. This include testing of construction products marketed in Denmark and subject to applicable EU and Danish regulation on construction products (as amended from time to time), including but not limited to the Construction products regulation ((EU) 305/2011), executive order number 688 of 17 June 2013 on marketing, sale and market surveillance on constructions products, executive order number 1007 of 29 June 2016 on marketing and sale of construction products in contact with drinking water, and the Danish building regulations Bygningsreglementet. II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 3 750 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of pressure equipment, including portable pressure equipment Lot No: 9 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 9 include testing services of pressure equipment and portable pressure equipment. This include testing of: 1) Pressure equipment marketed in Denmark and subject to applicable EU and Danish regulation on pressure equipment (as amended from time to time), including but not limited to the Pressure equipment directive (2014/68/EU), and 2) Portable pressure equipment marketed in Denmark and subject to applicable EU and Danish regulation on portable pressure equipment (as amended from time to time), including but not limited to the transportable pressure equipment directive (2010/35/EU). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 1 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of machines Lot No: 10 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services 71631100 Machinery-inspection services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 10 include testing services of machines. This include testing of machines marketed in Denmark and subject to applicable EU and Danish regulation on machinery (as amended from time to time), including but not limited to the machinery directive (2006/42/EC). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 2 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of textiles Lot No: 11 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 11 include testing services of textiles. This include testing of textiles marketed in Denmark and subject to applicable EU and Danish regulation on textile products (as amended from time to time), including but not limited to the Textile regulation ((EU)1007/2011). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of crystal glass Lot No: 12 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 12 include testing services of crystal glass. This include testing of Crystal glass products marketed in Denmark and subject to applicable EU and Danish regulation on crystal glass (as amended from time to time), including but not limited to the Crystal glass directive (69/493/EEC). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of tobacco products, electronic cigarettes, e-liquids and components thereof Lot No: 13 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 13 include testing services of tobacco products, electronic cigarettes, e-liquids and components thereof. This include testing of: 1) Tobacco products marketed in Denmark and subject to applicable EU and Danish regulation on tobacco (as amended from time to time), including but not limited to the Tobacco directive (2014/40/EU). 2) Electronic cigarettes, e-liquids and components thereof marketed in Denmark and subject to applicable EU and Danish regulation on tobacco (as amended from time to time), including but not limited to the Tobacco directive (2014/40/EU). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 12 500 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of personal protective equipment Lot No: 14 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 14 include testing services of personal protective equipment. This include testing of personal protective equipment marketed in Denmark and subject to applicable EU and Danish regulation on personal protective equipment (as amended from time to time), including but not limited to the Personal protective equipment regulation ((EU) 2016/425). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 2 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Laboratory test of motor vehicles Lot No: 15 II.2.2)Additional CPV code(s) 71600000 Technical testing, analysis and consultancy services 71621000 Technical analysis or consultancy services 71630000 Technical inspection and testing services 71631000 Technical inspection services 71900000 Laboratory services 71631200 Technical automobile inspection services II.2.3)Place of performance NUTS code: DK DANMARK Main site or place of performance: Delivery of the test results must be made to the address of The Danish Safety Technology Authority. II.2.4)Description of the procurement: The laboratory services covered by this category 15 include testing services of motor vehicles. This include testing of motor vehicles marketed in Denmark and subject to applicable EU and Danish regulation on motor vehicles (as amended from time to time), including but not limited to the Motor vehicle regulation ((EU) 2018/858). II.2.5)Award criteria Criteria below Price II.2.6)Estimated value Value excluding VAT: 9 000 000.00 DKK II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: yes Description of renewals: The term may be extended, reduced or terminated if the Contracting Authority publishes a notice amending the term of the system, cf. section 107 of the Danish Public Procurement Act. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section III: Legal, economic, financial and technical information III.1)Conditions for participation III.1.2)Economic and financial standing List and brief description of selection criteria: The applicants must provide the following information (ESPD, section IV): equity for each of the last three (3) financial years; and total turnover for the last financial year. If an applicant consists of a consortium or relies on the economic/financial standing of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants fulfil the minimum criteria of economic and financial standing. When requested by the Contracting Authority, participants must submit financial statements, e.g. approved annual Accounts (or extracts therefrom), or a statement of the relevant financial figures signed by a qualified accountant. As documentation for the formation of the consortium, the Contracting Authority will require that the consortium provides a declaration or other documentation that proves the formation of a consortium with joint and several liability for the performance of the delivery agreements (if awarded), and specifies the identities of the members and the selection of a representative. If an applicant relies on the economic/financial standing of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the Contracting Authority will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the economic/financial standing at the disposal of the applicant and that the entity accepts joint and several liability for the performance of the delivery agreements (if awarded). Please note that the abovementioned documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the dynamic purchasing system. Minimum level(s) of standards possibly required: Category 1 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 13 million in the last financial year. Category 2 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 4 million in the last financial year. Category 3 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 7.25 million in the last financial year. Category 4 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 2 million in the last financial year. Category 5 a positive equity in each of the last financial years, a total turnover of a minimum of DKK 2 million in the last financial year. Category 6 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 3 million in the last financial year. Category 7 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 12 million in the last financial year. Category 8 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 7.5 million in the last financial year. Category 9 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 3 million in the last financial year. Category 10 a positive equity in each of the last three (3) financial years, A total turnover of a minimum of DKK 5 million in the last financial year. Category 11 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 1 million in the last financial year. Category 12 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 1 million in the last financial year. Category 13 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 12.5 million in the last financial year. Category 14 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 4 million in the last financial year. Category 15 a positive equity in each of the last three (3) financial years, a total turnover of a minimum of DKK 9 million in the last financial year. III.1.3)Technical and professional ability List and brief description of selection criteria: The applicant must provide the following information (ESPD section IV): a list of the main deliveries of laboratory tests carried out within the last three (3) years from the date of the application; information on whether the applicant is accredited according to EN 17025 or similar (not applicable for category 3). The list of the main deliveries should include a description of the delivered laboratory service, contract sum, the date of delivery, and contact details of the public or private recipient. If an applicant consists of a consortium or relies on the technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries) each individual entity must enclose a separate ESPD. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants fulfil the minimum criteria of technical and professional ability. When requested by the Contracting Authority, participants must submit a certificate or a statement signed by a certification body to document that the participant is accredited according to EN 17025 or similar (not applicable for category 3). As documentation for the formation of a consortium, the Contracting Authority will require that the consortium provides a declaration or other documentation that proves the formation of a consortium with joint and several liability for the performance of the delivery agreements (if awarded), and specifies the identities of the members and the selection of a representative. If an applicant relies on the technical/professional ability of other entities (e.g. subcontractors or entities within the same group, including parent companies, affiliates or subsidiaries), the Contracting Authority will require that the supporting entity provides a declaration or other documentation which proves that the supporting entity is legally obligated to place the technical/professional ability at the disposal of the applicant. Please note that the abovementioned documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the Dynamic Purchasing System. Minimum level(s) of standards possibly required: Category 1 the applicant must have conducted at least three (3) laboratory tests of electrical equipment (LVD and/or EMD), and/or radio equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 2 the applicant must have conducted at least three (3) laboratory tests on products subject to the General product safety directive (as amended from time to time) within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 3 the applicant must have conducted at least three (3) laboratory tests of pyrotechnical articles within the last three (3) years. Category 4 the applicant must have conducted at least three (3) laboratory tests of toys within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 5 the applicant must have conducted at least three (3) laboratory tests of gas products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 6 the applicant must have conducted at least three (3) laboratory tests of sunbeds within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 7 the applicant must have conducted at least three (3) laboratory tests of ecodesigned and/or energy labelled products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 8 the applicant must have conducted at least three (3) laboratory tests of construction products within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 9 the applicant must have conducted at least three (3) laboratory tests of pressure equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 10 the applicant must have conducted at least three (3) laboratory tests of machines within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 11 the applicant must have conducted at least three (3) laboratory tests of textiles within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 12 the applicant must have conducted at least three (3) laboratory tests of crystal glass within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 13 the applicant must have conducted at least three (3) laboratory tests of tobacco products, and/or electronic cigarettes, and/or e-liquids within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 14 the applicant must have conducted at least three (3) laboratory tests of personal protective equipment within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Category 15 the applicant must have conducted at least three (3) laboratory tests of motor vehicles within the last three (3) years; the applicant must be accredited according to EN 17025 or similar. Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Restricted procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.2)Time limit for receipt of tenders or requests to participate Date: 29/01/2021 Local time: 23:59 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4)Languages in which tenders or requests to participate may be submitted: Danish, English IV.2.6)Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used VI.3)Additional information: Unless an applicant has provided sufficient documentation that the Applicant is reliable in accordance with section 138 of the Danish Public Procurement Act, applicants subject to the mandatory grounds for exclusion in section 135-136 and the voluntary grounds for exclusion in section 137, subsection 1, number 2 and 7 of the Danish Public Procurement Act, will be excluded. Documentation The Contracting Authority may at any time during the term of the Dynamic Purchasing System require that the participants present documentation of the fact that the participants are not affected by the abovementioned grounds for exclusion. When requested by the Contracting Authority, participants must submit a Serviceattest (Danish participants) or equivalent documentation (non-Danish participants) to document that the participants are not subject to one of the applicable grounds for exclusion. Please note that the documentation should only be submitted at the Contracting Authoritys request and not as part of the request for participation in the Dynamic Purchasing System. VI.4)Procedures for review VI.4.1)Review body Official name: Klagenævnet for Udbud Postal address: Toldboden 2 Town: Viborg Postal code: 8800 Country: Denmark E-mail: [11]klfu@naevneneshus.dk Telephone: +45 72405708 Internet address: [12]https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud VI.4.3)Review procedure Precise information on deadline(s) for review procedures: Complaints over not having been prequalified must be filed with the Complaints Board for Public Procurement within 20 calendar days from the day after the day when the Contracting Authority has sent a notice to the applicants affected. Other complaints must be filed with the Complaints Board for Public Procurement within 30 calendar days from the day after the day when the Contracting Authority has sent a notice to the participants affected. At the latest at the same time as a complaint is filed with the Complaints Board for Public Procurement, the complainant must notify the Contracting Authority in writing. In addition, the complainant must state whether a suspension of the contract has been requested. For more information, please see the Complaints Board for Public Procurements guidance at [13]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ VI.4.4)Service from which information about the review procedure may be obtained Official name: Konkurrence- og Forbrugerstyrelsen Postal address: Carl Jacobsens Vej 35 Town: Valby Postal code: 2500 Country: Denmark E-mail: [14]kfst@kfst.dk Telephone: +45 41715000 Internet address: [15]www.kfst.dk VI.5)Date of dispatch of this notice: 30/12/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de