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

Fakta om udbudet

EU-nr
2022/S 021-051434
Offentliggjort
31.01.2022
Udbudstype
Offentligt udbud

Udbyder

Danish Defence Acquisition and Logistics Organisation

Vindere

Framework Agreement No. 4600006165 for Weapon Oil S-761

(28.11.2022)
Milispec International b.v.
Huijgensstraat 15
2652XK Berkel en Rodenrijs

Framework Agreement No. 4600006165 for Weapon Oil S-758

(28.11.2022)
Milispec International b.v.
Huijgensstraat 15
Berkel en Rodenrijs

Acquisition of Weapon Oil


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 Kennie 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#/d47a1acc-417c-4565-82cb-0a4054a7a2eb/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#/d47a1acc-417c-4565-82cb-0a4054a7a2eb/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#/d47a1acc-417c-4565-82cb-0a4054a7a2eb/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 Weapon Oil

Reference number: 2021/010212
II.1.2) Main CPV code
35000000 Security, fire-fighting, police and defence equipment
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Danish Ministry of Defense Acquisition and Logistic Organisation (DALO) do hereby launch a tender for a 4-year framework agreement covering the purchase of weapon oil, which are to be used as a cleaner, lubricant and for preservation of small to large calibre weapons across all three services (Army, Navy, Air force).

II.1.5) Estimated total value
Value excluding VAT: 3 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

1. Acquisition of Weapon Oil S-758 (LOT 1) Lubricant, Cleaner and Preservative for Weapons.

Lot No: 1
II.2.2) Additional CPV code(s)
09210000 Lubricating preparations
09211000 Lubricating oils and lubricating agents
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

Acquisition of Weapon Oil S-758 (LOT 1) Lubricant, Cleaner and preservative for Weapons in accordance to Appendix A (LOT 1) Requirements Specification.

The Agreement does not concern other goods/services etc. than those specified in the Requirement Specification, cf. Appendix A (LOT 1). Therefore, it is not within the scope of this Agreement to deliver any other weapon oil or weapon cleaning remedies, e.g. cloth, brushes, swabs, etc. Please note DALO will place an initial order in accordance to the Agreement clause 3.2.

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: 2 500 000.00 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:

2. Acquisition of Weapon Oil S-761 (LOT 2) General Purpose, Weapons Oil.

Lot No: 2
II.2.2) Additional CPV code(s)
09210000 Lubricating preparations
09211000 Lubricating oils and lubricating agents
II.2.3) Place of performance
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

Acquisition of Weapon Oil S-761 (LOT 2) General Purpose, Weapons Oil.

The agreement regarding Weapon Oil S-761 (LOT 2) does not concern other goods/services etc. than those specified in the Appendix A (LOT2 ) Requirement Specification. Therefore, it is not within the scope of agreement to deliver any other weapon oil or weapon cleaning remedies, e.g. cloth, brushes, swabs, etc. Please note DALO will place an initial order in accordance to the Agreement clause 3.2.

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: 500 000.00 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.

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 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 3 financial years, to the extent such information is available, cf. Part IV, section

B.

Upon request from DALO the tenderer must submit the following documentation:

Annual reports or excerpts hereof or other documentation stating the tenderer’s 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

3 financial years, to the extent such information is available.

When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender

procedure together, the documentation must be provided for each of the participating entities. If the tenderer

relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company) or

the documentation must equally be provided for each entity or entities.

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 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 a SIGNED

ESPD from the entity or entities on which the tenderer relies is submitted along with the enderers 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 a positive equity ratio for each the last 3 financial years. The equity ratio is

calculated by dividing the candidate's/tenderer’s equity with the candidate's/tenderers total assets

(equity/total assets x 100).

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 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 3

financial years available.

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

-

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

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 agreement 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 several operators
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 233-574497
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/03/2022
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:
Danish, 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: 10/03/2022
Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

The procurement is expected to recur during 1st quarter 2026.

VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

Regarding section II.1.5): The estimated value of the framework agreement is DKK 3-4 mio. The reason for the interval stated is uncertainty regarding final value of the agreement. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the agreement at present moment, while the upper limit constitutes the expected maximum value of the agreement in its duration.

-

The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the Danish Defence’ operational needs through the duration of the framework agreement, including un-certainty about specific deployments and mission areas in particular, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significant larger expenditure on the framework agreement than what is expected at the moment.

-

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 contract.

-

Regarding section IV.2.4): Note, that the procure documents is in English. However, it is permissible to submit applications for participation and offers in either Danish or English. Questions submitted during the tender procedure shall be written in English and DALO will answer these questions in English.

-

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 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 ETH-ICS. The ESPD document must be signed by the supporting entity. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document. The tenderer may submit an ESPD for each lot.

-

Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. Please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3), for further information on the matter.

-

For further information regarding this procurement, please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3).

-

DALO does not provide remuneration for the participants in the tender.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud (The Complaints Board for Public Procurement) Nævnenes Hus
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.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to 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 regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, 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 with-in:

1) 45 calendar days after the contracting authority has published a contract award notice in the Official Jour-nal of the European Union. The time limit is calculated from the day after the publication date.

2) 30 calendar days starting the day after the contracting authority has notified the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes an account of the rea-sons for the decision.

3) 6 months after the contracting authority has entered into the framework agreement starting the day after the contracting authority has sent notification to the candidates/tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision.

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his deci-sion to uphold the contract, cf. § 185(2) of the Public Procurement Act.

-

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 stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).

-

Contact information for 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 on the website 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: www.kfst.dk
VI.5) Date of dispatch of this notice:
26/01/2022
Annonce Annonce
BREAKING
{{ article.headline }}
0.064|instance-web04