Fakta om udbudet
Bestilling af materiale
http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=277603&B=KA
Udbyder
Geological Survey of Denmark and Greenland
Vindere
Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024
(25.01.2021)
BlueWest Helicopters Aps.
Hangar B-83
3920 Narsarsuaq
Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024
(25.01.2021)
Air Greenland A/S
PO Box 1012
3900 Nuuk
Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024
(25.01.2021)
Sermeq Helicopters A/S
Jaaraatooq B-1284
3920 Qaqortoq
Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024
Geological Survey of Denmark and Greenland
Contract notice
Services
Section I: Contracting authority
National registration number: 55145016
Postal address: Oester Voldgade 10
Town: Copenhagen K
NUTS code: DKZZZ Extra-Regio NUTS 3
Postal code: 1350
Country: Denmark
Contact person: Marianne Vestergaard
E-mail: mve@geus.dk
Telephone: +45 31103038
Internet address(es):
Main address: http://www.geus.dk
Section II: Object
Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024
Every year GEUS carries out fieldwork during spring and summer making use of ad-hoc and full charter helicopter services. GEUS mainly uses smaller single-engine helicopters and work often takes place in unmapped areas. On occasion GEUS organizes geological field trips for professionals and VIP visitors. GEUS expects a continued strong commitment in Greenland for the years to come, a commitment that implies the use of helicopter services in all parts of Greenland. Over a period of 4 years (2016-2019) the need of helicopter assistance for GEUS operations has varied from 181 to 247.5 hours with an average of 219 hours per year as both full charter and ad-hoc operations. GEUS expects similar fieldwork activities for the years to come. To ensure the supply of helicopter services for such fieldwork activities GEUS wishes to enter a framework agreement with one or more experienced service providers that can provide GEUS with helicopter services in Greenland for a 4-year period.
Ad hoc Helicopter Services
Greenland.
Ad hoc services
— take-offs and landings from unprepared sites in the field, often in poorly mapped areas;
— mobilization and moves of field-teams (number of passengers may vary) and field equipment;
— sling of instruments and cargo to and in between field sites;
— landing on ice;
— VIP trips.
Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and an overall more cost-beneficial settlement for the purchasing part, cf. clause i IV.1.3).
Optional extension of the duration of the framework agreement(s) by 12 months.
Full charter Helicopter Services
Greenland
Full charter operations
— numerous take-offs and landings from unprepared sites in the field, most often in poorly mapped areas;
— mobilization and moves of field-teams (2-4 persons) and field equipment;
— mobilization and move(s) of drilling rig and equipment associated with a drilling camp, including extensive long-line sling operations;
— sling operations on land or to/from ship (e.g. moving fuel barrels);
— geological reconnaissance, geological sampling, grid sampling, photography, etc. including numerous brief ground-stops for sample collection, etcetera,
— stereo-photography or photogrammetric flying (should be undertaken with the sliding door open, conditions permitting), or remote sensing acquisition, possibly with hyperspectral camera mounted outside of helicopter (e.g. on a ‘filming-pole’) with option to draw power from helicopter;
— landing on ice.
Optional extension of the duration of the framework agreement by 12 months is intended to create the basis for greater commercial interest in the agreement, since a prolongation in excess of 48 months will afford a longer period for depreciation of investments for the providing part and an overall more cost-beneficial settlement for the purchasing part, cf. clause i IV.1.3).
Optional extension of the duration of the framework agreement(s) by 12 months.
Section III: Legal, economic, financial and technical information
The tenderer must submit a completed version of the European Single Procurement Document (ESPD) with the following information:
1) The tender must submit information on the solvency ratio (equity to total assets ratio) in each of the last 3 audited financial years available. If the tenderer is established within the last 3 years, the tenderer must submit information of the solvency ratio in the years, they have been established. There is differentiated minimums requirements in this situation.
2) The tenderer must have a professional risk indemnity insurance.
It is a minimum requirement that the tenderer has achieved a positive average solvency ratio in the last 3 audited financial years. If the tenderer only has been established in the last 2 financial years, the tenderer must have achieved an average solvency ratio of 5 % in the last 2 audited financial years. If the tenderer only has been established in the last financial year, the tenderer must have achieved an solvency ratio of 7,5 % in the last audited financial year.
Further it is a minimum requirement that the tenderer has a valid professional risk indemnity insurance.
The tenderer must submit a completed version of the European Single Procurement Document (ESPD) with the following information:
A list of the applicant’s most important former deliveries within the last 3 years (maximum of 5 references) which are comparable with the present procurement, cf. section II.1.4) and II.2.4). The list should preferably include the following information on each reference:
1) name of customer and contact person,
2) type of work,
3) time for the performance of the assignment,
4) equipment and techniques employed, and
5) contract values (optional).
The tender must with a minimum of 3 references demonstrate experience with operations similar to the requested type of helicopter services under similar conditions as described in section II.2.4) for respectively full charter operations and ad-hoc operations performed within the last 3 years.
EU OPS, JAR-OPS3 and similar.
Section IV: Procedure
GEUS.
No persons from service providers allowed.
Section VI: Complementary information
In accordance with the Danish Act on Public Procurement (Act No 1564 of 15 December 2015 — available at www.retsinformation.dk) § 148, the customer must demand that the tenderer completes the European Single Procurement Document (ESPD) as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfills the requirements listed in § 148(1) of the said Act.
The ESPD is available on EU-Supply at the URL stated in Section I.3) of this contract notice together with the rest of the tender documents. The ESPD should be completed via EU-supply.
The tenderer shall complete the ESPD, Part II A, B and C, Part III A, B and C, Part IV B and C and Part V.
According to § 144 of the said Act, a tenderer may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links between the entities. Where an economic operator wants to rely on the capacities of other entities, it shall as part of the tender prove to the customer that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect.
A tenderer who relies on the capacity of other entities shall ensure that the customer receives the tenderer’s own ESPD together with a separate ESPD with the relevant information for each of the entities that the tenderer relies upon. Finally when groups of entities, including temporary joint ventures, participates in the tender procedure together, each of the participating entities must complete a separate ESPD with the information required in Part II-IV.
Prior to a decision on the award of the contract, documentation for the information stated in the ESPD must be produced, cf. §§ 151-155 of the said Act. At any stage of the tender procedure, the customer further reserves the right to request a tenderer to submit documentation, if this is required to ensure that the procedure is conducted correctly.
The customer shall exclude a tenderer from participation in the tender procedure if the tenderer is subject to one of the mandatory and voluntary exclusion grounds in §§ 135, 136 and 137, subsection 1, number (1), (2) and (5) of the said Act. The tenderer shall submit information in this respect in the ESPD. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the said Act.
Tenderer must submit tenders via EU-Supply, cf. URL stated in Section I.3 of this contract notice.
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk/
Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement be filed with the Complaints Board for Public Procurement within 6 months starting the day after the contracting authority has sent notification to the candidates involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included a short account of the relevant reasons for the decision;
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.
The email of the Complaints Board for Public Procurement is stated in Section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in Section VI.4.1).
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