Fakta om udbudet
Bestilling af materiale
https://www.ethics.dk/ethics/eo#/c54448e8-05ce-47cd-b94f-7cbd3ed02e20/publicMaterial
Udbyder
Danish Ministry of Defence Acquisition and Logistics Organisation
Vindere
Engine exchange on SAAB T-17 Lycoming IO-360-A1B6
(21.03.2023)
Scan Aviation A/S
Amager Landevej 147B
2770 Kastrup
Engine exchange on SAAB T-17 Lycoming IO-360-A1B6
(21.03.2023)
Airparts Company Ltd.
2310 NW 55th Court
FL-33309 Fort Lauderdale
Exhange of SAAB T-17 Lycoming IO-360-A1B6 engines
Danish Ministry of Defence Acquisition and Logistics Organisation
Contract notice
Services
Section I: Contracting authority
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK0 Danmark
Postal code: 2750
Country: Denmark
Contact person: Erik Holstein
E-mail: fmi-sd-aam13@mil.dk
Telephone: +45 72814223
Internet address(es):
Main address: www.fmi.dk
Section II: Object
Exhange of SAAB T-17 Lycoming IO-360-A1B6 engines
Engine exchange on SAAB T-17 Lycoming IO-360-A1B6 engines owned by the Danish Defence Acquisition and Logistics Organization (DALO). Minor repairs and line maintenance is partly managed by Helicopter Wing Karup (HW Karup).
Engine exchange on SAAB T-17 Lycoming IO-360-A1B6 engines owned by the Danish Defence Acquisition and Logistics Organization (DALO). Minor repairs and line maintenance is partly managed by Helicopter Wing Karup (HW Karup).
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
N/A
N/A
N/A
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.
Section IV: Procedure
Section VI: Complementary information
4 years
Regarding section II.1.5): The estimated value of the framework agreement is kr. 8 mio. and the maximum value of the framework agreement is kr. 16 mio. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, cf. below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration.
DALO does not provide remuneration for the participants in the tender.
The framework agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and follow-up actions; reference is made to ap-pendix B and appendix B.1 for further information. In the procurement of the framework agreement the risk profile is assessed to the following follow-up action (risk level): B.
Upon submission of an offer the tenderer is asked to sign a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, cf. “Additional information”.
If the self-declaration is not signed, the tenderer will be excluded from participation in the procurement process.
DALO has uploaded a template (available in the ETHICS web portal) which must be used as a statement. See the "Additional information" document, which is available on the ETHICS web portal, for more information.
The tenderer must together with the tender submit an ESPD as preliminary evidence of the circumstances set out in § 148(1) (1-3) of the Public Procurement Act.
The tenderer and, if relevant, the participants in the group of entities or/and entities on which the candidate 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.
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.
The contract/framework agreement is not divided into lots on the grounds described in the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3).
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 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).
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