Tender specifications for advertising Satellite image analyses for agricultural control 2018

Similar documents
SPECIFICATIONS TO CANDIDATES October 2016

S P E C I F I C A T I O N S. regarding. call for tenders for pharmaceuticals (Amgros Tendering b) J01 Antibiotics injection/infusion fluid

Tender specifications for open procedure for framework agreement on road transport of round wood

Call for tender for translation services for the Translation Centre Frequently asked questions (FAQs) FL/LEG17

Tender 1 (3 Sisters) : Brecon, Conway, & Ludlow Towers. Tender 2 : Dunton, Lenham, & Romney Towers

Casework Technical Support (Social Welfare - Project Management)

INVITATION TO TENDER Date: 2 nd June 2017

DIRECTORATE-GENERAL FOR COMMUNICATION DIRECTORATE FOR MEDIA CONDITIONS FOR SUBMITTING A TENDER INVITATION TO TENDER NEGOCIATED PROCEDURE

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

The maximum budget for the contract is DKK.

EUROPEAN COMMISSION Directorate-General for Education and Culture

TENDER CONDITIONS CONCERNING THE DESIGN, PRODUCTION AND INSTALLATION OF A CLIMBING WALL AT AMAGER BAKKE NEGOTIATED PROCEDURE

REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL

Trethowans LLP. Recruitment Agency Preferred Supplier List (PSL) Invitation to Tender

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

1.1 Detailed working concept which allows us to examine the technical aspects in the light of the project objective.

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

GENERAL TERMS AND CONDITIONS OF SERVICE CONTRACTS OF DRUKARNIA ELLERT SP. Z O.O. (hereinafter: the Printing House) 1 Definitions

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

Expression of Interest (EOI) For. Empanelment of lawyers

Request for Proposal (RFP)

ROSTERS OF JUNIOR AND SENIOR EXPERTS Specifications of the Call for expression of interest

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

Request For Proposal Of Printing and Design Services. Marketing Department

Write Deal Association VO/0695

INDIAN INSTITUTE OF TECHNOLOGY INDORE

Part I Administrative information Reference no.: NRK MA2432/11E

LEVEL 1-3 DEVELOPMENT SUPPORT TO SCHOOL GAMES ORGANISERS, SCHOOLS AND OTHERS - DELIVERY AGENT BETWEEN SEPTEMBER 2017 AND AUGUST 2020

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

Commissioning and Procurement Toolkit

United Nations Children s Fund (UNICEF) Supply Division, Copenhagen, Denmark

United Nations Development Programme (UNDP) FOR THE

Innovate 2 Succeed Invitation to Tender External Evaluator - June 2017

REQUEST FOR TENDERS FOR. TENDER No. FRC-BeRTISS 01/2017

Request for Proposal For: 2018 American Bar Association Temporary Services

NOTICE INVITING TENDER

Request for Proposal (RFP)

Request for Bid. Handling Hostile Customers: from Verbal Threats to Active Shooter Situations One-day Training March 2017 Lansing or SE Michigan

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

Invitation to Tender

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

Gambling-Related Harm Minimisation in Criminal Justice Invitation to Tender

NEW EU DIRECTIVES CONCERNING PUBLIC PROCUREMENT TRANSPOSED INTO ROMANIAN LAW STARTING MAY JANUARY BUCHAREST

Request for Quotation (RFQ) for Services Reference No.: UNWHQRFQ33 - Animation Motion graphics Services

Application Guidelines. Request for Proposals (RFP) for Independent Contractor Opportunity for:

EXTERNAL EXPERTISE SERVICES TENDER

Procurement of Services

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

For the Project. 1.1 Purpose and Role

GENERAL TERMS and CONDITIONS OF SALE

REQUEST FOR PROPOSAL (RFP)

1.1 Purchase orders shall only be legally binding if issued on our order forms and legally signed.

TENDER SPECIFICATION DOCUMENT East Midlands Business Ltd

CUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date

Procurement Process: General Requirements

ANNUAL CORPORATE GOVERNANCE STATEMENT 2015/16

National Tourism Organisation of Serbia TENDER DOCUMENTATION FOR PUBLIC PROCUREMENT OF PUBLIC RELATIONS SERVICES OPEN PROCEDURE NUMBER 9/2016

Competitive Tendering & Procurement Policy

Innovative plastic sorting and reprocessing solution

DATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF

Template for ToR for Transaction Advisory Services

TENDER FOR SUPPLY, PROVIDING & FIXING HEAVY DUTY PVC FLOORING FOR M/S BALMER LAWRIE & CO LTD 21, NETAJI SUBHASH ROAD KOLKATA

REPUBLIC OF MACEDONIA LAW ON PUBLIC PROCUREMENT

Expression of interest

TITLE I GENERAL PROVISIONS. Article 1 Purpose

REQUEST FOR PROPOSALS

ISSF Online Shop - Terms and Conditions

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

DIRECTORATE-GENERAL INTERNAL POLICIES DIRECTORATE A - Economic and Scientific Policies

Sl.NO. Particulars Unit EMD Amount 1 Supply & Installation of Automatic Milk Fat 120 No s 1,00,000-00

(Legislative acts) DIRECTIVE 2014/55/EU OF THE EUROPEAN PARLIAMENT AND OF THE COUNCIL of 16 April 2014 on electronic invoicing in public procurement

Terms of Reference. Quality and Value Audits

PREQUALIFICATION OF BIDDERS FOR SUPPLY/PROVISION OF GOODS, SERVICES AND WORKS FOR 2016 FINANCIAL YEAR ENDING DECEMBER 2016 CATEGORY CHS/..

Standard Tender Evaluation Format. Procurement of Goods or Works. Public Procurement Board. Accra, Ghana

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

Supplementary Request for Tender. Framework Agreement Lot 1 for the Provision of Desktop & Notebook Computers and Associated Services

Call for tenders FL/LEG17-03EN

INVITATION TO TENDER

Procurement Document

TENDER SPECIFICATION DOCUMENT WEST MIDLANDS INTERNATIONAL TRADE LLP. Media for UKTI promotion 14/15 15/16. Tender for the Supply of Media Campaigns

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT

CONTRACT SPECIFICATION

Procurement of Goods, Works and Non- Consultant Services

Invitation to Tender. North East England Chamber of Commerce. Mobile Phone Contract

EJCDC Contract Documents for America s Infrastructure Buy online at

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

VADODARA SMART CITY DEVELOPMENT LTD.

DATE 02/02/2011 DATE 02/02/2011 DATE 02/02/2011

INSTRUCTIONS TO TENDERERS

Interested bidders Swedish Committee for Afghanistan, Kabul Management Office

Germany-Frankfurt-on-Main: ECB - Provision of translation services from Estonian, Finnish and Latvian into English 2017/S

Guidelines concerning Non-RU Applicants. Version 1.0

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY THE COUNTY TREASURY P.O. BOX MAKUENI

UNIVERSITY OF SUNDERLAND STANDING ORDERS TENDERING AND CONTRACT PROCEDURES

Closing date: 14 th December Date published: 23 rd October Cost of document: 1 P a g e REFERENCE NUMBER: PML/05/2015

Tender #: SAP Business Objects Licenses and Support Release Date: February 26, 2018 Closing Deadline: March 9, :00pm Newfoundland Time

Transcription:

Tender specifications for advertising of Satellite image analyses for agricultural control 2018 1 February 2018 1

1.1 Introduction... 3 1.2 The contracting authority... 3 1.3 Description of the project... 4 1.3.1 Lots... 4 1.3.2 Options... 4 1.3.3 Contract period... 4 1.4 Procedure, suitability criteria and tender evaluation... 4 1.4.1 Procurement procedure... 4 1.4.2 Suitability criteria... 4 1.4.2.1 The legal person... 4 1.4.2.2 Tender submitted by a consortium... 4 1.4.2.3 Use of sub-contractors... 5 1.4.2.4 Conditions of participation, the tenderer's own situation... 5 1.4.2.5 The tenderer's financial and economic suitability... 5 1.4.2.6 The tenderer's technical and professional suitability... 5 1.4.3 Tender evaluation... 6 1.4.3.1 Award criterion... 6 1.4.3.2 Sub-criteria... 6 1.4.3.3 Point model... 8 1.5 Tender conditions... 8 1.5.1 Tender deadline etc.... 8 1.5.2 Minimum requirements for content, presentation etc. of the tender... 9 1.5.3 Language... 9 1.5.4 Contractual basis... 9 1.5.5 Cancellation... 10 1.5.6 Costs of participation... 10 1.5.7 Variants... 10 1.5.8 Reservations... 10 1.6 Questions and corrections... 11 1.7 Confidentiality... 11 1.8 Schedule... 11 1.9 Procurement documents... 12 2

TENDER SPECIFICATIONS 1.1 Introduction These procurement documents elaborate on the advertisement at www.udbud.dk and www.jordbruksverket.se of 01.02.2018. The procurement procedure concerns a public contract for a project of a total contract value during the course of the contract of less than DKK 1,072,094, exclusive of VAT, which is of cross-border interest. The project is advertised at udbud.dk pursuant to sections 191-192 of the Danish Public Procurement Act 1 and section 10 of Executive Order No. 1572 of 30 November 2016. The contract is advertised as an open procedure. All interested parties are hereby invited to submit tenders for execution of the project in accordance with the specifications in these procurement documents. 1.2 The contracting authority The contracting authority under this joint procurement procedure is: The Ministry of Environment and Food of Denmark The Danish Agricultural Agency, Nyropsgade 30, DK-1780 København V, Denmark, On behalf of also: Swedish Board of Agriculture Vallgatan 8, SE-551 82 Jönköping, Sweden In these tender specifications the contracting authority will henceforth be referred to as the Contracting Authority. Contact: Jakob Dragsbaek E-mail address: jakdra@lbst.dk All communications must be sent by e-mail and be written in English In case of discrepancies between the Contracting Authority's written statements and oral declarations, the written statements shall prevail in all respects. 1 Act No. 1564 of 15 December 2015 3

1.3 Description of the project This procurement procedure comprises: A satellite image analyses project for agriculture control 2018. The project is not a framework agreement but an isolated contract. The contract will be awarded one suppliers based on the evaluation criteria described below. It is not planned to reopen the competition. The actual description and the requirements of the tendered project appear from the enclosed specification of requirements, cf. Appendix 2. 1.3.1 Lots The contract is not divided into lots. 1.3.2 Options No options are requested. 1.3.3 Contract period The contract period is from the award of contract to 2018-10-01. 1.4 Procedure, suitability criteria and tender evaluation 1.4.1 Procurement procedure In open procedures, all interested suppliers may submit tenders. The tenders received will be evaluated in two stages: the evaluation of suitability stage and the award stage. The purpose of the evaluation of suitability is to ensure competition between tenderers that are suitable to pursue the tendered project. The evaluation of suitability will be based on the information requested in item 1.4.2, Suitability criteria. In the award stage, a specific evaluation is made of the tenders received, and, based on this, it is decided which tenderer is to be awarded the contract. The contract will be awarded on the basis of the award criterion stipulated in item 1.4.3.1, Award criterion. 1.4.2 Suitability criteria 1.4.2.1 The legal person The tenderer shall state clearly and unequivocally the legal person that is the tenderer and thus liable to the Contracting Authority. 1.4.2.2 Tender submitted by a consortium If a tender is submitted by a consortium comprising several liable tenderers, the individual legal persons shall be stated clearly and unequivocally, in addition to a joint agent with whom the 4

Contracting Authority may enter into a contract that is binding on the consortium. The participants have joint and several liability. If a consortium is awarded the contract, each member of the consortium shall issue a written statement on joint and several liability for the performance of the contract. Participating in a consortium means that several businesses combine to jointly complete the tendered project, which might e.g. have been too large for them to complete individually. The use of sub-contractors to complete the project does not constitute a consortium. To the extent that the tenderer is a consortium, the statements and information given below under item 1.4.2.4, Conditions of participation, item 1.4.2.5, The tenderer's financial and economic suitability and item 1.4.2.6, The tenderer's technical and/or professional suitability shall be submitted for all members of the consortium. If the Contracting Authority demands references under item 1.4.2.6, and the Contracting Authority has determined a maximum number, the Consortium may, however, submit only the maximum number in total. Overall, the Consortium shall be required to fulfil the minimum requirements only if such requirements have been stipulated. By way of exception, however, the consortium members' sums insured cannot be added up with a view to fulfilling the minimum requirement, if a minimum requirement for insurance cover has been stipulated. In such cases, at least one of the members or the actual consortium must be able to document their fulfilment of the minimum requirement. 1.4.2.3 Use of sub-contractors If the tenderer intends to use sub-contractors to carry out the tendered project or elements thereof, the tenderer must state clearly and unequivocally in its tender the names of the sub-contractors as well as the elements of the project which the tenderer intends to sub-contract. The statements and information given below shall not be submitted for sub-contractors, since the supplier is responsible and liable for the work of any sub-contractors. 1.4.2.4 Conditions of participation, the tenderer's own situation The Contracting Authority will evaluate the tenderer's suitability to perform the tendered contract. The suitability evaluation may comprise the tenderer's own situation, financial and economic suitability and technical suitability. 1.4.2.5 The tenderer's financial and economic suitability If the tenderer is unable to present a minimum turnover of at least 1M DKK for the latest financial year, the tenderer shall seek to otherwise prove its economic and financial suitability by submitting appropriate documents. In such case, the tenderer shall refer to the circumstance relied on by the tenderer as valid grounds for not presenting the required documents. 1.4.2.6 The tenderer's technical and professional suitability The tenderer shall enclose the following as means of proof of its technical and professional suitability: 5

1. The business's references. A maximum of five references shall be enclosed for projects similar to the tendered contract, which the tenderer has completed within the tendered area in the last three years as from the date of publication of the advertisement. The reference list shall include the following information: A brief description of the project and its relevance with respect to the tendered project; the contact person at the business/public institution for which the project was carried out; the contract period; and the contract value. 2. Description of the tenderer's organisation, number of employees, professional qualifications of the employees (not CVs). 3. Description of the plant and technical equipment of the business that will be used to carry out the project. 4. Description of the measures taken by the tenderer to ensure quality. If the tenderer is unable to present a minimum of 3 references within satellite analyses within the last 3 years the required documentation of references for a valid reason, e.g. that the business in a new operator in the area concerned, the tenderer shall seek to otherwise prove its technical capacity by submitting appropriate documents. In such case, the tenderer shall also refer to the circumstance relied on by the tenderer as valid grounds for not presenting the required documents. The Contracting Authority reserves the right to contact the references stated to check the content of the references stated. 1.4.3 Tender evaluation 1.4.3.1 Award criterion The supplier is selected on the basis of the award criterion: best price quality ratio (the financially most advantageous tender). 1.4.3.2 Sub-criteria The evaluation of the financially most advantageous tender will be based on the criteria below with the weighting stated: Project solution 40 %: It is important for the Contract Authority to receive a tender with a comprehensive description of the planned methods, tools and algorithms along with a time schedule which demonstrates that the supplier has understood the tasks and that state of the art tools will be used. It is also important for the Contract Authority to receive at tender which demonstrates that the supplier will ensure a high level of communication throughout the project period. A physical start-up meeting in Copenhagen with the most relevant persons from both parties shall as a minimum be included in the proposed meeting structure. Description of the offered method incl. tools for solving task 1 on crop classification. Description of the offered method incl. tools for solving task 2 on determining homogeneity. 6

A timetable-draft for the complete process including a proposal for meeting structure must be handed in along with the bid. Description of a quick and easy method for reporting the status of available useful optical imagery weekly throughout the period from March 1 st - June 1 st Description of a webviewer where the optical satellite images used for task 1 and 2 are displayed along with the field parcel polygons and the results. Shifting between satellite images and searching for relevant attributes in the viewer must be swift and easy. Description of the planned content of the combined report. Staff-related qualifications 30 %: It is important for the Contract Authority to receive a tender with a description of the supplier s relevant experiences and resources which demonstrates that the supplier has sufficient knowledge and number of employees etc. to undertake the project and deliver in accordance with the required schedule. It is also important for the Contract Authority to receive a tender description of the supplier s quality assurance measures, which documents that the quality of the deliveries: analyses, webviewer and reporting is as required in the tender documents. Experience with state of the art remote sensing classification algorithms Description of the suppliers satellite analyses references. A maximum of five references shall be enclosed for projects similar to the tendered contract, which the tenderer has completed within the tendered area in the last three years as from the date of publication of the advertisement. The reference list shall include the following information: A brief description of the project and its relevance with respect to the tendered project; The contact person at the business/public institution for which the project was carried out; The contract period and the contract value. Description of the tenderer's organisation, number of employees, professional qualifications of the employees (not CVs). Description of the plant and technical equipment of the business that will be used to carry out the project. Description of the measures taken by the tenderer to ensure the quality of the deliveries. CVs must be enclosed as documentation. Professional competencies and relevant experience of the employees who will be responsible for completing the specific project, with particular emphasis on the project manager. 7

Price 30 %: It is important for the Contract Authority to receive a tender with a price which is not, based upon development of all new procedures but which is based on more standard operational procedures and tools. The supplier must deliver specific/fixed prices including webviewer and reporting for task 1 and 2 individually excl. VAT. The tender price will be converted to points following a non-linear model, where the tender with the lowest price will be given 9 points, and the other tender prices will be converted to points using the following formula: the tenders point = 9 * lowest price /the tenders price 1.4.3.3 Point model On evaluation, it is estimated how many points each tender should have for each of the quality subcriteria, using the following absolute point scale of 1 to 9: 9 Best possible compliance with the criterion 8 Excellent/superior compliance with the criterion 7 Good/highly satisfactory compliance with the criterion 6 Above average compliance with the criterion 5 Average /satisfactory compliance with the criterion 4 Below average compliance with the criterion 3 Less satisfactory compliance with the criterion 2 Inadequate compliance with the criterion 1 No compliance with the criterion or minimum requirements When the tenders have been received, a specific evaluation will be made of the tenders received, and on this basis it is decided which tenderer has submitted the economically most advantageous tender. 1.5 Tender conditions The tenderer shall submit its tender based on these procurement documents. The final contract shall be awarded on the basis of the enclosed draft contract, cf. Appendix 1. 1.5.1 Tender deadline etc. Tenders must be received by the contracting authority by: March 1st 2018 at 12:00 am (GMT +1) Tenders received after that time will not be considered. Tenders must be sent by e-mail to: The Danish Agricultural Agency kortoggis@lbst.dk 8

Attn.: Peter R. Eigaard Copy to: kiu@lbst.dk The following must be entered in the subject line of the e-mail: Procurement procedure for: Satellite image analyses for agricultural control 2018 not to be opened before the expiry of the tender deadline. In particular, it should be noted that tenders may be submitted solely to the e-mail address stated, and that any tenders received by ordinary mail and/or delivered to the Agency's address will be rejected. Tenders that are received in due time will be opened immediately after the tender deadline. The tenderer is not admitted to attend the opening of tenders. The tenderer is assumed to maintain its tender for a period of three months as from the tender deadline. The Contracting Authority shall not consider the procurement procedure completed until the contract, cf. Appendix 1, has been signed by both parties. Regardless of whether the contract is awarded to another tenderer, the tenderer shall be bound by its tender until the Contracting Authority has concluded the contract, but no longer than for the maintenance period stated above. 1.5.2 Minimum requirements for content, presentation etc. of the tender The Contracting Authority reserves the right to correct or remedy formal errors and omissions in the tenders received in compliance with section 159(5) and (6) of the Public Procurement Act. If the tender received contains more references than the stipulated maximum, the Contracting Authority reserves the right to contact the tenderer to request submission of a correct reference list within a short period of time determined by the Contracting Authority. Tender prices must be stated in DKK, including duties and fees, but exclusive of VAT, cf. further information on terms of payment etc. in the draft contract, cf. Appendix 1. 1.5.3 Language The tender and related appendices and any written questions asked during the procurement period shall be in English. All communication in the project shall also be in English. 1.5.4 Contractual basis The contract shall be concluded on the basis of the enclosed draft contract, cf. Appendix 1. 9

The contract establishes the obligations and rights that will be applicable between the contracting parties in relation to provision of the services comprised by this procurement procedure. It should be noted that the basic terms of the draft contract cannot be changed. The tenderer's standard terms will not be part of the contract basis. This applies even though the tenderer encloses its own terms on submission of the tender, delivery, order confirmation or invoicing, etc. See also item 1.5.8 on reservations. 1.5.5 Cancellation Until completion of the procurement procedure by conclusion of the final contract, the Contracting Authority reserves the right to cancel the procurement procedure and subsequently possibly carrying out a new procurement procedure, provided the reason for cancelling is not unjustified. Any cancellation will be accompanied by a letter to all tenderers stating the reason for the cancellation. 1.5.6 Costs of participation Tenderers participate in the procurement procedure for their own account and risk, and any costs or losses incurred by tenderers are of no concern to the Contracting Authority, including if the Contracting Authority should decide to cancel the procurement procedure without awarding a contract. 1.5.7 Variants Each Supplier is only entitled to submit one tender. It is not allowed to submit alternatives. Suppliers cannot tailor their tender, so that in the tender documents specified conditions for the bidding are derogated. Suppliers can in their tender not take reservations about the minimum in the requirements specification and the Supplier's solution description or make reservations on contract, including the Annexes thereto. 1.5.8 Reservations The tenderer is not entitled to make reservations with respect to basic elements of the overall procurement documents. If the tenderer encloses standard terms, the Contracting Authority will assess whether they contain reservations regarding the procurement documents. Reservations with respect to basic elements such as the price quoted, deadlines fixed and the draft contract will result in the tender being considered non-compliant. If possible, any reservations not concerning basic elements of the overall procurement documents will be priced by the Contracting Authority, and such price will be added to the tenderer's tender price. The Contracting Authority is also entitled to refrain from considering these tenders, however. Any reservations must be clearly stated. 10

1.6 Questions and corrections If the tenderer deems elements of the documents and the procurement procedure to be unclear or inappropriate, the tenderer is encouraged to ask written questions. Questions received no later than six working days before expiry of the tender deadline can be expected to be answered. The Contracting Authority will, however, endeavour to answer all questions no later than two working days before the tender deadline. Questions will be answered in writing. Questions, answers and any corrections will be published in an anonymous form at http://lbst.dk/om-os/udbud/ It is the tenderer's responsibility to keep current with any published questions and answers as well as corrigenda before expiry of the tender deadline, since non-conforming tenders are the tenderer's responsibility. 1.7 Confidentiality When preparing its tender, the tenderer should be aware that documents related to the Contracting Authority's procurement procedure, including tenders received, may be comprised by rules of law on right of access to documents within public administration authorities. This means that competitors etc. may request access to documents in connection with tenders submitted. According to the practice of the Complaints Board for Public Procurement, requests for access to documents from other businesses also participating in the procurement procedure must be granted after the circumstances. However, the evaluation of such request shall take into account whether the business submitting the tender has requested that parts of the tender be kept confidential and has to that effect indicated the information/elements of the tender to be kept confidential. If the tender contains information or elements that the tenderer wants to be excluded from right of access, the tenderer is therefore encouraged to state this in its tender. Notwithstanding the tenderer's statements about confidentiality, however, the Contracting Authority will be entitled and under an obligation to allow access to the documents to the extent this is stipulated by law. The Contracting Authority shall decide whether to allow access to documents after hearing the business for the information of which access is requested. 1.8 Schedule The procurement procedure shall be carried out in accordance with the following schedule: February 1st 2018 Advertising at www.udbud.dk and www.jordbruksverket.se February 21st 2018 Deadline for receiving questions, cf. item 1.6. March 1st 2018 March 20st 2018 Ultimo march 2018 Tender deadline Expected announcement of award decision. Expected award of contract. 11

1.9 Procurement documents The total procurement documents consist of these procurement conditions and the following appendices: Appendix 1: Draft contract Appendix 2: Specification of Requirements (= Appendix 1 to the contract) Appendix 3: Confirmation certificate 12