We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Supplies - 92796-2019

27/02/2019    S41

Denmark-Copenhagen: Banknotes

2019/S 041-092796

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Danmarks Nationalbank
National registration number: 61092919
Postal address: Havnegade 5
Town: København K
NUTS code: DK011 Byen København
Postal code: 1093
Country: Denmark
Contact person: Bolette Møller
E-mail: bom@nationalbanken.dk
Telephone: +45 33636363
Internet address(es):
Main address: www.nationalbanken.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281426
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Tender for the Delivery of 2 Denominations of Faroese Banknotes

Reference number: TS 173804
II.1.2)Main CPV code
22430000 Banknotes
II.1.3)Type of contract
Supplies
II.1.4)Short description:

Danmarks Nationalbank is the central bank of Denmark. Danmarks Nationalbank's purpose is to ensure stable prices, safe payments and a stable financial system.

Danmarks Nationalbank is the sole issuing authority of banknotes and coins in Denmark, the Faroe Islands and Greenland.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 617 304.00 EUR
II.2)Description
II.2.2)Additional CPV code(s)
79812000 Banknote printing services
II.2.3)Place of performance
NUTS code: DK011 Byen København
Main site or place of performance:

København K.

II.2.4)Description of the procurement:

Danmarks Nationalbank (hereinafter the contracting authority) decided to discontinue internal printing/production of banknotes by the end of 2016. Like a number of other central banks, the contracting authority has outsourced this function to an external supplier.

The contracting authority will still be the issuing authority of banknotes in Denmark, the Faroe Islands and Greenland and will retain its expertise within banknote design and quality.

The monetary unit in Faroe Islands is the Faroese krónur. The current denominations of Faroese banknotes are: 50 krónur, 100 krónur, 200 krónur, 500 krónur and 1 000 krónur.

With this procurement, the contracting authority expects to enter into a contract on the production and delivery of 100 and 500 krónur Faroese banknotes. Thus, the supplier shall be responsible for all productions steps in the production of banknotes, including printing, security feature integration, numbering, packaging, upgrade of banknotes and provision of the security paper.

The banknotes shall be produced at a security printing works with a printing machine equipped with a least 4 wet printing units for the front and 4 wet printing units for the revers (4 + 4 wet offset printing units). This is to guarantee that the very fine lines of the existing banknotes can be reproduced by the supplier in order to maintain the existing visual appearance of the banknotes. The used origination files will be delivered in Jura Layout/Corvina and shall be returned to the contracting authority as Jura Layout/Corvina software files.

The contracting authority will purchase 4 800 000 banknotes in total dispersed on the 2 denominations during the term of the contract.

The supplier shall have a security organisation capable of ensuring delivery of Faroese banknotes according to the requirements in the contract in a secure manner. The contract will include further security requirements, for instance regarding the supplier's information systems, physical and electronic security, the supplier's organisation, temporary storage facilities and production of Faroese banknotes as well as requirements regarding the transportation of Faroese banknotes.

The contracting authority wish to receive Faroese Banknotes which are treated to ensure better durability through anti soiling properties.

However, since the Faroese Banknotes must feature the Motion thread® technology, it is a requirement that these anti soiling properties are ensured through a pre-treatment of the paper substrate.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 25
Quality criterion - Name: Security / Weighting: 25
Quality criterion - Name: CSR / Weighting: 10
Price - Weighting: 40
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 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
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.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 186-419750
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Contract No: 1
Title:

Tender on the Delivery of 2 Denominations of Faroese Banknotes

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
19/02/2019
V.2.2)Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Oberthur Fiduciaire SAS
National registration number: 51902956500081
Postal address: 7 avenue de Messine
Town: Paris
NUTS code: FR1 ILE-DE-FRANCE
Postal code: 75008
Country: France
E-mail: m.annarumma@fcof.com
Internet address: http://www.oberthur-fiduciaire.com/
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5 000 000.00 EUR
Total value of the contract/lot: 617 304.00 EUR
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 35291000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.4.2)Body responsible for mediation procedures
Official name: No body
Town: Copenhagen
Country: Denmark
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) [the Act is available (in Danish) at www.retsinformation.dk], the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1)(i) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day when the notice was published;

2) 30 calendar days calculated from the day after the day when the contracting authority has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;

3) 6 months after the contracting authority entered into a framework agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act;

4) 20 calendar days calculated from the day after the contracting authority has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at www. erhvervsstyrelsen.dk

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: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5)Date of dispatch of this notice:
25/02/2019