The Danish Defence Acquisition and Logistics Organization (DALO) is tendering a framework agreement covering consultancy services to solve various tasks within engineering and technical support within the area of special container production. The consultant shall have expert knowledge within the special container area, and primarily support DALO with an ongoing procurement project (CONRAM).
Deadline
Fristen for modtagelse af bud var på 2018-08-27.
Indkøbet blev offentliggjort på 2018-07-10.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Consultancy Services within the area of Special Container Production
Produkter/tjenester: Arkitekt-, konstruktions-, ingeniør- og inspektionsvirksomhed📦
Kort beskrivelse:
“The Danish Defence Acquisition and Logistics Organization (DALO) is tendering a framework agreement covering consultancy services to solve various tasks...”
Kort beskrivelse
The Danish Defence Acquisition and Logistics Organization (DALO) is tendering a framework agreement covering consultancy services to solve various tasks within engineering and technical support within the area of special container production. The consultant shall have expert knowledge within the special container area, and primarily support DALO with an ongoing procurement project (CONRAM).
Vis mere
Anslået værdi uden moms: DKK 12 000 000 💰
The main place of performance is DALO's premises in Ballerup, Denmark, cf. section I.1), but the Consultant shall also be prepared to visit production facilities abroad.
Vis mere
Beskrivelse af udbuddet:
“The Framework Agreement covering consultancy services is put out for tender in connection with an ongoing procurement project, where a series of various...”
Beskrivelse af udbuddet
The Framework Agreement covering consultancy services is put out for tender in connection with an ongoing procurement project, where a series of various container systems for the use of the Danish Defence are put out for tendering (Project CONRAM).
The Consultant is to provide 5 key persons and other engineers/technicians and technical designers, in solving the demands from DALO. The consultant shall provide various solutions to different assignments within the specific area of expertise specified in the service requirements. The consultant shall have expert knowledge within special container systems, and primarily support DALO within the areas mentioned below regarding the various types of special containers:
1) Preparation of requirements specifications,
2) Preparation of container designs, construction and production,
3) Legal counseling related to container constructions.
In addition, the consultant shall provide general support to the container section in DALO (CONELM) with special knowledge in relation to the above mentioned as well as support with selected tasks in the daily production.
The consultant shall be able to produce full requirements specifications for complex container solutions in order to put these solutions out for tender to external suppliers/producers of special container systems. This process includes translation of operational requirements into technical requirements, description of market conformity requirements, end-user guidance regarding technical limitations/possibilities, project management within technical matters, technical quality control etc.
The consultant shall be able to design and produce manufacturing base for the use of in-house production and/or modification of special containers at the Danish Defence’s own production facilities. This process includes translation of operational requirements into the final product produced in-house. The process involves choice of materials both within existing components as well as new components, technical quality control, making of technical documentation, technical dossier, risk assessment etc.
The consultant shall master and use current law and rules within all aspects related to technical requirements, development, production and use of special containers for the Danish Defence. Examples are relevant STANAGS, directives, conventions, regulations, guides, executive orders within for instances: electricity, machines, working environments, CSC, air-conditioning, buildings, painting etc. This know-how is a precondition to fulfil the two above-mentioned demands.
Please note, that in general, the container systems are to be used in all different kinds of terrain and will experience harsh treatment as it is part of the equipment used by the Danish Defence. The special 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.
Further, please note, that special requirements regarding facility service security clearance and personal level security clearance is set forth in section III.1.3) and section VI.3), respectively. DALO urges the candidates to submit an application for facility service security clearance as fast as possible, as the processing of the application may take some time.
In order to carry out services under the agreement, DALO needs 5 Key Persons, and the tenderers shall provide CV’s for each of these Key persons. Please note, that it is a condition in the Agreement, that these 5 Key persons shall perform at least 80 per cent of the services under the Agreement. The remaining part (up to 20 per cent) may be performed by the supplier’s other staff (or the 5 Key Persons).
Vis mere Kriterier for tildeling
Prisen er ikke det eneste tildelingskriterium, og alle kriterier er kun anført i udbudsdokumenterne
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 12 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 48
Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 3
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
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 described in section II.1.4) and section II.2.4) above, in terms of the nature and quantity of the previous deliveries. The evaluation will be based on the list submitted by the candidates in the European single procurement document (ESPD) according to section III.1.3). Candidates should note, that it will be considered positive if references pertain to experience with special containers in a military context. Furthermore, it will be considered positive, if the recipient is a NATO member state. Please note, that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
Vis mere Beskrivelse
Yderligere oplysninger:
“The Agreement is not divided into lots on the grounds that a division of the contract would undermine the economies of scale obtainable by procuring one...”
Yderligere oplysninger
The Agreement is not divided into lots on the grounds that a division of the contract would undermine the economies of scale obtainable by procuring one agreement.
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.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must use the European single procurement document (electronic version, hereafter ESPD) and provide the following information in the ESPD:
Its...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must use the European single procurement document (electronic version, hereafter ESPD) and provide the following information in the ESPD:
Its general yearly turnover for the last 2 financial years to the extent such information is available, cf. Part IV, section B.
Its equity ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the last 2 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 candidate’s general yearly turnover for the last 2 financial years if publication of annual reports is required under the law of the country in which the candidate is established, and 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 candidate relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.
Annual reports or excerpts hereof or other documentation stating the candidate's equity ratio (calculated by dividing the candidate’s equity with the candidate’s total assets (equity/total assets x 100) at the end of the last 2 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 candidate relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), 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 candidate 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 candidate 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 candidate and the entity or entities on which the candidate relies. In this case, the candidate shall ensure that an ESPD from the entity or entities on which the candidate relies is submitted along with the candidates own ESPD. The entity or entities’ ESPD must equally provide the information listed above.
“The candidate must have had a general yearly turnover of at least 12 000 000 DKK in each of the last 2 financial years. If the turnover is not stated in...”
The candidate must have had a general yearly turnover of at least 12 000 000 DKK in each of the last 2 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.
If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the general yearly turnover is calculated as the sum of all the participants’ general yearly turnover in each of the last 2 financial years available.
If the candidate relies on the economic and financial standing of an entity or entities, the general yearly turnover will be calculated as the sum of the candidate’s general yearly turnover and the entity or entities’ general yearly turnover in each of the last 2 financial years available.
The candidate must have had an equity ratio of at least 25 percent for each of the last 2 financial years. The equity ratio is calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100).
If the candidate 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 2 financial years available.
If the candidate relies on the economic and financial standing of an entity or entities, the equity ratio is calculated by dividing the sum of the candidate’s and the entity or entities’ equity with the sum of the candidate’s and the entity or entities’ total assets (sum of equity/sum of total assets x 100) in each of the last 2 financial years available.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The candidate must use the European single procurement document (electronic version, hereafter ESPD) and provide the following information in the ESPD:
A...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The candidate must use the European single procurement document (electronic version, hereafter ESPD) and provide the following information in the ESPD:
A list of the most important similar deliveries (references), cf. section II.1.4) and II.2.4), carried out within the past 3 years, prior to the deadline for the request to participate, cf. Part IV, section C.
The list should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the services as described in section II.1.4) and II.2.4). The description should also include a description of the candidate's participation/role in the performance of the deliveries. The description should contain information on the date of the deliveries, the size/quantity/volume and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country specific information is included, the candidate is asked to provide as much generic information as possible about the delivery), and whether the delivery pertains to a military context. When specifying the date for the deliveries, the candidate should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a Framework Agreement, the description of the deliveries should nonetheless contain information on how the date is set.
Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing if the minimum requirement for suitability stated below is fulfilled/which candidate has documented the most relevant previous deliveries, cf. section II.2.9). If the delivery in question is ongoing, it is only the part of the services carried out within the past 3 years and completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery (reference). Consequently, if a part of the services has not been carried out within the past 3 years, or if a part of the services has not been completed at the time of the deadline for the request to participate, this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the candidate clearly states which part (e.g. with regards to size, value, quantity or volume etc.) of an ongoing delivery (reference) that has been carried out within the past 3 years.
The list must contain a minimum of 1 and a maximum of 5 previous deliveries whether the candidate is one entity, composed of a group of entities (e.g. consortium), including temporary joint ventures, or relies on the technical and professional capacity of other entities. If the list contains more than 5, DALO will only consider the first 5 deliveries on the list. Deliveries beyond this number will be disregarded.
If the candidate relies on the educational or professional qualifications, or professional experience of another entity or entities in relation to the performance of specific aspects of the services described in section II.1.4) and II.2.4), which the candidate has requested to participate, the specific aspects of the services shall be performed by the entity or entities on which the candidate relies.
The candidate will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, DALO reserves the right to contact the candidate and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the ESPD, including details on the specified dates of the performance of the deliveries.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The candidate must demonstrate experience with as a minimum 1 similar delivery within the past 3 years, prior to the deadline for the request to...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The candidate must demonstrate experience with as a minimum 1 similar delivery within the past 3 years, prior to the deadline for the request to participate. The meaning of “similar delivery” is deliveries comparable to the contract described in section II.1.4) and section II.2.4) above, in terms of the nature and quantity of the previous deliveries.
The candidate must hold or have submitted an application for a facility service security clearance at the level of NATO – Confidential (or Danish level “fortroligt”) or higher at the time of expiry of the deadline for pre-qualification application. In case a candidate has not obtained or applied for a facility security clearance within the time of expiry of the deadline for pre-qualification, the candidate is excluded from participation. In case a candidate has submitted an application before the time of expiry of the deadline for pre-qualification application, and it later turns out that the application is not approved, the candidate is excluded from participation. Information about the application for or holding of facility service security clearance must be provided in connection with the description of previous deliveries in Part IV, section C in the ESPD.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Reference is made to the tender documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public...”
Betingelser for opfyldelse af kontrakten
Reference is made to the tender 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 Agreement 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 Agreement must be conducted in consideration of Corporate social responsibility (CSR) and it contains a labour clause. See App. B for further information.
DALO demands that any person taking part in the performance of the Agreement must possess the appropriate personnel security clearance at the level required by DALO. The security clearance must be maintained throughout the term of the Agreement. See App. 3 for further details.
Vis mere Oplysninger om det personale, der er ansvarligt for kontraktens udførelse
Pligt til at oplyse navn og faglige kvalifikationer for det personale, der er udpeget til at udføre kontrakten
Procedure Type af procedure
Konkurrencepræget procedure med forhandling
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Oplysninger om forhandling
Den ordregivende myndighed forbeholder sig ret til at tildele kontrakten på grundlag af de første tilbud uden at føre forhandlinger
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2018-08-27
12:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Der vil blive anvendt elektronisk bestilling
Elektronisk fakturering vil blive accepteret
Yderligere oplysninger
“DALO demands that the candidate and each of the legal entities whose economic and financial capacities the candidate relies on undertake joint and several...”
DALO demands that the candidate and each of the legal entities whose economic and financial capacities the candidate relies on undertake joint and several liability for the performance of the Agreement.
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 candidate apply the ESPD as preliminary evidence that the candidate is not subject to the grounds of exclusion stipulated in §§ 135, 136 and 137(1)(2) of the said Act, that the candidate fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2) and III.1.3), and how the candidate fulfils the objective and non-discriminatory criteria of selection, cf. § 145(2), cf. section II.2.9).
The candidates and, if relevant, the participants in the group of entities and/or supporting entities, must use the electronic version of the ESPD. DALO has prepared an ESPD (an XML-file) available at the electronic tendering system. DALO strongly encourages the candidate to use this XML-file when completing the ESPD. The candidate must upload the XML-file to this website https://ec.europa.eu/growth/tools-databases/espd/welcome where the ESPD can be completed and later exported. No other versions than the EPSD must be used.
Prior to decision on award of the Agreement, DALO shall require that the tenderer to whom DALO intends to award the Agreement presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. If a candidate relies on the capacity of other entities, cf. section III.1.2 and III.1.3, the candidate shall upon request provide statements of support or other documentation proving that the candidate has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the candidate. If such documentation is not provided, DALO cannot consider the economic and financial standing and/or the technical and professional capacity of the other entity or entities. DALO has prepared a template to be used to confirm the legal obligation which is available at the electronic tendering system. DALO strongly encourages the candidates to use this form. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.
DALO shall exclude a candidate from participation in the procurement procedure, if the candidate is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 or the voluntary ground of exclusion in § 137(1)(2) of the said Act unless the candidate has provided sufficient documentation that the candidate is reliable in accordance to § 138 of the said Act. Please note that certain voluntary exclusion grounds in Directive 2014/24/EU on public procurement have been made compulsory in § 136 of the said Act.
Please note, that the 5 Key persons must have obtained or have submitted an application for a personal level security clearance at level of NATO – Confidential (or Danish level “fortroligt”) or higher no later than the time of expiry of the deadline for first indicative offer. In case the 5 Key Persons have not obtained or applied for a personal level security clearance within the time of expiry of the deadline for first indicative offer, it will result in a non-compliant offer, which must be rejected. In case an application is submitted before the time of expiry of the deadline for first indicative offer, and it later turns out that the application is not approved, it will result in a non-compliant offer, which must be rejected.
Regarding section VI.1) it is noted, that DALO expects to carry out one equivalent tender of consultancy service in order to complete the ongoing procurement project referred to in section II.2.4).
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Nævnenes Hus, Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagevejledning-0🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to Section 3 of the Danish Consolidation Act no. 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to Section 3 of the Danish Consolidation Act no. 593 of 2.6.2016 on the Complaints Board for Public Procurement (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, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints 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 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, cf. § 2(2) or § 171(4) of the Public Procurement Act, 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. § 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) 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.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: http://www.kfst.dk🌏
Kilde: OJS 2018/S 132-300891 (2018-07-10)
Bekendtgørelse om indgåede kontrakter (2019-01-09) Ordregivende myndighed Navn og adresser
Postadresse: Lautrupbjerg 1–5
Kontaktperson: KAPS — Steffie Vilsgaard Mortensen
Objekt Omfanget af udbuddet
Titel: Consultancy Services within the Area of Special Container Production
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 12 000 000 💰
Beskrivelse
Hovedsted eller sted for udførelsen:
“The main place of performance is DALO's premises in Ballerup, DENMARK, cf. section I.1), but the consultant shall also be prepared to visit production...”
Hovedsted eller sted for udførelsen
The main place of performance is DALO's premises in Ballerup, DENMARK, cf. section I.1), but the consultant shall also be prepared to visit production facilities abroad.
Vis mere
Beskrivelse af udbuddet:
“The framework agreement covering consultancy services is put out for tender in connection with an ongoing procurement project, where a series of various...”
Beskrivelse af udbuddet
The framework agreement covering consultancy services is put out for tender in connection with an ongoing procurement project, where a series of various container systems for the use of the Danish Defence are put out for tendering (project CONRAM).
The consultant is to provide 5 key persons and other engineers/technicians and technical designers, in solving the demands from DALO. The consultant shall provide various solutions to different assignments within the specific area of expertise specified in the service requirements. The consultant shall have expert knowledge within special container systems, and primarily support DALO within the areas mentioned below regarding the various types of special containers:
1) Preparation of requirements specifications;
2) Preparation of container designs, construction and production;
3) Legal counseling related to container constructions.
In addition, the consultant shall provide general support to the container section in DALO (CONELM) with special knowledge in relation to the above mentioned as well as support with selected tasks in the daily production.
The consultant shall be able to produce full requirements specifications for complex container solutions in order to put these solutions out for tender to external suppliers/producers of special container systems. This process includes translation of operational requirements into technical requirements, description of market conformity requirements, end-user guidance regarding technical limitations/possibilities, project management within technical matters, technical quality control, etc.
The consultant shall be able to design and produce manufacturing base for the use of in-house production and/or modification of special containers at the Danish Defence’s own production facilities. This process includes translation of operational requirements into the final product produced in-house. The process involves choice of materials both within existing components as well as new components, technical quality control, making of technical documentation, technical dossier, risk assessment, etc.
The consultant shall master and use current law and rules within all aspects related to technical requirements, development, production and use of special containers for the Danish Defence. Examples are relevant STANAGS, directives, conventions, regulations, guides, executive orders within for instances: electricity, machines, working environments, CSC, air-conditioning, buildings, painting etc. This know-how is a precondition to fulfil the 2 above-mentioned demands.
In general, the container systems are to be used in all different kinds of terrain and will experience harsh treatment as it is part of the equipment used by the Danish Defence. The special 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.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 60
Kvalitetskriterium (navn): Cooperation in the consultant's teams
Kvalitetskriterium (vægtning): 10
Pris (justeringskoefficient): 30
Beskrivelse
Yderligere oplysninger:
“The agreement is not divided into lots on the grounds that a division of the contract would undermine the economies of scale obtainable by procuring 1...”
Yderligere oplysninger
The agreement is not divided into lots on the grounds that a division of the contract would undermine the economies of scale obtainable by procuring 1 agreement.
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.
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2018/S 132-300891
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: Consultancy Services within the Area of Special Container Production
Dato for indgåelse af kontrakten: 2018-12-19 📅
Oplysninger om udbud
Antal modtagne bud: 1
Antal modtagne bud fra SMV'er: 1
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 0
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 1
Navn og adresse på kontrahenten
Navn: Aalborg CSP A/S
Nationalt registreringsnummer: 21142042
Postadresse: Hjulmagervej 55
Postby: Aalborg
Postnummer: 9000
Land: Danmark 🇩🇰
Telefon: +45 88168836📞
E-mail: info@aalborgcsp.com📧
Region: Nordjylland🏙️
URL: https://www.aalborgcsp.dk/🌏
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 12 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 12 000 000 💰
Supplerende oplysninger Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to section 3 of the Danish Consolidation Act No. 593 of 2.7.2016 on the Complaints Board for Public Procurement (available at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to section 3 of the Danish Consolidation Act No. 593 of 2.7.2016 on the Complaints Board for Public Procurement (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, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints 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 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, cf. § 2(2) or § 171(4) of the Public Procurement Act, 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. § 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) 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).
Vis mere
Kilde: OJS 2019/S 007-011582 (2019-01-09)