The Tender will include four helicopters (and a backup helicopter), pilots and HEMS crew medics for the operation of helicopter emergency medical services in Denmark. The Contracting Authorities will provide the HEMS physicians.
The detailed terms of the operation of the services appear from draft "Contract on the operation of helicopter emergency medical services" and the appendices, which are included as part of the tender documents.
The contract will be entered into for a period of 10 years from Commencement of Operations with options to extend the contract length up to 14 years from Commencement of Operations. Furthermore, the Contracting Authorities have an option of including up to two additional helicopters in the services.
Deadline
Fristen for modtagelse af bud var på 2022-06-23.
Indkøbet blev offentliggjort på 2022-05-24.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Ordregivende myndighed (yderligere)
Navn: The Capital Region of Denmark
Nationalt registreringsnummer: 29190623
Postadresse: Kongens Vænge 2
Postby: Hillerød
Objekt Omfanget af udbuddet
Titel: Contract for the operation of helicopter emergency medical services
Produkter/tjenester: Lufttransport📦
Kort beskrivelse:
“The Tender will include four helicopters (and a backup helicopter), pilots and HEMS crew medics for the operation of helicopter emergency medical services...”
Kort beskrivelse
The Tender will include four helicopters (and a backup helicopter), pilots and HEMS crew medics for the operation of helicopter emergency medical services in Denmark. The Contracting Authorities will provide the HEMS physicians.
The detailed terms of the operation of the services appear from draft "Contract on the operation of helicopter emergency medical services" and the appendices, which are included as part of the tender documents.
The contract will be entered into for a period of 10 years from Commencement of Operations with options to extend the contract length up to 14 years from Commencement of Operations. Furthermore, the Contracting Authorities have an option of including up to two additional helicopters in the services.
Vis mere
Anslået værdi uden moms: EUR 285 000 000 💰
1️⃣
Yderligere produkter/tjenester: Virksomhed, der udøves af medicinsk personale📦
Yderligere produkter/tjenester: Udlejning af helikoptere med besætning📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Denmark
Beskrivelse af udbuddet:
“The national Danish HEMS service was established by the five regions of Denmark and provides nationwide coverage, currently using four EC-135 helicopters...”
Beskrivelse af udbuddet
The national Danish HEMS service was established by the five regions of Denmark and provides nationwide coverage, currently using four EC-135 helicopters and a backup EC-135 helicopter. However, this tender process concerns two small helicopters and two large helicopters and a backup helicopter (small).
A small helicopter in this tender must have a d-value below 13,2 metres and a cockpit, cabin and cargo volume exceeding 4.5 M3. A large helicopter in this tender must have a d-value below 14 metres and a cockpit, cabin and cargo volume exceeding 6 M3.
The helicopters must be staffed with a pilot, a HEMS Crew Medic and a HEMS Physician. The latter is provided by the Contracting Authorities. The service is primarily dispatched to patients with acute life-threatening illnesses or traumatic injury but is also used for inter-hospital patient transfers.
The Danish HEMS service is a single pilot operation and it is in operation around the clock every day of the year. From Commencement of Operations, the entity performing the HEMS operations must hold a number of approvals, e.g. HEMS-operations and IFR approval (cat 1), but see the tender documents for further.
The crew shall utilise NVIS in order to land close to the accident scene at night-time and use Point IN Space (GPS-PinS) procedures when landing at hospitals in difficult weather conditions. Some of the operations are executed using onboard instruments (IFR) in bad weather conditions.
The current four helicopters completed 4.768 missions in 2021.
The four helicopters are based near Saltum on landside, Billund Airport, Ringsted Airfield and Skive on landside. On each location the regions have established a base with accommodation facilities for the crew and a hangar for the helicopter which allows for minor maintenance facilities. The bases are owned by the regions and are made available for the supplier free of charge. The backup helicopter may be placed at Ringsted Airfield (hangar made available by the Customer) or elsewhere according to the Supplier’s preference (facilities made available by the Supplier at own expense).
In regards to section II.2.7) it is noted, that the term of the contract is 10 years as from Commencement of Operations, which is expected to be in November 2024.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 40
Kvalitetskriterium (navn): Reliability of Operation
Kvalitetskriterium (vægtning): 30
Pris (justeringskoefficient): 30
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: EUR 285 000 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 120
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Denne kontrakt kan forlænges ✅ Beskrivelse
Beskrivelse af fornyelser:
“The Contracting Authorities may prolong the term of the Contract by 2 years (i.e. until 12 years as from Commencement of Operations).
Upon prior written...”
Beskrivelse af fornyelser
The Contracting Authorities may prolong the term of the Contract by 2 years (i.e. until 12 years as from Commencement of Operations).
Upon prior written agreement(s) between the Parties, the term of the Contract may be further prolonged one or more times, in total by up to 2 further years (i.e. up to 14 years as from Commencement of Operations).
Vis mere Oplysninger om begrænsningerne i antallet af ansøgere, der kan indbydes
Påtænkt antal ansøgere: 4
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere:
“The shortlisting of applicants invited to tender will be based on an evaluation of which applicants have documented the most relevant deliveries...”
Objektive kriterier for udvælgelse af det begrænsede antal ansøgere
The shortlisting of applicants invited to tender will be based on an evaluation of which applicants have documented the most relevant deliveries (references), see section III.1.3), of the services covered by the contract, see the description in sections II.1.4) and II.2.4).
The evaluation of the most relevant deliveries (references) will be made on the basis of the extent to which the references document experience with delivery of comparable services, including that the references are comparable with the Contract tendered for in relation to volume and complexity, see also the description in sections II.1.4) and II.2.4).
In the assessment the Contracting Authorities will make an overall evaluation of the applicant’s references. It will be given special weight if the applicant documents experience with:
• Single pilot operations
• Performing HEMS in 24-hour operations
• Using IFR,
• Using GPS-PinS,
• Performing HEMS in climate/weather conditions similar to Danish conditions (including in relation to low cloud ceiling, poor visibility and risk of ice formation).
The conditions for references being used to fulfil the minimum requirement, see section III.1.3), do not apply for references being used to fulfil the selection criteria under this section II.2.9), provided that the references relate to the past three (3) years before the deadline for submission of application.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The Contracting Authorities have an option of extending the number of emergency medical helicopters by up to two further helicopters, i.e. from four...”
Beskrivelse af mulighederne
The Contracting Authorities have an option of extending the number of emergency medical helicopters by up to two further helicopters, i.e. from four emergency medical helicopters to five or six emergency medical helicopters (in addition to the back-up helicopter).
Vis mere Oplysninger om elektroniske kataloger
Tilbuddene skal være udformet som elektroniske kataloger eller indeholde et elektronisk katalog
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“The applicant must submit the European Single Procurement Document ("ESPD") with confirmation that the applicant fulfills the following minimum...”
Liste og kortfattet beskrivelse af betingelserne
The applicant must submit the European Single Procurement Document ("ESPD") with confirmation that the applicant fulfills the following minimum requirement:
• The entity to perform the HEMS operation under the contract must – at the time of application - possess a valid AOC (Air Operator Certificate) issued by an EASA member state or an associated state.
Confirmation is to be stated in section IV.A of the ESPD.
The ESPD serves as provisional documentation that the applicant fulfils the minimum suitability requirement in respect of suitability to pursue the professional activity.
Before the award decision is made, the tenderer to whom the Contracting Authorities intend to award the contract must submit documentation that the information stated in the ESPD is accurate. However, the Contracting Authorities expect to apply the procedure set out in section 151(2) of the Danish Public Procurement Act and collect documentation before the tenderer submit the initial tender. The applicants are therefore urged but not obliged to enclose this documentation with the application.
Upon the Contracting Authorities' request, the following documentation must be submitted:
• Copy of the AOC or similar documentation including the name of the issuing authority/state.
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must submit the ESPD with the following information:
• The applicant's equity in the most recent financial year available
• The applicant's...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must submit the ESPD with the following information:
• The applicant's equity in the most recent financial year available
• The applicant's solvency ratio in the most recent financial year available
If the applicant relies on the economic and financial capacity of other entities in relation to the fulfilment of minimum requirements, see below, the applicant and the entities in question will be required by the Contracting Authorities to undertake joint and several liability for the performance of the contract.
If the applicant relies on the capacities of other entities, the equity is to be calculated as the total equity of the applicant and such other entities in the most recent annual report/financial statement available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the operators in the most recent annual report/financial statement available. The information is to be stated in section IV.B of the ESPD.
The solvency ratio is calculated as the applicant’s total equity divided by the applicant’s total assets, calculated as a percentage. The solvency ratio is thus calculated as (total equity/total assets) x 100 = equity to total assets ratio. If the applicant relies on the capacities of other entities, the solvency ratio is calculated as the total equity of the applicant and such other entities divided by their total assets, calculated as a percentage. For groups of operators (e.g. a consortium), the solvency ratio is calculated as the total equity of the operators divided by their total assets, calculated as a percentage. The information is to be stated in section IV.B of the ESPD.
The ESPD serves as provisional documentation that the applicant fulfils the minimum suitability requirements in respect of economic and financial capacity.
Before the award decision is made, the tenderer to whom the Contracting Authorities intend to award the contract must submit documentation that the information stated in the ESPD is accurate. However, the Contracting Authorities expect to apply the procedure set out in section 151(2) of the Danish Public Procurement Act and collect documentation before the tenderer submit the initial tender.
Upon the Contracting Authorities' request, the following documentation of economic and financial capacity must be submitted:
• The applicant's balance sheets or extracts from balance sheets in the most recent annual report/financial statement available if publication of the balance sheets is required under law in the country in which the applicant is established, or other documentation of the size of the equity and assets, e.g., an audited statement regarding the applicant's equity and assets in the most recent annual report/financial statement available.
For groups of operators (e.g. a consortium), the information in the most recent annual report/financial statement available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.
The said information must be provided by completing part IV, Clause B, of the ESPD.
“The Contracting Authorities impose the following minimum requirements as to applicants' economic and financial capacity:
• The applicant must have an equity...”
The Contracting Authorities impose the following minimum requirements as to applicants' economic and financial capacity:
• The applicant must have an equity of a minimum of EUR 4,000,000 in the most recent financial year available
• The applicant must have a solvency ratio of a minimum of 10% in the most recent financial year available
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The applicant must submit the ESPD with the following information:
A list of the most significant comparable services (references), see sections II.1.4) and...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The applicant must submit the ESPD with the following information:
A list of the most significant comparable services (references), see sections II.1.4) and II.2.4), that the applicant has carried out in the latest 3 years before the expiry of the deadline for application. See below for the minimum requirements as to the references.
The Contracting Authorities will also attach importance to applicants' technical and professional capacity in connection with the selection of tenderers, cf. section II.2.9). Applicants must therefore in addition to the minimum requirements provide information in the ESPD as to applicants' most important references in respect of operation of helicopter emergency medical services.
Applicants are urged to state as follows in respect of each reference in the ESPD:
(i) Period within which the services were rendered
(ii) Name of the customer and contact information
(iii) Brief description of the contract, including
a. the applicant's role in performing the contract
b. the HEMS provided in regards to the elements pointed out in section II.2.9).
(iv) The applicant's fee for the service which enables the Contracting Authorities to confirm fulfilment of the minimum requirement regarding total realized revenues within the past three (3) years before the deadline for submission of application.
(v) Number of bases involved in the services by the applicant.
Such information is provided by completing part IV, Clause C, of the ESPD
No additional documentation of technical and professional capacity will be required from the applicant. However, the Contracting Authorities reserve the right to contact the relevant customers regarding the references stated for an elaboration thereof.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“The Contracting Authorities impose the following minimum requirements as to the applicants' technical and professional capacity:
• The applicant must...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
The Contracting Authorities impose the following minimum requirements as to the applicants' technical and professional capacity:
• The applicant must provide one or more references covering operation of a helicopter emergency medical service with total realized revenues of minimum EUR 6,000,000 within the past three (3) years before the deadline for submission of application.
Each of the contract(s) used as reference to fulfil the minimum requirement must:
1) have a contract term of three years or more; and
2) be pending or have been completed within the past three years before the deadline for submission of application.
With respect to pending references, it is furthermore a requirement that the helicopter emergency medical service must have been in operation for a minimum of two years (i.e. any implementation period where the helicopter emergency medical service is not yet in operation must not be included when calculating the duration).
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the...”
Betingelser for opfyldelse af kontrakten
The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.
The contract lays down requirements on compliance with the law on processing of personal data.
If the contract is awarded to a group of operators (such as a consortium), the participants of the group must undertake joint and several liability and appoint a joint representative.
The Contracting Authorities have assessed that the conclusion of the contract may be subject to the authorisation requirement pursuant to the Danish Investment Screening Act. See further in the tender conditions.
Procedure Type af procedure
Konkurrencepræget procedure med forhandling
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
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 050-128676
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-06-23
23:59 📅
Anslået dato for afsendelse af invitationer til at afgive tilbud eller deltage til udvalgte ansøgere: 2022-07-04 📅
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: 3
Supplerende oplysninger Oplysninger om gentagelse
Der er tale om et tilbagevendende indkøb ✅ Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“Participation in the tendering procedure may only take place by electronic means via the electronic tendering system, see the address set out in section...”
Participation in the tendering procedure may only take place by electronic means via the electronic tendering system, see the address set out in section I.3).
If the application contains several versions of the same document, the latest uploaded version will apply. All communication in connection with the tender procedure, including questions and answers, must take place through the electronic tendering system. Questions during the prequalification phase should be submitted not later than 10 June 2022, but see the tender conditions.
-o0o-
The applicant must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1), paras 1-3 of the Danish Public Procurement Act (udbudsloven) and section 137(1) para 1, 3, 4, 5 and 6 of the Danish Public Procurement Act.
It is not necessary for the applicant to sign the ESPD document. Where the applicant is a group of operators (e.g. a consortium), the ESPD document of each participant in the group must be signed by the participant in question. The applicant heading the group and submitting the application is not required to sign its ESPD document. If the applicant relies on the capacities of other entities, an ESPD must be submitted for and signed by each of the entities on which it relies.
In this procedure, the applicants may rely on the technical and/or financial capacity of other operators to fulfil the suitability requirements stated in section III.1.2) and III.1.3), including for the purpose of selection, see section II.2.9). The operator(s) making its/their technical and/or financial capacity available to the applicant must sign a letter of commitment, see further in the tender conditions. The form is enclosed as an attachment to the tender conditions.
Applicants are excluded from participating in the tender procedure if they are subject to the grounds for exclusion laid down in ss 135-137 of the Danish Public Procurement Act (udbudsloven), unless the applicant has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.
The Contracting Authorities will also exclude a tenderer from participating in the tender procedure if, during the tender procedure, the tenderer becomes subject to the grounds for exclusion provided for in ss 135-137 of the Public Procurement Act.
The voluntary grounds for exclusion are applied while complying with the principle of proportionality. Hence, trivial matters cannot result in the exclusion of the applicant. Several matters which, individually, are less serious in nature may, however, give rise to exclusion of the applicant.
Before the award decision is made, the tenderer to whom the Contracting Authorities intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.
-o0o-
As regards sections II.1.5) and II.2.6), it should be noted that the amount is an estimate of the contract price for the entire term of the contract, including the price of all options.
It should be noted that each applicant may only submit one application for prequalification. If a legal entity participates in more than one application (in any capacity), the Contracting Authorities may request proof that this has not limited the competition in conflict with applicable competition laws.
The Contracting Authorities expects to carry out one negotiation (expected in early October 2022) with each tenderer on the basis of the tenderer’s initial tender (expected deadline 2 September) and award the contract on the basis on the final tender (expected deadline 1 November 2022). However, the contract may be awarded on the basis of the initial tender. For further information on the process of the negotiations, reference is made to the tender conditions.
The Contracting Authorities will pay no remuneration for participating in the tender.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud (The Danish Complaints Board for Public Procurement)
Postadresse: Nævnenes Hus, Tolboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
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 Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:
Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.
In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.
2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.
3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.
4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.
Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged within the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see section 12(1) of the Act.
The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1.
The Complaints Board’s own complaints procedure is available at https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/vejledning/
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn:
“Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)”
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 2022/S 102-285221 (2022-05-24)
Bekendtgørelse om indgåede kontrakter (2023-07-27) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 285 000 000 💰
Beskrivelse
Yderligere oplysninger:
“Sections II.1.7); the amount was an estimate of the contract price for the entire term of the contract as stated in the Contract Notice (2022/S 102-285221).”
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 102-285221
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel: The Danish HEMS Service
Dato for indgåelse af kontrakten: 2023-06-29 📅
Oplysninger om udbud
Antal modtagne bud: 3
Navn og adresse på kontrahenten
Navn: Norsk Luftambulanse AS
Nationalt registreringsnummer: 930329797
Postadresse: Storgata 33
Postby: Oslo
Postnummer: 0184
Land: Norge 🇳🇴
Region: Norge 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 208 047 363 💰
Supplerende oplysninger Yderligere oplysninger
“Section V.2.4); the amount is the contract price (corresponding to Norsk Luftambulanse AS' evaluation-technical price of EUR 208,047,363.00).”
Kilde: OJS 2023/S 146-465771 (2023-07-27)