Fakta om udbudet
Bestilling af materiale
https://www.ethics.dk/ethics/eo#/aa2d2c3e-0153-4535-974c-503237658df0/publicMaterial
Udbyder
Dansk Dekommissionering
Opdateringer
In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the discretionary grounds for exclusion set out in section 137 of the Danish Public Procurement Act apply to this tender. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.
Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.
A tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The contracting authority may only exclude a tenderer if the contracting authority has informed the tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:
- an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii);
- where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.
For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.
Contract for the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside
Dansk Dekommissionering
Contract notice
Supplies
Section I: Contracting authority
National registration number: 26144744
Postal address: Frederiksborgvej 399
Town: Roskilde
NUTS code: DK021 Østsjælland
Postal code: 4000
Country: Denmark
Contact person: Uffe Brandshøj Christensen
E-mail: ubc@dekom.dk
Telephone: +45 22726315
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/aa2d2c3e-0153-4535-974c-503237658df0/homepage
Section II: Object
Contract for the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside
The contract relates to the delivery and service of a self-propelled modular transporter (SPMT) for the moving of various container types with the ability to drive both inside and outside.
DK-Roskilde
The contracting authority for this procurement is: Danish Decommissioning (https://dekom.dk/en/).
Danish Decommissioning is a state enterprise established in 2003, and is part of the Ministry of Higher Education and Science.
Danish Decommissioning’s primary tasks are:
• To dismantle the six original nuclear facilities at Risø. The decommissioning must be done in a safe, environmentally sound and economically optimal way,
• To receive, treat and store radioactive waste from Danish users of radioactive isotopes,
• To participate in the process, which by 2073 must have led to a permanent solution for the radioactive waste. Until then, Danish Decommissioning must store the waste.
This tender relates to the contracting authority’s procurement of the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside of their buildings.
The contract has not been divided into lots, cf. section 49(2) of the Danish Public Procurement Act, as there are only few operators within sale and service of SPMTs and as the SPMT must be constructed according to the listed requirements. On-site service must be available with original spareparts to secure daily operations on a stable level, therefore, service is essential for the contract.
Section III: Legal, economic, financial and technical information
The tenderer’s equity and profit for the year according to the latest three (3) available annual financial statements.
Minimum requirements:
1) A positive equity for the last 3 financial year, and
2) An average positive result for the last 3 financial years.
In relation to documentation of economic and financial standing, the tenderer must provide the following:
1) Equity:
o Publications of the recent annual financial statements (or extracts thereof), required by law in the country where the tenderer is established, stating where the total equity stated in the ESPD appears,
2) An average positive result for the last 3 financial years:
o Publications of the recent annual financial statements (or extracts thereof), required by law in the country where the tenderer is established.
1) A positive equity, and
2) An average positive result for the last 3 financial years.
The tenderer must include the most comparable and relevant references (however, no more than 5) undertaken within the past three (3) years. In relation to the technical and professional ability, the tenderer is required to provide the following:
By enclosing a list of 3 references for the supplier's delivery of similar supplies including services thereof performed within the last three years, stating 1) the customer's name, 2) The delivery year, 3) the nature of the delivery and 4) the period for performing follow-up service thereon.
The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the contract.
Section IV: Procedure
Section VI: Complementary information
In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the discretionary grounds for exclusion set out in section 137 of the Danish Public Procurement Act apply to this tender. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.
Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.
A tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The contracting authority may only exclude a tenderer if the contracting authority has informed the tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:
- an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii);
- where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.
For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.
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/
Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure:
Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within:
(1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published;
(2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision.
(3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act.
(4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act.
If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared void, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union.
Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act.
The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.
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