This tender concerns the acquisition of instruments for identification and detection of radionuclides and neutrons (RN instruments) and the servicing of the instruments.
The RN instruments will be used by specialist units within the Danish Defence and the Danish Emergency Management Agency (DEMA). The instruments shall detect, measure and identify the radionuclides present in a radioactive source by identifying the unique pattern of energies and intensities the gamma-ray emission patterns have and also detect the presence of neutrons.
The procurement consists of two separate framework agreements that will be awarded to the same tenderer. The first framework agreement covers the acquisition of the RN instruments and has a duration of 4 years. The second framework agreement covers the delivery of spare parts, tools and services to keep the RN instruments operational, this agreement will have a duration of 10 years.
Deadline
Fristen for modtagelse af bud var på 2021-02-26.
Indkøbet blev offentliggjort på 2020-12-15.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Instruments for Identification and Detection of Radionuclides and Neutrons
Produkter/tjenester: Udstyr til beskyttelse mod nukleare, biologiske, kemiske og radiologiske påvirkninger📦
Kort beskrivelse:
“This tender concerns the acquisition of instruments for identification and detection of radionuclides and neutrons (RN instruments) and the servicing of the...”
Kort beskrivelse
This tender concerns the acquisition of instruments for identification and detection of radionuclides and neutrons (RN instruments) and the servicing of the instruments.
The RN instruments will be used by specialist units within the Danish Defence and the Danish Emergency Management Agency (DEMA). The instruments shall detect, measure and identify the radionuclides present in a radioactive source by identifying the unique pattern of energies and intensities the gamma-ray emission patterns have and also detect the presence of neutrons.
The procurement consists of two separate framework agreements that will be awarded to the same tenderer. The first framework agreement covers the acquisition of the RN instruments and has a duration of 4 years. The second framework agreement covers the delivery of spare parts, tools and services to keep the RN instruments operational, this agreement will have a duration of 10 years.
Vis mere
Anslået værdi uden moms: DKK 27 000 000 💰
1️⃣
Yderligere produkter/tjenester: Sikkerheds-, brandbekæmpelses, politi- og forsvarsudstyr📦
Yderligere produkter/tjenester: Nukleare måleinstrumenter📦
Sted for udførelsen: Danmark🏙️
Beskrivelse af udbuddet:
“The instrument shall ensure that the users during assignments have the correct knowledge so as to be able to ‘stop the accident’, shield the radioactive...”
Beskrivelse af udbuddet
The instrument shall ensure that the users during assignments have the correct knowledge so as to be able to ‘stop the accident’, shield the radioactive sources and minimize the contamination. The offered instrument shall have a maximum weight of 3 kg. including batteries.
In connection with the tender DALO will hold a clarification meeting online for tenderers. The clarification meeting will be held the 13 January 2020, 10.00, further information regarding the meeting can be found in the Instructions to tenderers.
As part of the evaluation of the offers DALO will conduct a user test, and tenderers are advised that it is a requirement to submit a RN instrument including accessories in connection with submission of the offer. Upon conclusion of the tender DALO will send the instrumt back to the tenderers, further information can be found in the Instructions to tenderers.
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.
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 27 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 120
Yderligere oplysninger:
“The contract is not divided into lots on the grounds that a division of the contract would not ensure a sufficient competition in the current market.”
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier: No selection criteria in this tender.
Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier: No selection criteria in this tender.
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Reference is made to the procurement documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on...”
Betingelser for opfyldelse af kontrakten
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 contracts are 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 agreements must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix B and Annex B for further information.
Procedure Type af procedure
Åben procedure
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Beskrivelse
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år:
“The framework agreement regarding acquisition of RN instruments will have a duration of 4 years. The framework agreement regarding service, spare parts and...”
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år
The framework agreement regarding acquisition of RN instruments will have a duration of 4 years. The framework agreement regarding service, spare parts and tools will have a duration of 10 years. The longer duration of the service agreement is due to the fact that the instruments are expected to be operational for 10 years.
Vis mere Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 089-211619
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2021-02-26
13:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Betingelser for åbning af buddene: 2021-02-26
13:01 📅
Supplerende oplysninger Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreements are DKK 20-27 million. The reason for the interval stated is the uncertainty...”
Regarding section II.1.5): The estimated value of the framework agreements are DKK 20-27 million. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreements. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the framework agreements at the present moment, while the upper limit of the interval constitutes the expected maximum value of the framework agreements in its duration.
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.
The tenderer and, if relevant, the participants in the group of entities, 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 ETHICS.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contracts presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.
DALO shall exclude a tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 of the said Act unless the tenderer has provided sufficient documentation that the tenderer 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.
If the same legal entity is a part of or in any other way participates in several offers, e.g. submits his own offer and at the same time participates in a consortium which also submits an offer, the tenderers shall ensure that the same legal entity’s participation does not provide for opportunity for mutual coordination of their offers. DALO reserves the right to request the tenderers to establish and reassure DALO that the same legal entity’s participation does not threaten the transparency and distort competition between the tenderers.
DALO reserves the right – but is not obliged – to use the remedies provided for in Section 159(5) of the the Public Procurement Act if applications or offers do not fulfil the formalities of the tender documents.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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 within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal 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 reasons 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 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).
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)
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: www.kfst.dk🌏
Kilde: OJS 2020/S 247-610896 (2020-12-15)
Bekendtgørelse om indgåede kontrakter (2021-07-30) Objekt Omfanget af udbuddet
Titel: Instruments for identification and detection of radionuclides and neutrons
Kort beskrivelse:
“This tender concerns the acquisition of instruments for identification and detection of radionuclides and neutrons (RN instruments) and the servicing of the...”
Kort beskrivelse
This tender concerns the acquisition of instruments for identification and detection of radionuclides and neutrons (RN instruments) and the servicing of the instruments.
The RN instruments will be used by specialist units within the Danish Defence and the Danish Emergency Management Agency (DEMA). The instruments shall detect, measure and identify the radionuclides present in a radioactive source by identifying the unique pattern of energies and intensities the gamma-ray emission patterns have and also detect the presence of neutrons.
-
The procurement consists of two separate framework agreements that will be awarded to the same tenderer. The first framework agreement covers the acquisition of the RN instruments and has a duration of 4 years. The second framework agreement covers the delivery of spare parts, tools and services to keep the RN instruments operational, this agreement will have a duration of 10 years.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 27 000 000 💰
Beskrivelse
Beskrivelse af udbuddet:
“The instrument shall ensure that the users during assignments have the correct knowledge so as to be able to “stop the accident”, shield the radioactive...”
Beskrivelse af udbuddet
The instrument shall ensure that the users during assignments have the correct knowledge so as to be able to “stop the accident”, shield the radioactive sources and minimize the contamination. The offered instrument shall have a maximum weight of 3 kg. including batteries.
-
In connection with the tender DALO will hold a clarification meeting online for tenderers. The clarification meeting will be held the 13th of January 2020, 10:00 hrs, further information regarding the meeting can be found in the Instructions to tenderers.
-
As part of the evaluation of the offers DALO will conduct a user test, and tenderers are advised that it is a requirement to submit a RN instrument including accessories in connection with submission of the offer. Upon conclusion of the tender DALO will send the instrumt back to the tenderers, further information can be found in the Instructions to tenderers.
-
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.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): User test
Kvalitetskriterium (vægtning): 30
Kvalitetskriterium (navn): Fullfilment of Evaluation requirements
Pris (justeringskoefficient): 40
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 247-610896
Tildeling af kontrakt
1️⃣
Dato for indgåelse af kontrakten: 2021-07-09 📅
Oplysninger om udbud
Antal modtagne bud: 5
Antal modtagne bud fra SMV'er: 4
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 5
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal bud, der er modtaget ad elektronisk vej: 5
Navn og adresse på kontrahenten
Navn: Nordic Biolabs AB
Postby: Täby
Land: Sverige 🇸🇪
Region: Sverige 🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: DKK 27 000 000 💰
Supplerende oplysninger Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreements are 20-27 mio. DKK. The reason for the interval stated is the uncertainty...”
Regarding section II.1.5): The estimated value of the framework agreements are 20-27 mio. DKK. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreements. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the framework agreements at the present moment, while the upper limit of the interval constitutes the expected maximum value of the framework agreements in its duration.
-
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.
-
The tenderer and, if relevant, the participants in the group of entities, 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 ETHICS.
-
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contracts presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.
-
DALO shall exclude a tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 of the said Act unless the tenderer has provided sufficient documentation that the tenderer 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.
-
If the same legal entity is a part of or in any other way participates in several offers, e.g. submits his own offer and at the same time participates in a consortium which also submits an offer, the tenderers shall ensure that the same legal entity’s participation does not provide for opportunity for mutual coordination of their offers. DALO reserves the right to request the tenderers to establish and reassure DALO that the same legal entity’s participation does not threaten the transparency and distort competition between the tenderers.
-
DALO reserves the right – but is not obliged – to use the remedies provided for in Section 159(5) of the the Public Procurement Act if applications or offers do not fulfil the formalities of the tender documents.
Vis mere Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“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...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
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 within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal 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 reasons 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 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).
-
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)
Vis mere
Kilde: OJS 2021/S 149-396269 (2021-07-30)