23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Transportmagasinet
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2020/S 205-499493
Offentliggjort
21.10.2020
Udbudstype
Offentligt udbud

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

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Geological Survey of Denmark and Greenland
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
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=277603&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=277603&B=KA
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: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=277603&B=KA
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
Other activity: Geoscience and consultancy

Section II: Object

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

Helicopter Services in Greenland Related to GEUS Fieldwork 2021-2024

Reference number: 046-0022
II.1.2) Main CPV code
60424120 Hire of helicopters with crew
II.1.3) Type of contract
Services
II.1.4) Short description:

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.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title:

Ad hoc Helicopter Services

Lot No: 1
II.2.2) Additional CPV code(s)
60424120 Hire of helicopters with crew
II.2.3) Place of performance
NUTS code: DKZZZ Extra-Regio NUTS 3
Main site or place of performance:

Greenland.

II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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).

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Optional extension of the duration of the framework agreement(s) by 12 months.

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:

Full charter Helicopter Services

Lot No: 2
II.2.2) Additional CPV code(s)
60424120 Hire of helicopters with crew
II.2.3) Place of performance
NUTS code: DKZZZ Extra-Regio NUTS 3
Main site or place of performance:

Greenland

II.2.4) Description of the procurement:

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.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

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).

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Optional extension of the duration of the framework agreement(s) by 12 months.

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 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.

Minimum level(s) of standards possibly required:

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.

III.1.3) Technical and professional ability
List and brief description of selection criteria:

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).

Minimum level(s) of standards possibly required:

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.

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:

EU OPS, JAR-OPS3 and similar.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
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: 16/11/2020
Local time: 12:00
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 17/11/2020
Local time: 12:00
Place:

GEUS.

Information about authorised persons and opening procedure:

No persons from service providers allowed.

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:

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.

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 72405600
Internet address: https://klfu.naevneneshus.dk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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).

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:
16/10/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web02