202446-2025 - Competition
Czechia – Architectural, engineering and surveying services – Rozvoj služeb eGovernmentu města Břeclav - DTM
OJ S 62/2025 28/03/2025
Contract or concession notice – standard regime - Change notice
Services
1. Buyer
1.1.
Buyer
Official nameMěsto Břeclav
Emailroland.vlasic@breclav.eu
Legal type of the buyerLocal authority
Activity of the contracting authorityGeneral public services
2. Procedure
2.1.
Procedure
TitleDevelopment of eGovernment services of the city of Břeclav - DTM
DescriptionThe subject of the public contract is the acquisition and completion of the data content of the digital technical map (hereinafter “DTM”) and passports in the territory of the city of Břeclav in such a form of data acquisition (consolidation and mapping) and to the extent that all current legislative and technical requirements are met.
Procedure identifier52459649-1a4a-4cdd-aa2c-d6b7ec3b01cc
Previous notice2fa77483-f7af-46d6-88cd-2b521fb473a4-01
Internal identifierRozvoj služeb eGovernmentu města Břeclav - DTM
Type of procedureOpen
The procedure is acceleratedno
2.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71250000 Architectural, engineering and surveying services
Additional classification (cpv): 72310000 Data-processing services, 71354100 Digital mapping services, 38221000 Geographic information systems (GIS or equivalent)
2.1.2.
Place of performance
Country subdivision (NUTS)Jihomoravský kraj (CZ064)
CountryCzechia
2.1.3.
Value
Estimated value excluding VAT6 750 000,00 CZK
2.1.4.
General information
Legal basis
Directive 2014/24/EU
32014L0024 - Directive 2014/24/EU of the European Parliament and of the Council of 26 February 2014 on public procurement and repealing Directive 2004/18/EC
134/2016 Sb. - Public Procurement Act
2.1.6.
Grounds for exclusion
Purely national exclusion groundsA qualified supplier for the performance of a public contract is a supplier who, inter alia, meets the basic eligibility pursuant to Section 74 et seq. Sweepstakes. Failure by the contractor to provide all the required information and documents in a timely manner in the tender, or failure by its tender to comply in every respect with the tender specifications, may have the effect of excluding the contractor from the procurement procedure. A procuring entity shall not take into account any reservations on the part of the supplier regarding the specifications contained in its tender. Any reservation implies non-compliance with the specifications and may lead to the exclusion of the contractor from the procurement procedure. A contractor who fails to meet the qualifications to the extent required and the PPA and tender specifications in the manner required or permitted may, depending on the circumstances, be excluded by the Contracting Authority from participating in the procurement procedure. In the case of a selected supplier, it must be excluded from the tendering procedure for these reasons within the meaning of Section 48(8) of the ZZVZ. The procuring entity shall exclude a selected supplier who fails to submit the required data, documents or samples as required by the procuring entity. The procuring entity shall exclude a selected supplier that is a joint-stock company or has a legal form similar to a joint-stock company and does not exclusively issue book-entry shares. The contracting authority shall also exclude the selected supplier if, on the basis of the above documents, it finds that the selected supplier was in a conflict of interest pursuant to Section 44(2) and (3) of the Act.
5. Lot
5.1.
LotLOT-0001
TitleDevelopment of eGovernment services of the city of Břeclav - DTM
DescriptionThe subject of the public contract is the acquisition and completion of the data content of the digital technical map (hereinafter “DTM”) and passports in the territory of the city of Břeclav in such a form of data acquisition (consolidation and mapping) and to the extent that all current legislative and technical requirements are met.
Internal identifierRozvoj služeb eGovernmentu města Břeclav - DTM
5.1.1.
Purpose
Main nature of the contractServices
Main classification (cpv): 71250000 Architectural, engineering and surveying services
Additional classification (cpv): 72310000 Data-processing services, 71354100 Digital mapping services, 38221000 Geographic information systems (GIS or equivalent)
5.1.2.
Place of performance
Country subdivision (NUTS)Jihomoravský kraj (CZ064)
CountryCzechia
5.1.3.
Estimated duration
Start date01/05/2025
Duration180 Days
5.1.5.
Value
Estimated value excluding VAT6 750 000,00 CZK
5.1.6.
General information
Reserved participationParticipation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be givenTender requirement
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)no
This procurement is also suitable for small and medium-sized enterprises (SMEs)yes
Information about previous notices
Identifier of the previous notice783914-2024
Identifier of the part of the previous notice783914-2024
5.1.7.
Strategic procurement
Aim of strategic procurementFulfilment of social objectives
DescriptionThe contracting authority will require the selected contractor to ensure compliance with labour legislation (the Labour Code and the Employment Act) and the resulting obligations, in particular in relation to the remuneration of employees, compliance with working time, compliance with rest periods, employment of foreigners and compliance with health and safety conditions at work, for all persons who will participate in the performance of the subject of the public contract. At the same time, the procuring entity will require the proper and timely fulfilment of financial obligations towards all actors in the supply chain involved in the performance of the contract.
Social objective promotedFair working conditions
5.1.8.
Accessibility criteria
Accessibility criteria for persons with disabilities are not included because the procurement is not intended for use by natural persons
5.1.9.
Selection criteria
Criterion
TypeSuitability to pursue the professional activity
DescriptionThe procuring entity shall require the following to prove the fulfilment of professional competence: a) pursuant to Section 77(1) of the ZVZZ, an extract from the Commercial Register if the supplier is registered outside the company, or other similar records if another legal regulation requires registration in such records, b) pursuant to Section 77(2)(a) of the ZVZZ, proof of a business licence to the extent corresponding to the subject of the public contract, in particular proof of a business licence pursuant to Section 10(3)(a) of Act No 455/1991 on trade licensing, as amended, i.e. an extract from the Trade Register to the extent corresponding to the subject of the public contract - the supplier shall at least provide a trade licence for ‘Performance of surveying activities’.
Use of this criterionUsed

Criterion
TypeTechnical and professional ability
DescriptionIn order to prove compliance with the technical qualification, the contracting authority requires, pursuant to Section 79(2)(b) of the ZVZZ, a list of significant supplies provided by the supplier during the last 5 years prior to the start of the procurement procedure, including the indication of the price and the time of their provision and identification of the client. The contracting authority stipulated that significant supplies for a period longer than the last 3 years before the launch of the tender procedure will be taken into account, as it considers this to be necessary within the meaning of the Act in view of the specificity of the subject matter of the public contract in order to ensure an adequate level of competition. The tenderer shall provide evidence of at least 3 significant similar contracts. A significant similar contract is considered to be a contract whose subject matter was consolidation or new (geodetic) focus of technical infrastructure for DTM with a total financial volume of at least CZK 1,000,000 excluding VAT. The contracting authority also requires to submit a list of the members of the implementation team who will participate in the performance of the public contract (the contracting authority sets the minimum number of team members at 3) in order to prove compliance with the technical qualification pursuant to Section 79(2)(c) and (d) of the ZVZZ, to the minimum extent: a) vedoucí projektového týmu - vysokoškolské vzdělání v oboru zeměměřických činností, - minimálně 5 let praxe v oblasti zpracování geografických dat nebo zeměměřické činnosti, - znalost aktuální legislativní úpravy a relevantních metodických materiálů v oblasti digitálních technických map, - osvědčení o oprávnění pro ověřování výsledků zeměměřických činností v rozsahu dle 16f odst. 1 písm. c) zákona č. 200/1994 Sb., o zeměměřictví a o změně a doplnění některých zákonů související s jeho zavedením, vydaného Českým úřadem zeměměřickým a katastrálním, - zkušenosti s účastí na pozici vedoucího projektového týmu minimálně u 1 referenční zakázky v oblasti DTM, zpracování geografických dat nebo zeměměřické činnosti, na kterých se podílel v posledních 5ti letech před zahájením zadávacího řízení, kdy minimální finanční objem 1 zakázky činí 1.000.000 Kč bez DPH. b) geodet - vysokoškolské vzdělání v oboru zeměměřických činností, - minimálně 5 let praxe při realizaci projektů v oblasti zeměměřických činností, - minimálně 5 let praxe v oblasti DTM nebo pořizování prostorových dat, - znalost aktuální legislativní úpravy a relevantních metodických materiálů v oblasti digitálních technických map, - osvědčení o oprávnění pro ověřování výsledků zeměměřických činností v rozsahu dle 16f odst. 1 písm. c) zákona č. 200/1994 Sb., o zeměměřictví a o změně a doplnění některých zákonů související s jeho zavedením, vydaného Českým úřadem zeměměřickým a katastrálním, - zkušenosti s účastí na pozici geodeta minimálně u 1 referenční zakázky v oblasti DTM, zpracování geografických dat nebo zeměměřické činnosti, na kterých se podílel v posledních 5ti letech před zahájením zadávacího řízení, kdy minimální finanční objem 1 zakázky činí 1.000.000 Kč bez DPH. c) kontrolor dat - středoškolské vzdělání v oboru zeměměřických činností nebo v příbuzném oboru (geoinformatika, geomatika, kartografie) nebo praxe v oblasti zeměměřických činností nebo pořizování geografických dat minimálně 5 let, - minimálně 2 roky praxe s realizací projektů v oblasti DTM nebo v oblasti pořizování prostorových dat, - zkušenosti s účastí na pozici editora nebo geodeta nebo konzultanta minimálně u 1 referenční zakázky v oblasti zpracování geografických dat nebo zeměměřické činnosti, kontrolní či dozorové činnosti, na kterých se podílel v posledních 5ti letech před zahájením zadávacího řízení. The contractor shall demonstrate compliance with this part of the technical qualification by submitting a list of team members in the form of a professional CV of each individual team member, from which it must be clear that the team member has fulfilled the required conditions. The curriculum vitae shall include at least: - name and surname, - the highest level of education, - professional experience, from the description of which it must be clear that the member fulfils the required conditions in the form of: the length of experience, the number and description of completed contracts in the given area, which will include the name of the client, the name of the contract, the description of the contract, the time of performance, the contact details of the person with whom the information can be verified (name, telephone, email), - the relationship with the supplier (employee, subcontractor, etc.).
Use of this criterionUsed
5.1.10.
Award criteria
Criterion
TypeQuality
NameOffer price in CZK without VAT
DescriptionFor the evaluation of the offer price for the subject of performance, the most appropriate tender is the one offering the lowest total offer price excluding VAT and calculated according to the formula: Lowest price exclusive of VAT ------------------------------------------------- X 100 X (criterion weight 0.8) Rated price exclusive of VAT The maximum number of points in the overall rating within this evaluation criterion is 80 points.
Category of award weight criterionWeight (percentage, exact)
Award criterion number80
Criterion
TypeQuality
NameExperience of the implementation team
DescriptionWithin this evaluation criterion, the contracting authority will evaluate the experience of individual team members (i.e. the head of the project team and surveyors) who will be directly involved in the performance of the public contract and through whom it has demonstrated the fulfilment of qualifications according to paragraph 9.3.2. of the tender documentation. An offer with overall higher (extensive) experience of individual team members is considered to be a more suitable offer. The contracting authority will evaluate the experience of these persons beyond the qualifications demonstrated in accordance with paragraph 9.3.2. of the tender specifications (i.e. the experience with which the participant will prove the qualification cannot be counted for evaluation purposes). The subject of the evaluation, within this evaluation criterion, will be the experience of individual team members (i.e. the head of the project team and surveyors) stated separately in the professional CV with participation in the implementation of contracts in the field of DTM, processing of geographical data or surveying activities, in which he participated in the last 5 years before the start of the procurement procedure, when the minimum financial volume of 1 contract is CZK 1,000,000 excluding VAT. A maximum of 5 experiences beyond the minimum required qualification for each individual team member will be evaluated. If a participant offers more experience to the relevant person, 5 experiences will be used for the purpose of evaluating his/her offer. For each experience of an individual team member that meets the above requirements, the Contractor will receive 10 points. An individual team member can therefore receive a maximum of 50 points, in total the contractor can receive a maximum of 100 points for all team members (10 points / 1 experience x 5 experience x 2 team members = a maximum of 100 points). The contractor is required to specify precisely which team members' experience is required to prove the qualifications of the contractor and which is required for evaluation purposes. The list of experience of individual members of the project team for evaluation purposes cannot be extended additionally (after submission of the tender); in the event that the information in the tender is not complete or unambiguous, the relevant reference contracts may not be accepted for the purpose of evaluating the tender. Experience in the implementation of one action can only be recognised once per team member for evaluation purposes. A participant who does not submit any additional experience of individual team members beyond the minimum required qualification will be awarded 0 points for the purpose of evaluating this criterion. Tenders will be evaluated under this evaluation criterion after the transfer of experience to scoring using the scoring method described above. Subsequently, the sum of the points for all satisfactory experience will be converted into a scoring according to the given criterion according to the following formula: Evaluation offer ----------------------------------------------------- X 100 X (criterion weighting 0.2) The highest scored tender The maximum number of points in the overall evaluation of this evaluation criterion is 20 points.
Category of award weight criterionWeight (percentage, exact)
Award criterion number20
5.1.11.
Procurement documents
Address of the procurement documentshttps://zakazky.breclav.eu/
5.1.12.
Terms of procurement
Terms of submission
Electronic submissionRequired
Address for submissionhttps://zakazky.breclav.eu/
Languages in which tenders or requests to participate may be submittedCzech
Electronic catalogueNot allowed
VariantsNot allowed
Deadline for receipt of tenders14/04/2025 09:00:00 (UTC+2)
Deadline until which the tender must remain valid120 Days
Terms of contract
The execution of the contract must be performed within the framework of sheltered employment programmesNo
Electronic invoicingRequired
Electronic ordering will be usedno
Electronic payment will be usedno
Financial arrangementThe right to payment of the price for the performance of the work and the right to issue an invoice for such performance arises after the proper handover of the work, including all required annexes, documents and statements, agreed by the client without reservations. In accordance with Act No. 235/2004 Coll., on Value Added Tax, as amended, and Act No. 563/1991 Coll., on Accounting, as amended, the invoice must contain the identification of the invoice and its number, the name and registered office of the contractor and the client with their other identification data, the identification of the Contract and the amount to be invoiced, and other data required under the above legislation. The invoice must also contain the following information: Name of the project: Development of eGovernment services of the city of Břeclav and its contributory organizations (ORPB), project registration number: CZ.06.01.01/00/22_009/0003052.
5.1.15.
Techniques
Framework agreementNo framework agreement
Information about the dynamic purchasing systemNo dynamic purchase system
Electronic auctionno
5.1.16.
Further information, mediation and review
Review organisationÚřad pro ochranu hospodářské soutěže
Information about review deadlines: The condition for submitting a proposal to the Office for the Protection of Competition is the submission of objections to the Contracting Authority, which must be delivered within 15 days of the date on which the complainant became aware of the alleged infringement of the law by the Contracting Authority, but no later than by the conclusion of the contract or until the moment when the competition for the proposal is considered to be closed after the selection of the proposal. Objections to actions announced in documents that the Contracting Authority is obliged by law to publish or send to the Complainant must be delivered to the Contracting Authority within 15 days of their publication or delivery to the Complainant. Where a time limit for the submission of requests to participate is set in the procurement procedure, objections to the conditions relating to the qualification of the Contractor must reach the Contracting Authority no later than the end of that time limit. Where a tendering procedure provides for a time limit for the submission of tenders, objections to the specifications must reach the contracting authority by the end of that time limit at the latest. Objections to the content of the invitation to tender in the dynamic purchasing system or for the award of a contract based on a framework agreement shall reach the contracting authority at the latest by the end of the time limit for the submission of tenders. In a design contest, objections to the conditions of competition must be received by the end of the deadline for submission of proposals at the latest. The contracting authority may stipulate in the tender documents or competitive conditions that objections pursuant to Section 242(3) or (4) of the Act may be submitted no later than 72 hours before the end of the time limits pursuant to Section 242(3) or (4) of the Act. Objections to voluntary notification of the intention to conclude a contract pursuant to Section 212(2) of the Act must be delivered to the Contracting Authority within 30 days of the publication of this notice. The contracting authority is obliged to settle the objections within 15 days. The proposal must be delivered to the Office and the Contracting Authority within 10 days of the date on which the complainant received the decision by which the Contracting Authority rejected the objections or within 25 days of sending the objections, if the Contracting Authority has not decided on the objections. After the conclusion of a specific contract or a framework agreement, only an application for an injunction against performance of the contract may be submitted, even without prior objection. The proposal to impose a ban on the performance of the contract shall be delivered by the applicant to the Office for the Protection of Competition and in a copy to the Contracting Authority within 30 days of the date on which the Contracting Authority published a notice on the conclusion of the contract in a manner pursuant to Section 212(2) of the Act, stating the reason for the award of the public contract without publication of a contract notice, a prior information notice or an invitation to submit tenders in a simplified below-threshold procedure, but no later than 6 months after the conclusion of this contract. An application for the imposition of a ban on the performance of a contract pursuant to Section 254(1)(d) of the Act shall be submitted by the applicant to the Office for the Protection of Competition and in a copy to the Contracting Authority within 30 days of the date on which the Contracting Authority published a notice on the conclusion of a contract on the basis of a framework agreement pursuant to Section 137 of the Act or a notice on the conclusion of a contract in a dynamic purchasing system pursuant to Section 142 of the Act, but no later than 6 months after the conclusion of this contract. Within the deadline for receipt of the application, the applicant is obliged to deposit into the ÚOHS account a deposit of 1% of the offer price of the applicant for the entire period of performance of the public contract or for the first four years of performance in the case of contracts of indefinite duration, but at least in the amount of CZK 50,000, up to a maximum of CZK 10,000,000. In the event that the applicant cannot determine the total offer price, he/she is obliged to make a deposit of CZK 100,000. In the case of an application to impose a ban on performance of the contract, the applicant is obliged to pay a deposit of CZK 200,000. In the case of a procedure for reviewing the procedure for awarding concessions, the applicant is obliged to deposit a deposit of 1% of the estimated value of the concession published in the Public Procurement Bulletin or on the profile of the Contracting Authority, but not less than CZK 50,000 and not more than CZK 10,000,000, into the account of the Office for the Protection of Competition (ÚOHS). In the event that the Contracting Authority does not publish the estimated value of the concession in the Public Procurement Bulletin or on the Contracting Authority's profile, the applicant is obliged to make a deposit in the amount of CZK 100,000. In the case of an application to impose a ban on the performance of a concession contract, the applicant is obliged to lodge a deposit of CZK 200 000.
Organisation providing additional information about the procurement procedureMěsto Břeclav
Organisation providing offline access to the procurement documentsMěsto Břeclav
Organisation providing more information on the review proceduresÚřad pro ochranu hospodářské soutěže
8. Organisations
8.1.
ORG-0001
Official nameMěsto Břeclav
Registration number00283061
Postal addressnáměstí T. G. Masaryka 42
TownBřeclav
Postcode69002
Country subdivision (NUTS)Jihomoravský kraj (CZ064)
CountryCzechia
Emailroland.vlasic@breclav.eu
Telephone+420 731428200
Internet addresshttps://breclav.eu/
Buyer profilehttps://zakazky.breclav.eu/
Roles of this organisation
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
8.1.
ORG-0002
Official nameÚřad pro ochranu hospodářské soutěže
Registration number65349423
Postal addresstřída Kpt. Jaroše 1926/7
TownBrno
Postcode60200
Country subdivision (NUTS)Jihomoravský kraj (CZ064)
CountryCzechia
Emailposta@uohs.cz
Telephone+420 542167111
Internet addresshttps://uohs.gov.cz
Roles of this organisation
Review organisation
Organisation providing more information on the review procedures
10. Change
Version of the previous notice to be changed178845-2025
Main reason for changeInformation updated
DescriptionAdjustment of the time limit for the submission of tenders
10.1.
Change
Section identifierLOT-0001
Description of changesAdjustment of the time limit for the opening of tenders
Notice information
Notice identifier/versionf9203783-06a9-4bba-bfd9-ba7af5685975  -  01
Form typeCompetition
Notice typeContract or concession notice – standard regime
Notice subtype16
Notice dispatch date27/03/2025 07:46:52 (UTC+1)
Languages in which this notice is officially availableCzech
Notice publication number202446-2025
OJ S issue number62/2025
Publication date28/03/2025