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 239-591041
Offentliggjort
08.12.2020
Udbudstype
Udbud efter forhandling

Udbyder

Central Denmark Region

Opdateringer

Annullering
(25.01.2022)

The reason for the cancellation is that, by way of the interlocutory decision of 12 January 2022 and based on the grounds presented by the Complaints Board for Public Procurement, the Complaints Board for Public Procurement assessed that the contract documents cannot form the basis of a lawful award decision.

The Danish HEMS Service — 4 Helicopters, Pilots and HEMS Crew Members


Central Denmark Region

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Central Denmark Region
National registration number: 29190925
Postal address: Skottenborg 26
Town: Viborg
NUTS code: DK04 Midtjylland
Postal code: 8800
Country: Denmark
Contact person: Johannes Traberg Christensen
E-mail: johannes.traberg@ph.rm.dk
Telephone: +45 78414806
Internet address(es):
Main address: http://www.udbud.rm.dk
Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/253854
I.1) Name and addresses
Official name: The North Denmark Region
National registration number: 29190941
Postal address: Niels Bohrs Vej 30
Town: Aalborg Ø
NUTS code: DK050 Nordjylland
Postal code: 9200
Country: Denmark
Contact person: Johannes Traberg Christensen
E-mail: johannes.traberg@ph.rm.dk
Telephone: +45 78414806
Internet address(es):
Main address: http://www.udbud.rm.dk
I.1) Name and addresses
Official name: The Region of Southern Denmark
National registration number: 29190909
Postal address: Damhaven 12
Town: Vejle
NUTS code: DK03 Syddanmark
Postal code: 7100
Country: Denmark
Contact person: Johannes Traberg Christensen
E-mail: johannes.traberg@ph.rm.dk
Telephone: +45 78414806
Internet address(es):
Main address: http://www.udbud.rm.dk
I.1) Name and addresses
Official name: Region Zealand
National registration number: 29190658
Postal address: Alléen 15
Town: Sorø
NUTS code: DK02 Sjælland
Postal code: 4180
Country: Denmark
Contact person: Johannes Traberg Christensen
E-mail: johannes.traberg@ph.rm.dk
Telephone: +45 78414806
Internet address(es):
Main address: http://www.udbud.rm.dk
I.1) Name and addresses
Official name: The Capital Region of Denmark
National registration number: 29190623
Postal address: Kongens Vænge 2
Town: H
NUTS code: DK01 Hovedstaden
Postal code: 3400
Country: Denmark
Contact person: Johannes Traberg Christensen
E-mail: johannes.traberg@ph.rm.dk
Telephone: +45 78414806
Internet address(es):
Main address: http://www.udbud.rm.dk
I.2) Information about joint procurement
The contract involves joint procurement
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=287988&B=REGIONMIDT
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=287988&B=REGIONMIDT
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health

Section II: Object

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

The Danish HEMS Service — 4 Helicopters, Pilots and HEMS Crew Members

Reference number: The Danish HEMS service
II.1.2) Main CPV code
60400000 Air transport services
II.1.3) Type of contract
Services
II.1.4) Short description:

The tender will include four helicopters, pilots and HEMS crew members for the operation of helicopter emergency medical services in Denmark. The contracting authorities will provide the doctors. The detailed terms of the operation of the services appear from draft ‘Contract on the operation of helicopter emergency medical services’, which is included as part of the tender documents. The draft contract is subject to negotiation.

The national Danish HEMS service was established by the five regions of Denmark and provides nationwide coverage using four EC-135 helicopters. The helicopters are staffed with a pilot, a HEMS Crew Member (HCM) and a doctor. The service is primarily dispatched to patients with acute life-threatening illnesses or traumatic injury but is also used for inter-hospital patient transfers in minor scale. The HEMS service is a 24/7 single pilot operation with a HEMS Crew Member.

II.1.5) Estimated total value
Value excluding VAT: 170 000 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
60400000 Air transport services
60424120 Hire of helicopters with crew
85141000 Services provided by medical personnel
II.2.3) Place of performance
NUTS code: DK DANMARK
Main site or place of performance:

Denmark.

II.2.4) Description of the procurement:

The four helicopters complete around 4 230 operations/3 341 flight hours a year. The crew utilises NVIS in order to land close to the accident scene at night-time and they use point in space procedures when landing at hospitals in difficult weather-conditions. Roughly 20 percent of the operations are executed using NVIS and around 10 percent include the use of the onboard instruments (IFR).

The four helicopters that constitute the HEMS-service are situated in Saltum on landside, Billund Airport, Ringsted Airfield and Skive on landside. On each location the regions have established a base with accommodation facilities for the crew and a hanger for the helicopter which allows for minor maintenance facilities. The bases are owned by the regions and are made available for the provider free of charge. The bases are designed to ensure rapid response to emergency calls, and therefore — during daytime — the crew can be airborne 4½ minutes after the sound of the alarm.

The contracting authorities have provided basis for submission of parallel bids. Consequently, the tenderers must submit tenders for four small helicopters as well as a parallel tender for two larger helicopters and two small helicopters. In addition, the tenderers must submit tenders for a contract of indefinite duration as well as a fixed-term contract for 10 years.

II.2.5) Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Reliability of operation / Weighting: 30
Price - Weighting: 30
II.2.6) Estimated value
Value excluding VAT: 170 000 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start: 15/10/2021
End: 01/10/2033
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:

In the event of more than 3 applicants not excluded from participating in the tender procedure and otherwise compliant, the contracting authorities will select the 3-4 tenderers on the basis of the references provided by the applicants as well as the financial capacity in respect of the financial ratios stated for annual revenue, equity, profit/loss before tax and solvency ratio. In this process the contracting authorities will primarily select the tenderers on the basis of the listed relevant references and secondly on the basis of the financial capacity in respect of the financial ratios.

When evaluating the applicants’ references, importance will be attached to the quality and the relevance of the references, including that the references are comparable with the contract tendered for in relation to size and complexity. Great importance will be attached to the applicant having stated references in respect of the applicant’s experience with HEMS with regard to:

• experience with single pilot solution,

• ability to perform HEMS day and night,

• ability to perform IFR, GPS-PinS, ARA.

In a similar climate/in weather conditions similar to Danish conditions, including in relation to low cloud ceiling, poor visibility and risk of ice formation.

Consequently, the contracting authorities will make an overall evaluation of the applicants who have the best technical and economic capacity and select the tenderers on the basis thereof.

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

The contracting authorities have an option of extending the number of emergency medical helicopters by two helicopters, from four emergency medical helicopters to six emergency medical helicopters.

The said option may be exercised for one helicopter (one emergency medical helicopter) at a time.

The contracting authorities must exercise the option in writing at a notice of no less than 2 years, unless otherwise agreed.

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 tender comprise parallel solutions for a contract of indefinite duration including a 10-year period of non-terminability and a fixed-term 10-year contract, respectively. Accordingly, the term of the contract, cf. clause II.2.7) must be read against this background. In addition, the estimated total value stated is expressive of the expected value over a contract term of 10 years.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Applicants are excluded from participating in the tender procedure if they are subject to the grounds for exclusion laid down in ss 135-137 of the Danish Public Procurement Act (udbudsloven).

Applicants must possess a valid AOC (Air Operator Certificate) and be certified in an EASA member state or an associated state. The contracting authorities reserve their right to demand documentation thereof prior to pre-qualification, and the applicants are therefore urged to enclose this documentation with the application.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

Applicants are requested to provide the following information which must be provided for each of the three most recent financial years available and having ended:

• annual revenue

• equity

• profit/loss before tax

• solvency ratio.

The said information must be provided by completing part IV, Clause B, of the ESPD.

Minimum level(s) of standards possibly required:

The contracting authorities impose the following minimum requirements as to applicants' economic and financial capacity:

• the applicant must have an equity of a minimum of EUR 7 million in the preceding financial year;

• the applicant must have had a pre-tax profit in two of the past 3 financial years;

• the applicant must have a solvency ratio of 20 % in the preceding finansial year.

Calculation of the applicant's equity and solvency ratio may include subordinate loan capital, provided that the subordinate loan capital is available to the applicant for a period of no less than 10 years as from the time of conclusion of the contract.

Since it is of quite decisive importance to the contracting authorities that the operator to perform the core task of the contract for which tenders are invited, i.e. the HEMS operations, has financial resilience to handle the task throughout the entire contract period, it is a requirement that the said operator, seen in isolation, fulfils the aforesaid minimum requirements of the applicant’s economic and financial capacity.

Consequently, to the extent that the applicant relies on the economic and financial capacities of other entities, it is a requirement that the entity, on which the applicant bases its economic and financial capacity, undertakes to provide the applicant with a capital contribution if the applicant is awarded the contract or, alternatively, to make subordinate loan capital available to the applicant during the ordinary ten-year term of the contract to the effect that the equity and the solvency ratio satisfy the above minimum requirements at the time of conclusion of the contract.

If the applicant relies upon capital contributions and/or subordinate loan capital made available no later than at the time of conclusion of the contract, the application must be accompanied by a declaration from the supporting entity which will be legally binding on the supporting entity for it to make the capital contribution/subordinate loan capital available for a period of no less than 10 years, provided that the applicant is awarded the contract.

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

Applicants must provide information in the ESPD as to applicants' most important references in respect of operation of helicopter emergency medical services.

Applicants are urged to state as follows in respect of each reference both in the ESPD and in the separate document – reference list of the tender documents:

(I) period within which the services were rendered;

(II) name of the customer and contact information;

(III) brief description of the contract, including:

(a) the applicant's role in performing the contract;

(b) the HEMS provided in regards to:

(i) experience with single pilot solution;

(ii) ability to perform HEMS day and night;

(iii) ability to perform IFR, GPS-PinS, ARA; etc.

(iv) experience with flight operational development projects initiated and executed on behalf of the customer;

(IV) the applicant’s management of work environment under the contract;

(V) pending cases regarding the contract/reference;

(VI) the applicant's yearly fee and total fee for the service.

a. If the tenderer is not allowed to specify the exact fee, please enter the approximate fee per Million (Euro).

(i) fee below EUR 5 million

(ii) fee above EUR 5 million

(iii) fee above EUR 8 million.

(VII) number of bases involved in the services by the applicant.

Such information is provided by completing part IV, Clause C, of the ESPD and the contracting authorities also urge the applicants to fill in the information in the separate reference list of the tender documents. If the applicant so wishes, the applicant may instead enclose a list of references in a separate appendix. If so, the ESPD must include a reference to such appendix only.

The contracting authorities reserve the right to contact the references stated for an elaboration thereof.

Minimum level(s) of standards possibly required:

The applicant must document

• references covering operation of a helicopter emergency medical service with total annual revenues of a minimum of EUR 6 million within one (1) of the past three (3) calendar years (i.e. 2018, 2019, 2020). Contract(s) used as reference must have a contract term of three years or more.

• the references must be pending or have been concluded within the past three years (i.e. 2018, 2019, 2020). With respect to pending references, it is furthermore a requirement that the helicopter emergency medical service must have been in operation for a minimum of two years.

It is noted that it is a requirement under the contract that the HEMS operations are performed by the applicant/that part of the applicant team fulfilling the aforesaid minimum requirements of the applicant’s technical and professional capacity, see s. 144(8) of the Public Procurement Act. The HEMS operations are consequently deemed to be a key task under the Contract for which tenders are invited.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 198-480172
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/01/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 26/01/2021
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
Tender must be valid until: 17/11/2021

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
VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Complaints Board for Public Procurement
Postal address: Nævnenes Hus, Tolboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints about the tender procedure must be submitted to the Complaints Board for Public Procurement according to s. 7 of Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement. Complaints about not obtaining pre-qualification must be received by the Complaints Board no later than 20 calendar days after the day on which the contracting authority has announced who has obtained pre-qualification. A complaints fee of DKK 20 000 must be paid at the same time. Other complaints must be received by the Complaints Board for Public Procurement no later than 45 days after the day on which the contracting authority has published an announcement in the Official Journal of the European Union stating that the contracting authority has entered into a contract. Concurrently with the submission of a complaint to the Complaints Board at the latest, the claimant must notify the contracting authority about the submission of the complaint to the Complaints Board and about whether the complaint has been submitted during the standstill period. Where the complaint has not been submitted during the standstill period, the claimant must also indicate whether a stay of execution is requested on the complaint. Furthermore, reference is made to the website of the Complaints Board for Public Procurement http://klfu.dk

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Competition and Consumer Authority
Postal address: Carl Jacobsensvej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: https://erhvervsstyrelsen.dk/klagevejledning-0
VI.5) Date of dispatch of this notice:
03/12/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.094|instance-web03