Through purchases under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) is planning to purchase military spare parts for the main part of the fleet of military combat and tactical vehicles of the Danish Defence.
The framework agreements covers the purchase of all military spare parts for military combat and tactical vehicles from the following manufacturers:
— BAE Systems Hägglunds Bandvagn 206 (Bv 206D6);
— BAE Systems Hägglunds CV-9035 DK Infantry Fighting Vehicle (IFV);
— General Dynamics European Land Systems-Mowag GmbH Eagle IV (Eagle IV);
— General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3);
— Flensburger Fahrzeugbau Gesellschaft Armored personnel carrier M113 (M113)
— Flensburger Fahrzeugbau Gesellschaft Leopard 1 WISENT (LEO 1);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg Leopard 1 Bibler Armoured vehicle land bridge (LEO 1 Bibler AVLB)
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);
— Krauss-Maffei Wegmann Leopard 2 (LEO 2);
DALO expect that the vehicles will be used in international military operations, therefore spare parts must be Original Equipment Manufacturer (OEM) spare parts or equivalent quality, i.e.spare parts which are of the same quality as the OEM spare parts used by the vehicle manufacturer for the assembly of the vehicle and maintain the full operational envelope of the vehicle systems. Equivalent quality parts may be produced by another party than the OEM, as further specified in the tender documents. Tenderers who offers non-OEM spare parts must submit documention, as part of the offer, that the offered spare parts are of equivalent quality as the OEM spare parts. Tenderers who offers OEM spare parts may at any time during the tender process be asked to document that the offered spare parts are OEM spare parts, if DALO finds it relevant..
The main part of the spare parts that DALO intends to purchase in accordance with the framework agreement are stated in an appendix to the framework agreement. The framework agreement and appendices, including the listed spare parts, will be made available to the prequalified tenderers. Some of the military spare parts are repairable and the framework agreement will also include obligation to repair these. DALO can also use the framework agreement to purchase spare parts for the above mentioned vehicles that are not listed in the appendix.
Each listed spare part will be evaluated and awarded individually in a cascade model, meaning that the tenderer who has submitted the most economically advantageous offer for a spare part will be the primary supplier for that spare part. A maximum of three (3) tenderers will be offered a parallel framework agreement on each spare part. If more than three (3) tenderers has submitted an offer for the same spare part DALO will only award the spare part to the three (3) most economically advanteges offers. The order of the cascade will be determed based on DALO's evaluation of the offers. Afterwards DALO will purchase the spare parts by way of a direct award. First DALO will submit a purchase order for a specific spare part to the primary supplier. Secondly DALO has the posibility to use the cascade model to place the order at the secondary supplier in case the primary supplier is unable to deliver. Finally DALO can submit the purchase order to the third supplier in case neither the primary og secondary supplier are able to deliver the spare part, as further described in the tender material made available to the prequalified tenderers. It is not a requirement for participating in the tender proces that a tenderer can offer all the listed spare parts in the appendix. Tenderers can freely decide which of the listed spare parts they want to submit an offer for. However, in order to be awarded a parallel framework agreement a tenderer must have been awarded a minimum of ten (10) spare parts on the list (e.i. be in top three (3) in the evaluation of at least ten (10) spare parts) . If a tenderer after the final evaluation has not been awarded at least ten (10) spare parts DALO will disregard the offer entirely. Spare parts that has not received an offer as well as other spare parts for the above mentioned military combat and tactical vehicles of the Danish Defence that has not been stated on the list in the appendix may, however, be awarded by way of a light tender procedure (mini-competition) among all the suppliers that have been awarded a parallel framework agreement (e.i. has been awarded at least ten (10) spare parts, c.f. the description above). The award criteria for the light tender procedure is described in further details in the tender material.
Deadline
Fristen for modtagelse af bud var på 2022-08-16.
Indkøbet blev offentliggjort på 2022-06-30.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Udbudsbekendtgørelse (2022-06-30) Objekt Omfanget af udbuddet
Titel: Transportudstyr og transporthjælpemidler
Mængde eller omfang:
“120000000”
Den samlede værdi af udbuddet: 120 000 000 💰
Bekendtgørelsens metadata
Originalsprog: engelsk 🗣️
Dokumenttype: Udbudsbekendtgørelse
Kontraktens art: Varer
Forordning: Den Europæiske Union
Fælles glossar for offentlige kontrakter (CPV)
Kode: Transportudstyr og transporthjælpemidler📦
Procedure
Procedureform: Udbud efter forhandling
Bud-type: Uspecificeret
Kriterier for tildeling
Det økonomisk mest fordelagtige bud
Ordregivende myndighed Identitet
Land: Danmark 🇩🇰
Type af ordregivende myndighed: Ministerium eller anden myndighed på nationalt plan eller forbundsplan
Navn på ordregivende myndighed: Danish Ministry of Defence Acquisition and Logistics Organisation
Postadresse: Lautrupbjerg 1-5
Postnummer: 2750
Postby: Ballerup
Kontakt
Internetadresse: http://www.fmi.dk🌏
E-mail: fmi-sd-alj15@mil.dk📧
Telefon: +45 72814252📞
“Regarding section II.1.4): The estimated value of the framework agreement is 120 mio. DKK and the maximum value of the framework agreement is 180 mio. DKK....”
Regarding section II.1.4): The estimated value of the framework agreement is 120 mio. DKK and the maximum value of the framework agreement is 180 mio. DKK. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, cf. below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the Danish Defence’ operational needs through the duration of the framework agreement, including uncertainty about specific deployments and mission areas in particular, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significant larger expenditure on the framework agreement than what is expected at the moment.
Vis mere
Kilde: OJS 2022/S 127-363076 (2022-06-30)
Bekendtgørelse om indgåede kontrakter (2023-12-19) Objekt Omfanget af udbuddet
Titel: Military Of The Shelf (MOTS) spare parts for the Danish military combat and tactical vehicles fleet.
Referencenummer: 2022/00892
Kort beskrivelse:
“Through purchases under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) planned to purchase military spare parts for...”
Kort beskrivelse
Through purchases under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) planned to purchase military spare parts for the main part of the fleet of military combat and tactical vehicles of the Danish Defence.
The framework agreements covers the purchase of all military spare parts for military combat and tactical vehicles from the following manufacturers:
— BAE Systems Hägglunds Bandvagn 206 (Bv 206D6);
— BAE Systems Hägglunds CV-9035 DK Infantry Fighting Vehicle (IFV);
— General Dynamics European Land Systems-Mowag GmbH Eagle IV (Eagle IV);
— General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3);
— Flensburger Fahrzeugbau Gesellschaft Armored personnel carrier M113 (M113)
— Flensburger Fahrzeugbau Gesellschaft Leopard 1 WISENT (LEO 1);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg Leopard 1 Bibler Armoured vehicle land bridge (LEO 1 Bibler AVLB)
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);
— Krauss-Maffei Wegmann Leopard 2 (LEO 2);
DALO expect that the vehicles will be used in international military operations, therefore spare parts must be Original Equipment Manufacturer (OEM) spare parts or equivalent quality, i.e. spare parts which are of the same quality as the OEM spare parts used by the vehicle manufacturer for the assembly of the vehicle and maintain the full operational envelope of the vehicle systems. Equivalent quality parts may be produced by another party than the OEM, as further specified in the tender documents. Tenderers who offers non-OEM spare parts had to submit documention, as part of the offer, that the offered spare parts are of equivalent quality as the OEM spare
parts. Tenderers who offered OEM spare parts could at any time during the tender process be asked to document that the offered spare parts are OEM spare parts, if DALO found it relevant.
The main part of the spare parts that DALO intends to purchase in accordance with the ramework agreement were stated in an appendix to the framework agreement. The framework agreement and appendices, including the listed spare parts, were made available to the prequalified tenderers. Some of the military spare parts are repairable and the framework agreement will also included obligation to repair these. DALO can also use the framework agreement to purchase spare parts for the above mentioned vehicles that are not listed in the appendix.
Each listed spare part were evaluated and awarded individually in a cascade model, meaning that the tenderer who submitted the most economically advantageous offer for a spare part would be the primary supplier for that spare part. A maximum of three (3) tenderers were offered a parallel framework agreement on each spare part. If more than three (3) tenderers had submitted an offer for the same spare part DALO would only award the spare part to the three (3) most economically advanteges offers. The order of the cascade were determed based on DALO's evaluation of the offers. After award of the spare parts DALO will purchase the spare parts by way of a direct award. First DALO will submit a purchase order for a specific spare part to the primary supplier. Secondly DALO has the posibility to use the cascade model to place the order at the secondary supplier in case the primary supplier is unable to deliver. Finally DALO can submit the purchase order to the third supplier in case neither the primary og secondary supplier are able to deliver the spare part, as further described in the tender material that were made available to the prequalified tenderers. It was not a requirement for participating in the tender proces that
a tenderer could offer all the listed spare parts in the appendix. Tenderers could freely decide which of the listed spare parts they wanted to submit an offer for. However, in order to be awarded a parallel framework agreement a tenderer must have been awarded a minimum of ten (10) spare parts on the list (e.i. be in top three (3) in the evaluation of at least ten (10) spare parts). If a tenderer after the final evaluation had not been awarded at least ten (10) spare parts DALO would disregard the offer entirely. Spare parts that has not received an offer as well
as other spare parts for the above mentioned military combat and tactical vehicles of the Danish Defence that has not been stated on the list in the appendix may, however, be awarded by way of a light tender procedure (mini-competition) among all the suppliers that have been awarded a parallel framework agreement (e.i. has been awarded at least ten (10) spare parts, c.f. the description above). The award criteria for the light tender procedure was described in further details in the tender material.
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Transportudstyr og transporthjælpemidler📦
Samlet værdi af indkøbsaftalen (ekskl. moms): 180 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“Through purchases under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) planned to purchase military spare parts for...”
Beskrivelse af udbuddet
Through purchases under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) planned to purchase military spare parts for the main part of the fleet of military combat and tactical vehicles of the Danish Defence.
The framework agreements covers the purchase of all military spare parts for military combat and tactical vehicles from the following manufacturers:
— BAE Systems Hägglunds Bandvagn 206 (Bv 206D6);
— BAE Systems Hägglunds CV-9035 DK Infantry Fighting Vehicle (IFV);
— General Dynamics European Land Systems-Mowag GmbH Eagle IV (Eagle IV);
— General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3);
— Flensburger Fahrzeugbau Gesellschaft Armored personnel carrier M113 (M113)
— Flensburger Fahrzeugbau Gesellschaft Leopard 1 WISENT (LEO 1);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg Leopard 1 Bibler Armoured vehicle land bridge (LEO 1 Bibler AVLB)
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);
— Krauss-Maffei Wegmann Leopard 2 (LEO 2);
DALO expect that the vehicles will be used in international military operations, therefore spare parts must be Original Equipment Manufacturer (OEM) spare parts or equivalent quality, i.e. spare parts which are of the same quality as the OEM spare parts used by the vehicle manufacturer for the assembly of the vehicle and maintain the full operational envelope of the vehicle systems. Equivalent quality parts may be produced by another party than the OEM, as further specified in the tender documents. Tenderers who offers non-OEM spare parts had to submit documention, as part of the offer, that the offered spare parts are of equivalent quality as the OEM spare
parts. Tenderers who offered OEM spare parts could at any time during the tender process be asked to document that the offered spare parts are OEM spare parts, if DALO found it relevant.
The main part of the spare parts that DALO intends to purchase in accordance with the ramework agreement were stated in an appendix to the framework agreement. The framework agreement and appendices, including the listed spare parts, were made available to the prequalified tenderers. Some of the military spare parts are repairable and the framework agreement will also included obligation to repair these. DALO can also use the framework agreement to purchase spare parts for the above mentioned vehicles that are not listed in the appendix.
Each listed spare part were evaluated and awarded individually in a cascade model, meaning that the tenderer who submitted the most economically advantageous offer for a spare part would be the primary supplier for that spare part. A maximum of three (3) tenderers were offered a parallel framework agreement on each spare part. If more than three (3) tenderers had submitted an offer for the same spare part DALO would only award the spare part to the three (3) most economically advanteges offers. The order of the cascade were determed based on DALO's evaluation of the offers. After award of the spare parts DALO will purchase the spare parts by way of a direct award. First DALO will submit a purchase order for a specific spare part to the primary supplier. Secondly DALO has the posibility to use the cascade model to place the order at the secondary supplier in case the primary supplier is unable to deliver. Finally DALO can submit the purchase order to the third supplier in case neither the primary og secondary supplier are able to deliver the spare part, as further described in the tender material that were made available to the prequalified tenderers. It was not a requirement for participating in the tender proces that
a tenderer could offer all the listed spare parts in the appendix. Tenderers could freely decide which of the listed spare parts they wanted to submit an offer for. However, in order to be awarded a parallel framework agreement a tenderer must have been awarded a minimum of ten (10) spare parts on the list (e.i. be in top three (3) in the evaluation of at least ten (10) spare parts). If a tenderer after the final evaluation had not been awarded at least ten (10) spare parts DALO would disregard the offer entirely. Spare parts that has not received an offer as well
as other spare parts for the above mentioned military combat and tactical vehicles of the Danish Defence that has not been stated on the list in the appendix may, however, be awarded by way of a light tender procedure (mini-competition) among all the suppliers that have been awarded a parallel framework agreement (e.i. has been awarded at least ten (10) spare parts, c.f. the description above). The award criteria for the light tender procedure was described in further details in the tender material.
Vis mere
Yderligere oplysninger:
“The value set out in the section Award Information of this notice is the total expected value of the 6 awarded parallel framework agreements (120.000.000...”
Yderligere oplysninger
The value set out in the section Award Information of this notice is the total expected value of the 6 awarded parallel framework agreements (120.000.000 DKK) and the total maximum value of the 6 awarded parallel framework agreements (180.000.000 DKK) and thus does not reflect the final value of the agreement, nor is DALO obliged to make purchases corresponding to that value.
Because the agreements include more than 5.000 spare parts that were evaluated and awarded individually it has not been possible to state the lowest or the highest evaluation price here in this contract notice because that would mean that DALO had to list over 5.000 different evaluations.
Also DALO do not at this point know exactly the amount of spare part purchased at the different tenderers in the cascade model or how many light (mini) tender procedures will be performed, and therefore the expected value for each parallel framework agreement is stated at 120.000.000 DKK in the section of this contract notice stating the Results of the tender procedure and the tenders. The maximum value of all the parallel framework agreements wil however not be more than the maximum value of 180.000.000 DKK
As a default spare parts must be delivered DAP INCOTERMS 2020 at Supply Chain Division (SCD) of the Danish Defence in Vojens (cf. above), unless otherwise stipulated by the Buyer in the purchase order.
Vis mere
Sted for udførelsen: Sydjylland🏙️
Varighed: 7 (YEAR)
Nedenstående tidsramme er udtrykt i antal år.
Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 60
Kvalitetskriterium (navn): Delivery Time
Kvalitetskriterium (vægtning): 40
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Forhandlet procedure med forudgående indkaldelse af konkurrencer ✅ Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører ✅
Tildeling af kontrakt
Der tildeles en kontrakt/et parti ✅
Partiets identifikationsnummer: LOT-0000
Kontraktnummer: General Dynamics European Land Systems - Mowag GmbH - 4600006902
Dato for indgåelse af kontrakten: 2023-11-30 📅
Titel: Parallel framework agreement regarding supply, sustainment and repair of
Military Of The Shelf (MOTS) Spare Parts for the Danish Defence tactical vehicles fleet.
Oplysninger om udbud
Antal bud, der er modtaget ad elektronisk vej: 6
Antal modtagne bud fra SMV'er: 4
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 3
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 120 000 000 DKK 💰
Navn og adresse på kontrahenten
Navn: General Dynamics European Land Systems - Mowag GmbH
Nationalt registreringsnummer: CHE108440337
Postadresse: Unterseestrasse 65
Postnummer: 8280
Postby: Kreuzlingen
Region: St. Gallen 🏙️
Land: Schweiz 🇨🇭
E-mail: christian.frehner@gdels.com📧
Telefon: +41716775682📞
URL: https://www.gdels.com/🌏
Ordregivende myndighed Navn og adresser
Navn: Danish Ministry of Defence Acquisition and Logistics Organisation
Nationalt registreringsnummer: ORG-16-28-71-80
Postadresse: Lautrupbjerg 1-5
Postnummer: 2750
Postby: Ballerup
Region: Københavns omegn🏙️
Land: Danmark 🇩🇰
E-mail: fmi-sd-la12@mil.dk📧
Telefon: +45 72814265📞
URL: https://www.fmi.dk🌏
Supplerende oplysninger Yderligere oplysninger
“The value set out in the section Award Information of this notice is the total expected value of the 6 awarded parallel framework agreements (120.000.000...”
The value set out in the section Award Information of this notice is the total expected value of the 6 awarded parallel framework agreements (120.000.000 DKK) and the total maximum value of the 6 awarded parallel framework agreements (180.000.000 DKK) and thus does not reflect the final value of the agreement, nor is DALO obliged to make purchases corresponding to that value.
Because the agreements include more than 5.000 spare parts that were evaluated and awarded individually it has not been possible to state the lowest or the highest evaluation price here in this contract notice because that would mean that DALO had to list over 5.000 different evaluations.
Also DALO do not at this point know exactly the amount of spare part purchased at the different tenderers in the cascade model or how many light (mini) tender procedures will be performed, and therefore the expected value for each parallel framework agreement is stated at 120.000.000 DKK in the section of this contract notice stating the Results of the tender procedure and the tenders. The maximum value of all the parallel framework agreements wil however not be more than the maximum value of 180.000.000 DKK
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: ORG-37795526
Postadresse: Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: ORG-10294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
Region: Byen København🏙️
Land: Danmark 🇩🇰
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
URL: https://www.kfst.dk🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to section 7(2) of the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply:
1) Forty-five 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) Thirty 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 if the notification has included an explanation of the relevant grounds for the decision.
3) Six 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), or section 171(4) of the Public Procurement Act.
The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 3(1) or (2). 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).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Vis mere
Kilde: OJS 2023/S 245-773992 (2023-12-19)