The Danish Defence is tendering a framework agreement regarding products for de-icing of runways and taxiways at The Danish Defence´s airbases. Both liquid de-icing agent, delivered in bulk by truck, and granulated de-icing agent, delivered as packed goods in two different packaging sizes (900-1100 kg and 10-25 kg) are requested.
Deadline
Fristen for modtagelse af bud var på 2021-07-09.
Indkøbet blev offentliggjort på 2021-06-07.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: De-icing Agents for Runways and Taxiways
Produkter/tjenester: Afisningsmidler📦
Kort beskrivelse:
“The Danish Defence is tendering a framework agreement regarding products for de-icing of runways and taxiways at The Danish Defence´s airbases. Both liquid...”
Kort beskrivelse
The Danish Defence is tendering a framework agreement regarding products for de-icing of runways and taxiways at The Danish Defence´s airbases. Both liquid de-icing agent, delivered in bulk by truck, and granulated de-icing agent, delivered as packed goods in two different packaging sizes (900-1100 kg and 10-25 kg) are requested.
Vis mere
Anslået værdi uden moms: DKK 14 400 000 💰
1️⃣
Sted for udførelsen: Danmark🏙️
Sted for udførelsen: Midtjylland🏙️
Sted for udførelsen: Nordjylland🏙️
Sted for udførelsen: Sydjylland🏙️
Hovedsted eller sted for udførelsen: Aalborg, Karup and Skrydstrup.
Beskrivelse af udbuddet:
“The Danish Defence is tendering a framework agreement regarding products for de-icing and anti-icing of runways and taxiways at The Danish Defence’s...”
Beskrivelse af udbuddet
The Danish Defence is tendering a framework agreement regarding products for de-icing and anti-icing of runways and taxiways at The Danish Defence’s airbases. Both liquid de-icing agent, delivered in bulk by truck, and granulated de-icing agent, delivered as packed goods in two different packaging sizes, are requested.
De-icing agents are essential for keeping the runways and taxiways safe for aircraft operation, when winter conditions prevail. It is important that the de-icing agents exhibit:
— excellent de-icing properties,
— excellent material compatibility (to minimize corrosive damage to aircraft, storage facilities, and handling equipment),
— excellent environmental properties (minimal detrimental effects on the environment and/or personel).
Furthermore, it is important that there is sufficient security of supply and fast delivery when required.
The Danish Defence has local storage tanks for liquid de-icer at the airbases in Skrydstrup, Karup and Aalborg, with the following capacities:
— Skrydstrup: 2 x 25 000 litres,
— Karup: 2 x 25 000 litres,
— Aalborg: 2 x 50 000 litres.
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 14 400 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 48
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser:
“DALO expect to tender a new framework agreement concerning de-icing agents both granulated and liquid in 2025.”
Yderligere oplysninger:
“The Agreement is not divided into lots on the grounds that a division of the contract would entail disproportionate costs due to subsequent contract...”
Yderligere oplysninger
The Agreement is not divided into lots on the grounds that a division of the contract would entail disproportionate costs due to subsequent contract administration.
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: There are no selection criterias for economic or financial standing.
Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier: There are no selection criterias for technical and professional ability.
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 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: 2021-07-09
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: 2021-07-09
13:00 📅
Supplerende oplysninger Oplysninger om gentagelse
Der er tale om et tilbagevendende indkøb ✅
Anslået tidsplan for offentliggørelse af yderligere bekendtgørelser: DALO expects to make a new tender concerning the supplies in 2025.
Oplysninger om elektroniske arbejdsgange
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 DKK 7 200 000 — 14 400 000. The reason for the interval stated is the...”
Regarding section II.1.5): The estimated value of the framework agreement is DKK 7 200 000 — 14 400 000. The reason for the interval stated is the uncertainty regarding the final value of the framework agreement, cf. below. 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 uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty of the weather conditions over the next 4-year period.
Regarding section IV.2.4): Note, that the procure documents is in English. However, it is permissible to submit offers in either Danish or English. Questions submitted during the tender procedure shall be written in English and DALO will answer these questions in English.
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. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.
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.
DALO does not provide remuneration for the participants in the tender.
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 2021/S 112-291416 (2021-06-07)
Bekendtgørelse om indgåede kontrakter (2021-10-13) Objekt Omfanget af udbuddet
Titel: De-icing agents for runways and taxiways
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 14 400 000 💰
Beskrivelse
Hovedsted eller sted for udførelsen: Aalborg, Karup and Skrydstrup
Beskrivelse af udbuddet:
“The Danish Defence is tendering a framework agreement regarding products for de-icing and anti-icing of runways and taxiways at The Danish Defence’s...”
Beskrivelse af udbuddet
The Danish Defence is tendering a framework agreement regarding products for de-icing and anti-icing of runways and taxiways at The Danish Defence’s airbases. Both liquid de-icing agent, delivered in bulk by truck, and granulated de-icing agent, delivered as packed goods in two different packaging sizes, are requested.
De-icing agents are essential for keeping the runways and taxiways safe for aircraft operation, when winter conditions prevail. It is important that the de-icing agents exhibit:
- Excellent de-icing properties
- Excellent material compatibility (to minimize corrosive damage to aircraft, storage facilities, and handling equipment)
- Excellent environmental properties (minimal detrimental effects on the environment and/or personel)
Furthermore, it is important that there is sufficient security of supply and fast delivery when required.
The Danish Defence has local storage tanks for liquid de-icer at the airbases in Skrydstrup, Karup and Aalborg, with the following capacities:
- Skrydstrup: 2 x 25000 litres
- Karup: 2 x 25000 litres
- Aalborg: 2 x 50000 litres
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 112-291416
Tildeling af kontrakt
1️⃣
Titel: De-icing agents for runways and taxiways
Dato for indgåelse af kontrakten: 2021-09-21 📅
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: 1
Antal bud, der er modtaget ad elektronisk vej: 1
Navn og adresse på kontrahenten
Navn: ADDCON Nordic AS
Nationalt registreringsnummer: NO 988 774 677
Postadresse: Postbox 1138
Postby: Porsgrunn
Postnummer: 3905
Land: Norge 🇳🇴
Region: Norge 🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 14 400 000 💰
Kontraktens/parcellens samlede værdi: DKK 14 400 000 💰
Supplerende oplysninger Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreement is DKK 7.200.000 - 14.400.000. The reason for the interval stated is the...”
Regarding section II.1.5): The estimated value of the framework agreement is DKK 7.200.000 - 14.400.000. The reason for the interval stated is the uncertainty regarding the final value of the framework agreement, cf. below. 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 uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty of the weather conditions over the next 4-year period.
Regarding section IV.2.4): Note, that the procure documents is in English. However, it is permissible to submit offers in either Danish or English. Questions submitted during the tender procedure shall be written in English and DALO will answer these questions in English.
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. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.
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.
DALO does not provide remuneration for the participants in the tender.
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 202-527315 (2021-10-13)