The Danish Defence Acquisition and Logistics Organization (DALO) tender a framework agreement for the procurement of hydraulic and battery powered rescue tools for rescue missions and related accessories and services. The agreement shall cover the requirements of the Danish Emergency Management Agency (DEMA), the Danish Defence and the municipal fire departments for hydraulic cutting and spreading tools, both as a single function tools and as combination tools (combi tools), as well as rams. Requirements for cutters spreaders, combi tools and rams are derived from EN 13204 or equivalent. The tender is divided in to 2 lots. Lot 1 for hydraulic rescue tools and Lot 2 for battery powered rescue tools. In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.
Deadline
Fristen for modtagelse af bud var på 2020-11-17.
Indkøbet blev offentliggjort på 2020-10-15.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: NEW: Rescue Tools, Hydraulic and Battery Powered
Produkter/tjenester: Sikkerheds-, brandbekæmpelses, politi- og forsvarsudstyr📦
Kort beskrivelse:
“The Danish Defence Acquisition and Logistics Organization (DALO) tender a framework agreement for the procurement of hydraulic and battery powered rescue...”
Kort beskrivelse
The Danish Defence Acquisition and Logistics Organization (DALO) tender a framework agreement for the procurement of hydraulic and battery powered rescue tools for rescue missions and related accessories and services. The agreement shall cover the requirements of the Danish Emergency Management Agency (DEMA), the Danish Defence and the municipal fire departments for hydraulic cutting and spreading tools, both as a single function tools and as combination tools (combi tools), as well as rams. Requirements for cutters spreaders, combi tools and rams are derived from EN 13204 or equivalent. The tender is divided in to 2 lots. Lot 1 for hydraulic rescue tools and Lot 2 for battery powered rescue tools. In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.
Vis mere
Anslået værdi uden moms: DKK 30 000 000 💰
Oplysninger om partier
Der kan afgives bud for alle partier
1️⃣ Omfanget af udbuddet
Titel: Rescue Tools, Hydraulic
Titel
Partiets identifikationsnummer: Lot 1
Beskrivelse
Yderligere produkter/tjenester: Rednings- og nødudstyr📦
Sted for udførelsen: Danmark🏙️
Beskrivelse af udbuddet: Rescue tools, hydraulic.
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 6 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 48
Yderligere oplysninger:
“In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on...”
Yderligere oplysninger
In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.
2️⃣ Omfanget af udbuddet
Titel: Rescue Tools, Battery
Titel
Partiets identifikationsnummer: Lot 2
Beskrivelse
Beskrivelse af udbuddet: Rescue tools, battery.
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 24 000 000 💰
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Udvælgelseskriterier som anført i udbudsdokumenterne
Teknisk og faglig kompetence
Udvælgelseskriterier som anført i udbudsdokumenterne
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 contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group. The contract/framework agreement must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.
Procedure Type af procedure
Åben procedure
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2020-11-17
13:00 📅
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
Betingelser for åbning af buddene: 2020-11-17
13:00 📅
Supplerende oplysninger Oplysninger om gentagelse
Der er tale om et tilbagevendende indkøb ✅
Anslået tidsplan for offentliggørelse af yderligere bekendtgørelser: 4 years.
Oplysninger om elektroniske arbejdsgange
Der vil blive anvendt elektronisk bestilling
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreement is kr. 20-30 mio. The reason for the interval stated is the uncertainty regarding...”
Regarding section II.1.5): The estimated value of the framework agreement is kr. 20-30 mio. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreement. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the framework agreement at the present moment, while the upper limit of the interval constitutes the expected maximum value of the framework agreement 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 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 ETHICS. The tenderer may submit an ESPD for each lot.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. 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.
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 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 204-495707 (2020-10-15)
Bekendtgørelse om indgåede kontrakter (2021-04-29) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 30 000 000 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅ Kriterier for tildeling
Pris
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2020/S 204-495707
Tildeling af kontrakt
1️⃣
Partiets identifikationsnummer: 1
Titel: Rescue Tools, Hydraulic
Dato for indgåelse af kontrakten: 2021-02-02 📅
Oplysninger om udbud
Antal modtagne bud: 3
Antal modtagne bud fra SMV'er: 3
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: 3
Navn og adresse på kontrahenten
Navn: Lotek A/S
Postby: Sønderborg
Postnummer: 6400
Land: Danmark 🇩🇰
Region: Danmark🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 6 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 6 000 000 💰
2️⃣
Partiets identifikationsnummer: 2
Titel: Rescue Tools, Battery
Dato for indgåelse af kontrakten: 2021-03-03 📅
Navn og adresse på kontrahenten
Navn: Hytor A/S
Postby: Esbjerg
Postnummer: 6705
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 24 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 24 000 000 💰
Supplerende oplysninger Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreement is DKK 20 000 000-DKK 30 000 000. The reason for the interval stated is the...”
Regarding section II.1.5): The estimated value of the framework agreement is DKK 20 000 000-DKK 30 000 000. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreement. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the framework agreement at the present moment, while the upper limit of the interval constitutes the expected maximum value of the framework agreement 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 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 Ethics. The tenderer may submit an ESPD for each lot.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. 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.
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 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 086-222157 (2021-04-29)