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
2016/S 121-216717
Offentliggjort
27.06.2016
Udbudstype
Udbud efter forhandling

Udbyder

Danish Defence Acquisition and Logistics Organization (DALO)

Opdateringer

Rettelse
(19.07.2016)

I stedet for:
II.1.5)

Short description of the contract or purchase(s):
Through a framework agreement, the Danish Defence Acquisition and Logistics Organization (DALO) is planning to purchase the most economically advantageous workshop and laboratory container systems for the Danish Defence.
The container systems are intended to be used across the different services in the Danish Defence both domestic and international and with short notice. The container systems are through their lifetime intended to be continuously moved to locations where needed and will be used both in training as well as in national and international operations. The operations in which the container systems will be used can vary and have different duration. The container systems are intended for use in the span from mobile to stationary camps and are expected to have a lifetime of at least 10 years.
As the container systems can be deployed all over the world in all climatic conditions, requirements to the physical aspect, construction of the containers and interior are very high. Transportation of containers is performed by air, sea and land. Overland transport may imply rough terrain.
The workshop and laboratory container systems consist of different kinds of container systems with common characteristics and are based on a 20ft container. The purpose of the container systems is i.a. to support the operations by being able to perform small scale repairs of damaged material and having mobile test and analyzing facilities at site.
The workshop and laboratory container system shall be equipped and manufactured implementing the requirements and wishes from the end users (Danish Defence — Air, Land, Sea) with the best technical solutions in an energy saving and economic advantageous way.
The framework agreement includes service and training (including maintenance, modifications and training of personnel).
The framework agreement shall expire 4 years after commencement. However, DALO shall be entitled to renew the agreement for 3 years (the maximum total duration of the framework agreement is thus 7 years).
The framework agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence which are subject to the commands of the Chief of Defence shall be entitled to use the agreement.
IV.3.4)

Time limit for receipt of tenders or requests to participate:
15.8.2016 (13:00)
Læses:
II.1.5)

Short description of the contract or purchase(s):
Through a framework agreement, the Danish Defence Acquisition and Logistics Organization (DALO) is planning to purchase the most economically advantageous workshop and laboratory container systems for the Danish Defence.
The container systems are mobile repair shops specially designed to service military equipment etc. They are in an overall perspective split into two types of container systems: (1) Workshops for machining and repairing military equipment etc. and (2) laboratories for testing etc. in a controlled environment. The main difference between the two types of container systems is that in the workshop container systems (1) there are machines with rotating parts which potentially can harm the user, whereas the laboratory container system (2) is used for treating and analyzing samples which requires a stable temperature and humidity. DALO expects mainly to order the workshop container systems (1) under the framework agreement.
The container systems are intended to be used across the different services in the Danish Defence both domestic and international and with short notice. The container systems are through their lifetime intended to be continuously moved to locations where needed and will be used both in training as well as in national and international operations. The operations in which the container systems will be used can vary and have different duration. The container systems are intended for use in the span from mobile to stationary camps and are expected to have a lifetime of at least 10 years.
As the container systems can be deployed all over the world in all climatic conditions, requirements to the physical aspect, construction of the containers and interior are very high. Transportation of containers is performed by air, sea and land. Overland transport may imply rough terrain.
The workshop and laboratory container systems consist of different kinds of container systems with common characteristics and are based on a 20 ft container. The purpose of the container systems is i.a. to support the operations by being able to perform small scale repairs of damaged material and having mobile test and analysing facilities at site.
The workshop and laboratory container system shall be equipped and manufactured implementing the requirements and wishes from the end users (Danish Defence — Air, Land, Sea) with the best technical solutions in an energy saving and economic advantageous way.
The container systems shall be designed and equipped so all tasks can be performed in a safe and healthy way. Common for all the container systems is the importance of the safety aspect and the risk assessment.
The framework agreement includes service and training (including maintenance, modifications and training of personnel).
The framework agreement shall expire 4 years after commencement. However, DALO shall be entitled to renew the agreement for 3 years (the maximum total duration of the framework agreement is thus 7 years).
The framework agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence,including all divisions of the Danish Defence which are subject to the commands of the Chief of Defence shall be entitled to use the agreement.
IV.3.4)

Time limit for receipt of tenders or requests to participate:
17.8.2016 (13:00)

Rettelse
(03.08.2016)

I stedet for:
II.1.2)

Type of contract and location of works, place of delivery or of performance:
Main site or location of works, place of delivery or of performance: The delivery terms are DAP Incoterms 2010, however for spare parts and inventory to the container systems the delivery terms are FCA Incoterms 2010.
Læses:
II.1.2)

Type of contract and location of works, place of delivery or of performance:
Main site or location of works, place of delivery or of performance: The delivery terms are DAP Incoterms 2010.

Special-purpose mobile containers


Danish Defence Acquisition and Logistics Organization (DALO)

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1) Name, addresses and contact point(s)

Danish Defence Acquisition and Logistics Organization (DALO)
Lautrupbjerg 1-5
For the attention of: Sofie Husum
2750 Ballerup
Denmark
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk

Internet address(es):

General address of the contracting authority/entity: http://forsvaret.dk/FMI/ENG

Further information can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Sofie Husum
1606 Copenhagen V
Denmark
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Sofie Husum
1606 Copenhagen V
Denmark
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk

Tenders or requests to participate must be sent to: Sofie Husum
Vester Farimagsgade 23
Contact point(s): Sofie Husum
1606 Copenhagen V
Denmark
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk

I.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity
Defence
I.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Supply of workshop and laboratory container systems and related services.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: The delivery terms are DAP Incoterms 2010, however for spare parts and inventory to the container systems the delivery terms are FCA Incoterms 2010.

NUTS code DK032

II.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 30 000 000 and 50 000 000 DKK
II.1.5) Short description of the contract or purchase(s):
Through a framework agreement, the Danish Defence Acquisition and Logistics Organization (DALO) is planning to purchase the most economically advantageous workshop and laboratory container systems for the Danish Defence.
The container systems are intended to be used across the different services in the Danish Defence both domestic and international and with short notice. The container systems are through their lifetime intended to be continuously moved to locations where needed and will be used both in training as well as in national and international operations. The operations in which the container systems will be used can vary and have different duration. The container systems are intended for use in the span from mobile to stationary camps and are expected to have a lifetime of at least 10 years.
As the container systems can be deployed all over the world in all climatic conditions, requirements to the physical aspect, construction of the containers and interior are very high. Transportation of containers is performed by air, sea and land. Overland transport may imply rough terrain.
The workshop and laboratory container systems consist of different kinds of container systems with common characteristics and are based on a 20ft container. The purpose of the container systems is i.a. to support the operations by being able to perform small scale repairs of damaged material and having mobile test and analyzing facilities at site.
The workshop and laboratory container system shall be equipped and manufactured implementing the requirements and wishes from the end users (Danish Defence — Air, Land, Sea) with the best technical solutions in an energy saving and economic advantageous way.
The framework agreement includes service and training (including maintenance, modifications and training of personnel).
The framework agreement shall expire 4 years after commencement. However, DALO shall be entitled to renew the agreement for 3 years (the maximum total duration of the framework agreement is thus 7 years).
The framework agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence which are subject to the commands of the Chief of Defence shall be entitled to use the agreement.
II.1.6) Common procurement vocabulary (CPV)

34221000

II.1.7) Information about subcontracting
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 30 000 000 and 50 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented.
The financial institution has to be approved by DALO.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference is made to the tender documents with regard to the 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 invoicing to be done electronically. Exact terms will be stated in the contract.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint 1 supplier to represent the group.
III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
The supplier and any sub-supplier(s) are required to comply with NATO Security Regulations as implemented by the national security authority of the country in which the work is performed.
It is a contractual requirement that the supplier provides and maintains a quality management system acceptable to DALO. The specific requirements will be stated in the tender material.
Candidates should note that the contract will include a labour clause.
III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation
III.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: A declaration stating: 1) The candidate's annual turnover for the preceding 3 financial years available, in so far as information on such turnovers is available, and 2) The candidate's equity for the preceding 3 financial years available, in so far as information on such equity is available.
Reference is made to section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required: 1) The candidate must have had an annual turnover of 10 000 000 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published), and 2) The candidate must have had a positive equity at the end of each of the preceding 3 financial years.
If the application is submitted by a joint group of suppliers (e.g. a consortium), the economic/financial minimum requirements may be fulfilled by the total sum of the suppliers in the group. Similarly, if the candidate relies on the capacity of other entities, the economic/financial minimum requirements may be fulfilled by the total sum of the candidate and the other entity/entities.
III.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
A list of the most important similar deliveries regarding container systems carried out over the past 5 years. The list should preferably include:
— A description of each delivery;
— Time of performance of the delivery (i.e. when the actual delivery took place);
— The size (number of container systems) and value (monetary) of the deliveries;
— The recipients of the deliveries, including whether the recipient is a military authority (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery).
Reference is made to section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required
The candidates shall demonstrate that they during the past 5 years have had experience with at least 1 similar delivery.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 3
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above, in terms of the nature and quantity of the previous deliveries. Please note that any ambiguities and/or incomprehensibilities in the information submitted under III.2.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction has been used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 229-403834 of 27.11.2014

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
15.8.2016 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
This tender is conducted according to the negotiated procedure, cf. Directive 2009/81/EC of the European Parliament and the Council, article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers.
Candidates are asked to submit applications for pre-qualification in 3 hard copies and electronically on a USB or equivalent medium in a sealed envelope marked ‘Conram — Application. Must not be opened in the reception’. In case of discrepancy between the hard-copy and the electronic version, the hard-copy shall take precedence.
The application shall be delivered to the following address:
Kammeradvokaten, Vester Farimagsgade 23, DK-1606, Copenhagen V, Denmark.
Att. Sofie Husum.
The application for pre-qualification cannot be submitted by e-mail.
DALO have prepared a pre-qualification questionnaire which candidates are strongly encouraged to use when submitting their applications. The questionnaire contains questions, forms and templates for providing information, etc. in accordance with the requirements in this Contract Notice. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements. The questionnaire is available upon request from the contact point stated in I.1) above.
When submitting the offers (but not the application for pre-qualification), the tenderers must submit a solemn declaration stating to which degree the tenderer has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in the country in which the candidate is established and in Denmark. A template for the declaration will be provided with the tender documents.
According to the EU Public Procurement Directives, a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate wants to rely on other entities and wishes that the capacity of other entities is taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and shall put the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the pre-qualification questionnaire referred to above.
DALO reserves the right — but is not obliged — to use remedies equal to the remedies provided for in Section 159(5) of the Danish Act No 1564 of 15.12.2015 on tender procedures if applications or tenders do not fulfil the formalities of the tender documents.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Pursuant to Danish Act on The Complaints Board for Public Procurement (Act No 492 of 12.5.2010 with subsequent amendments — available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2) 30 calendar days starting the day after the contracting authority has informed 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 a short account of the relevant reasons for the decision;
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision;

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. the principle in § 185(2) of the Danish Act on Public Procurement (Act No. 1564 of 15.12.2015 — available at: www.retsinformation.dk).

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 standstill period, cf. § 6(4) of the act on The Complaints Board for Public Procurement.
If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said act.
The e-mail of 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 at the internet address stated in Section VI.4.1)
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
2500 Valby
Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
22.6.2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|instance-web02