23948sdkhjf

Fakta om udbudet

EU-nr
2020/S 229-563721
Offentliggjort
24.11.2020
Udbudstype
Offentligt udbud

Udbyder

Danish Defence Acquisition and Logistics Organisation

Opdateringer

Rettelse
(24.12.2020)

IV.2.4)
Placing the text to be modified:Languages in which tenders or requests to participate may be submitted:
instead of:
EN, English
Read:
EN, English, DA, Danish

Annullering
(17.03.2021)

Regarding section II.1.5): the estimated value of the framework agreements covering both lots is DKK 16-45 million. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreement for Lot 1 for snow mobiles. As a consequence the uncertainity will also effects the framework agreement for Lot 2 for associated spare parts and services. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of both framework agreements at the present moment, while the upper limit of the interval constitutes the expected maximum value of both framework agreements in their duration.
Regarding III.1.3: if the tenderer relies on the educational or professional qualifications, or professional experience of another entity or entities in relation to the performance of specific aspects of the services described in section II.1.4) and II.2.4), the specific aspects of the services shall be performed by the entity or entities on which the tenderer relies.
The tenderer will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, DALO reserves the right to contact the tenderer and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the ESPD, including details on the specified dates of the performance of the deliveries.
Regarding section IV.2.4): The offer shall be in the language stated in section IV.2.4, however, the tenderer can provide the following requested documentation; Annual reports or excerpts hereof or other documentation in Danish.
The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, that the tenderer fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2) and III.1.3), and how the candidate fulfils the objective and non-discriminatory criteria of selection, cf. § 145(2), cf. section II.2.9).
The tenderer and, if relevant, the participants in the group of entities or/and entities on which the tenderer relies on, must use the electronic version of the ESPD available at ETHICS’ web portal. The ESPD shall be fulfilled and submitted at ETHICS’ web portal in accordance with the instructions given by ETHICS.
DALO demands that the tenderer and each of the legal entities whose economic and financial capacities the tenderer relies on undertake joint and several liability for the performance of the framework agreements.

Acquisition of Snowmobiles, Spare Parts and Services


Danish Defence Acquisition and Logistics Organisation

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danish Defence Acquisition and Logistics Organisation
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK DANMARK
Postal code: 2750
Country: Denmark
Contact person: Claes K. Jørgensen
E-mail: fmi-sd-alj12@mil.dk
Telephone: +45 72814000
Internet address(es):
Main address: www.fmi.dk
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/cddd53b5-a327-4114-b5ad-3da616b3f133/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/cddd53b5-a327-4114-b5ad-3da616b3f133/homepage
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: https://www.ethics.dk/ethics/eo#/cddd53b5-a327-4114-b5ad-3da616b3f133/homepage
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
Defence

Section II: Object

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

Acquisition of Snowmobiles, Spare Parts and Services

II.1.2) Main CPV code
34100000 Motor vehicles
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Acquisition of snowmobiles, spare parts and services.

II.1.5) Estimated total value
Value excluding VAT: 45 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

DALO will execute a combined award of framework agreements for both lots to one tender only.

II.2) Description
II.2.1) Title:

Acquisition of Snowmobiles

Lot No: 1
II.2.2) Additional CPV code(s)
34100000 Motor vehicles
II.2.3) Place of performance
NUTS code: DK0 DANMARK
II.2.4) Description of the procurement:

Acquisition of snow mobiles for extreme arctic environment.

The contract include an initial firm fixed order for 36 snowmobiles which become effective from contract signature. Additional orders for up to approximately 60 snow mobiles may be placed in the duration of the contract, however, no funds nor political approval are currently present.

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
Value excluding VAT: 27 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
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

The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

II.2) Description
II.2.1) Title:

Acquisition of Spare Parts and Services

Lot No: 2
II.2.2) Additional CPV code(s)
34900000 Miscellaneous transport equipment and spare parts
II.2.3) Place of performance
NUTS code: DK DANMARK
II.2.4) Description of the procurement:

Acquisition of spare parts and services associated to snowmobiles procured under the framework agreement for lot No 1.

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
Value excluding VAT: 18 000 000.00 DKK
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:

The contract has three options for renewal.

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

Each option for renewal has a duration of 48 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

The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

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 use the European Single Procurement Document (electronic version, hereafter ESPD) and provide the following information in the ESPD:

Its general yearly turnover for the last three (3) financial years to the extent such information is available, cf. Part IV, section B.

Its specific yearly turnover in the business area covered by the contract for the last three (3) financial years to the extent such information is available, cf. Part IV, section B.

Its equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last three (3) financial years, to the extent such information is available, cf. Part IV, section B.

Be advised that DALO at any time during the procurement procedure can request that the tenderer presents the above-mentioned documentation if this is deemed necessary to secure that the procurement procedure is conducted correctly. In this situation, DALO will set an appropriate time limit for the submission of the documentation.

Please note that a tenderer may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a subsupplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

Minimum level(s) of standards possibly required:

The tenderer must have had an equity ratio of at least ten (10) % for each the last three (3) financial years. The equity ratio is calculated by dividing the tenderer’s equity with the tenderers total assets (equity/total assets x 100). If the equity is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published.

If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio is calculated by dividing the sum of all the participants’ equities with the sum of all the participants’ total assets (sum of equity/sum of total assets x 100) in each of the last three (3) financial years available.

If the tenderer relies on the economic and financial standing of an entity or entities, the equity ratio is calculated by dividing the sum of the tenderer’s and the entity or entities’ equity with the sum of the tenderer’s and the entity or entities’ total assets (sum of equity/sum of total assets x 100) in each of the last three (3) financial years available.

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

The tenderer must use the European Single Procurement Document (electronic version, hereafter ESPD) and provide the following information in the ESPD:

A list of the most important similar deliveries (references), cf. section II.1.4) and II.2.4), in regard to the lot or lots in respect of which the tenderer has submitted an offer, carried out within the past three (3) years, prior to the deadline for the submission of the offer, cf. Part IV, section C.

The list should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the services as described in section II.1.4) and II.2.4) in regard to the lot or lots in respect of which the tenderer has submitted an offer. The description should include a description of the tenderers participation/role in the performance of the deliveries. The description should also contain information on the date of the deliveries, the size/quantity/volume and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country specific information is included, the tenderer is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries, the tenderer should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set.

Only the deliveries (references) performed at the time of the deadline for the submission of the offer will be considered when assessing if the minimum requirement for suitability stated below is fulfilled. If the delivery in question is ongoing, it is only the part of the services carried out within the past three (3) years and completed at the time of the deadline for the submission of the offer which will be included in the assessment of the delivery. Consequently, if a part of the services has not been carried out within the past three (3) years, or if a part of the services has not been completed at the time of the deadline for the submission of the offer, this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the tenderer clearly states which part (e.g. with regards to size, value, quantity or volume, etc.) of an ongoing delivery (reference) that has been carried out within the past three (3) years.

The list may contain a maximum of five previous deliveries whether the tenderer is one entity, composed of a group of entities (e.g. consortium), including temporary joint ventures or relies on the technical and professional capacity of other entities. If the list contains more than five, DALO will only consider the first five deliveries on the list. Deliveries beyond this number will be disregarded.

A tenderer may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderer’s own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

If advance payments are made, an on-demand guarantee from a recognised financial institution must be presented. The financial institution has to be approved by DALO.

Reference is made to the procurement documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. At present, this is Danish consolidation act. No 798 of June 2007 which requires electronic invoicing. Exact terms are stated in the contract.

No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group.

The framework agreements must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.

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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:

The LOT 2 agreement for spare parts and services to the snow mobiles procured under the LOT 1 agreement include options for extention of duration in order support the operative sustainment of the snow mobiles during the expected in-service life.

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/01/2021
Local time: 13:00
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:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 01/02/2021
Local time: 09:00
Place:

Ballerup, DENMARK.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.3) Additional information:

Regarding section II.1.5): the estimated value of the framework agreements covering both lots is DKK 16-45 million. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreement for lot 1 for snow mobiles. As a consequence the uncertainty will also effects the framework agreement for lot 2 for associated spare parts and services. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of both framework agreements at the present moment, while the upper limit of the interval constitutes the expected maximum value of both framework agreements in their duration.

Regarding III.1.3): if the tenderer relies on the educational or professional qualifications, or professional experience of another entity or entities in relation to the performance of specific aspects of the services described in section II.1.4) and II.2.4), the specific aspects of the services shall be performed by the entity or entities on which the tenderer relies.

The tenderer will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, DALO reserves the right to contact the tenderer and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the ESPD, including details on the specified dates of the performance of the deliveries.

Regarding section IV.2.4): the offer shall be in the language stated in section IV.2.4), however, the tenderer can provide the following requested documentation; annual reports or excerpts hereof or other documentation in Danish.

The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, that the tenderer fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2) and III.1.3), and how the candidate fulfils the objective and non-discriminatory criteria of selection, cf. § 145(2), cf. section II.2.9).

The tenderer and, if relevant, the participants in the group of entities or/and entities on which the tenderer relies on, must use the electronic version of the ESPD available at ETHICS’ web portal. The ESPD shall be fulfilled and submitted at ETHICS’ web portal in accordance with the instructions given by ETHICS.

DALO demands that the tenderer and each of the legal entities whose economic and financial capacities the tenderer relies on undertake joint and several liability for the performance of the framework agreements.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
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: www.kfst.dk
VI.5) Date of dispatch of this notice:
19/11/2020

Send til en kollega

0.079