Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers and associated products, such as climate screen, air condition, roofing and staircases for camp Valdemar - Latvia. The PREFAB Systems are used in a stationary camp, which is intended for longer operations. The deployment of the PREFAB Systems used in this type of camp will take place over several weeks, and the PREFAB Systems are placed with sufficient support on the ground. In order to maintain a welcoming environment for the users, the internal surfaces (floor, wall and ceiling) shall be manufactured in materials that are easy to clean and maintain. Expected initial purchases on the agreement, where changes may occur. A. Accomodation complex (Product) Standard PREFAB Systems - Quantity: 400 Drying Facility PREFAB Systems - Quantity: 40 Corridor Module for Accomodation complex (incl. Air Conditioning) - Quantity: 20 Air Conditioner - Multi split type heat pump - Quantity: 200 Dehumidifier for Drying Facility PREFAB System for Accomodation complex - Quantity: 20 Roof for Accomodation complex - Quantity: 10 Staircases (incl. platforms) - Quantity: 20 Climate screen for Accomodation complex (only if applicable) - Quantity: 10 Foundation for Accomodation complex - Quantity: 10 B. Office complex type 1 - small(Product) Standard PREFAB Systems - Quantity: 44 Corridor Module for Office complex type 1 (incl. Air Conditioning) - Quantity: 2 Air Conditioner - Split type heat pump - Quantity: 44 Roof for Office complex type 1 - Quantity: 2 Climate screen for Office complex type 1 (only if applicable) - Quantity: 2 Foundation for Office complex type 1 - Quantity: 2 C. Office complex type 2 - large (Product) Standard PREFAB Systems - Quantity: 60 Corridor Module for Office complex type 2 (incl. Air Conditioning) - Quantity: 2 Air Conditioner - Split type heat pump - Quantity: 60 Roof for Office complex type 2 - Quantity: 2 Climate screen for Office complex type 2 (only if applicable) - Quantity: 2 Foundation for Office complex type 2 - Quantity: 2 D. Bulk(Product) Standard PREFAB Systems - Quantity: 113 Air conditioner - Split type heat pump - Quantity: 113
Deadline
Fristen for modtagelse af bud var på 2024-01-11.
Indkøbet blev offentliggjort på 2023-12-15.
Udbudsbekendtgørelse (2023-12-15) Objekt Omfanget af udbuddet
Titel: Re-Tendering of Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers and associated products.
Referencenummer: 2023/020867
Kort beskrivelse:
“Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers
and associated products, such as climate screen,...”
Kort beskrivelse
Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers
and associated products, such as climate screen, air condition, roofing and staircases for camp Valdemar -
Latvia.
The PREFAB Systems are used in a stationary camp, which is intended for longer operations. The deployment
of the PREFAB Systems used in this type of camp will take place over several weeks, and the PREFAB
Systems are placed with sufficient support on the ground. In order to maintain a welcoming environment for the users, the internal surfaces (floor, wall and ceiling) shall be manufactured in materials that are easy to clean and maintain.
Expected initial purchases on the agreement, where changes may occur.
A. Accomodation complex (Product)
Standard PREFAB Systems - Quantity: 400
Drying Facility PREFAB Systems - Quantity: 40
Corridor Module for Accomodation complex (incl. Air Conditioning) - Quantity: 20
Air Conditioner - Multi split type heat pump - Quantity: 200
Dehumidifier for Drying Facility PREFAB System for Accomodation complex - Quantity: 20
Roof for Accomodation complex - Quantity: 10
Staircases (incl. platforms) - Quantity: 20
Climate screen for Accomodation complex (only if applicable) - Quantity: 10
Foundation for Accomodation complex - Quantity: 10
B. Office complex type 1 - small(Product)
Standard PREFAB Systems - Quantity: 44
Corridor Module for Office complex type 1 (incl. Air Conditioning) - Quantity: 2
Air Conditioner - Split type heat pump - Quantity: 44
Roof for Office complex type 1 - Quantity: 2
Climate screen for Office complex type 1 (only if applicable) - Quantity: 2
Foundation for Office complex type 1 - Quantity: 2
C. Office complex type 2 - large (Product)
Standard PREFAB Systems - Quantity: 60
Corridor Module for Office complex type 2 (incl. Air Conditioning) - Quantity: 2
Air Conditioner - Split type heat pump - Quantity: 60
Roof for Office complex type 2 - Quantity: 2
Climate screen for Office complex type 2 (only if applicable) - Quantity: 2
Foundation for Office complex type 2 - Quantity: 2
D. Bulk(Product)
Standard PREFAB Systems - Quantity: 113
Air conditioner - Split type heat pump - Quantity: 113
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Påhængsvogne, sættevogne og mobile containere📦
Anslået værdi uden moms: 90 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers
and associated products, such as climate screen,...”
Beskrivelse af udbuddet
Supply and sustainment of prefabricated containers, modular structures made from prefabricated containers
and associated products, such as climate screen, air condition, roofing and staircases for camp Valdemar -
Latvia.
The PREFAB Systems are used in a stationary camp, which is intended for longer operations. The deployment
of the PREFAB Systems used in this type of camp will take place over several weeks, and the PREFAB
Systems are placed with sufficient support on the ground. In order to maintain a welcoming environment for the users, the internal surfaces (floor, wall and ceiling) shall be manufactured in materials that are easy to clean and maintain.
Expected initial purchases on the agreement, where changes may occur.
A. Accomodation complex (Product)
Standard PREFAB Systems - Quantity: 400
Drying Facility PREFAB Systems - Quantity: 40
Corridor Module for Accomodation complex (incl. Air Conditioning) - Quantity: 20
Air Conditioner - Multi split type heat pump - Quantity: 200
Dehumidifier for Drying Facility PREFAB System for Accomodation complex - Quantity: 20
Roof for Accomodation complex - Quantity: 10
Staircases (incl. platforms) - Quantity: 20
Climate screen for Accomodation complex (only if applicable) - Quantity: 10
Foundation for Accomodation complex - Quantity: 10
B. Office complex type 1 - small(Product)
Standard PREFAB Systems - Quantity: 44
Corridor Module for Office complex type 1 (incl. Air Conditioning) - Quantity: 2
Air Conditioner - Split type heat pump - Quantity: 44
Roof for Office complex type 1 - Quantity: 2
Climate screen for Office complex type 1 (only if applicable) - Quantity: 2
Foundation for Office complex type 1 - Quantity: 2
C. Office complex type 2 - large (Product)
Standard PREFAB Systems - Quantity: 60
Corridor Module for Office complex type 2 (incl. Air Conditioning) - Quantity: 2
Air Conditioner - Split type heat pump - Quantity: 60
Roof for Office complex type 2 - Quantity: 2
Climate screen for Office complex type 2 (only if applicable) - Quantity: 2
Foundation for Office complex type 2 - Quantity: 2
D. Bulk(Product)
Standard PREFAB Systems - Quantity: 113
Air conditioner - Split type heat pump - Quantity: 113
Vis mere
Yderligere oplysninger:
“The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement.
The exclusion ground...”
Yderligere oplysninger
The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement.
The exclusion ground in section 134a of the Danish Public Procurement Act is a specific national exclusion ground. The provision stipulates that the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent
The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement.
As part of its offer, the tenderer must submit the European Single Procurement Document (ESPD).
Please note that a tenderer may rely on the capacity of other entities (e.g. a parent or sister company or a subcontractor), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer must ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderer’s own ESPD. The ESPD of the entity or entities in question must include equivalent information.
A tenderer may only submit one offer.
The tenderer and, if relevant, the participants in the group of entities and/or entities on which the tenderer relies, must use the ESPD, see section 148 of the Danish Public Procurement Act, as preliminary evidence that the participants are not subject to any of the exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act, and that the tenderer fulfils the suitability requirements.
It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consortiums), the participants not submitting the offer must sign their ESPD document. Any entities relied on must also sign the ESPD.
It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.
If a tenderer relies on the capacity of other entities, the tenderer shall upon request provide statements of support or other documentation proving that the tenderer has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the tenderer. If such documentation is not provided, DALO cannot take into account the economic and financial standing and/or the technical and professional capacity of such entity or entities. DALO has prepared a template (available in the electronic tender system) to be used to confirm the legal obligation.
As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. In this connection, DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed self-declaration.
DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.
Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.
Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act.
DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement.
The estimated value of the framework agreement is 90.000.000DKK, and the maximum value of the agreement is 270.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration.
The uncertainty regarding the final value of the framework agreement is primarily due to the fact that financial resources may be reallocated and/or injected during the term of the framework agreement on the basis of various external factors and influences, such as changes in the resources needed or changes in the geopolitical situation. If more funds are allocated to cover the camp than expected, this will likely lead to a larger expenditure under the framework agreement.
Vis mere
Hovedsted eller sted for udførelsen:
“See IDENTIFICATION”
Sted for udførelsen: Pierīga 🏙️
Varighed: 48 (MONTH)
Nedenstående tidsramme er udtrykt i antal måneder.
Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 100
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-01-11 13:00:00 📅
Betingelser for åbning af buddene: 2024-01-16 00:05:00 📅
Betingelser for åbning af buddene (sted): The offers will be opened in the electronic procurement system. Tenderers do not have the opportunity to be present when the offers are opened.
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med flere operatører ✅
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“General yearly turnover: Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
General yearly turnover: Its general yearly turnover for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Average yearly turnover: Its average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Average yearly turnover: Its average yearly turnover for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific yearly turnover: Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specific yearly turnover: Its specific yearly turnover in the business area covered by the contract for the number of financial years required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific average turnover: Its specific average yearly turnover in the business area covered by the contract for the number of years required in the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Specific average turnover: Its specific average yearly turnover in the business area covered by the contract for the number of years required in the relevant notice, the procurement documents or the ESPD is as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Set up of economic operator: In case the information concerning turnover (general or specific) is not available for the entire period required, please state...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Set up of economic operator: In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date on which the economic operator was set up or started trading:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Financial ratio: Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Financial ratio: Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows:
The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available.
The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available.
The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR.
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available.
If the tenderer relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available.
Upon request from DALO, the tenderer must submit the following documentation:
Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Professional risk indemnity insurance: The insured amount in its professional risk indemnity insurance is the following:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Other economic or financial requirements: Concerning the other economic or financial requirements, if any, that may have been specified in the relevant...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Other economic or financial requirements: Concerning the other economic or financial requirements, if any, that may have been specified in the relevant notice or the procurement documents, the economic operator declares that:
Vis mere Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“Certificates by independent bodies about quality assurance standards: Will the economic operator be able to produce certificates drawn up by independent...”
Liste og kortfattet beskrivelse af regler og kriterier
Certificates by independent bodies about quality assurance standards: Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required quality assurance standards, including accessibility for disabled persons?
Vis mere
Liste og kortfattet beskrivelse af regler og kriterier:
“Certificates by independent bodies about environmental management systems or standards: Will the economic operator be able to produce certificates drawn up...”
Liste og kortfattet beskrivelse af regler og kriterier
Certificates by independent bodies about environmental management systems or standards: Will the economic operator be able to produce certificates drawn up by independent bodies attesting that the economic operator complies with the required environmental management systems or standards?
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“Enrolment in a relevant professional register: It is enrolled in relevant professional registers kept in the Member State of its establishment as described...”
Liste og kortfattet beskrivelse af betingelserne
Enrolment in a relevant professional register: It is enrolled in relevant professional registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“Enrolment in a trade register: It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive...”
Liste og kortfattet beskrivelse af betingelserne
Enrolment in a trade register: It is enrolled in trade registers kept in the Member State of its establishment as described in Annex XI of Directive 2014/24/EU; economic operators from certain Member States may have to comply with other requirements set out in that Annex.
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“For service contracts: authorisation of particular organisation needed: Is a particular membership of a particular organisation needed in order to be able...”
Liste og kortfattet beskrivelse af betingelserne
For service contracts: authorisation of particular organisation needed: Is a particular membership of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Vis mere
Liste og kortfattet beskrivelse af betingelserne:
“For service contracts: membership of particular organisation needed: Is a particular membership of a particular organisation needed in order to be able to...”
Liste og kortfattet beskrivelse af betingelserne
For service contracts: membership of particular organisation needed: Is a particular membership of a particular organisation needed in order to be able to perform the service in question in the country of establishment of the economic operator?
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For works contracts: performance of works of the specified type: For public works contracts only: During the reference period, the economic operator has...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For works contracts: performance of works of the specified type: For public works contracts only: During the reference period, the economic operator has performed the following works of the specified type. Contracting authorities may require up to five years and allow experience dating from more than five years.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: performance of deliveries of the specified type: For public supply contracts only: During the reference period, the economic operator...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For supply contracts: performance of deliveries of the specified type: For public supply contracts only: During the reference period, the economic operator has delivered the following principal deliveries of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For service contracts: performance of services of the specified type: For public service contracts only: During the reference period, the economic operator...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For service contracts: performance of services of the specified type: For public service contracts only: During the reference period, the economic operator has provided the following main services of the type specified. Contracting authorities may require up to three years and allow experience dating from more than three years.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Technicians or technical bodies for quality control: It can call upon the following technicians or technical bodies, especially those responsible for...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Technicians or technical bodies for quality control: It can call upon the following technicians or technical bodies, especially those responsible for quality control. For technicians or technical bodies not belonging directly to the economic operator's undertaking but on whose capacities the economic operator relies as set out under Part II, Section C, separate ESPD forms must be filled in.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For works contracts: technicians or technical bodies to carry out the work: In the case of public works contracts, the economic operator will be able to...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For works contracts: technicians or technical bodies to carry out the work: In the case of public works contracts, the economic operator will be able to call on the following technicians or technical bodies to carry out the work:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Technical facilities and measures for ensuring quality: It uses the following technical facilities and measures for ensuring quality and its study and...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Technical facilities and measures for ensuring quality: It uses the following technical facilities and measures for ensuring quality and its study and research facilities are as follows:
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Study and research facilities: It uses the following study and research facilities are as follows:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Supply chain management: It will be able to apply the following supply chain management and tracking systems when performing the contract:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Allowance of checks: For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose:...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Allowance of checks: For complex products or services to be supplied or, exceptionally, for products or services which are required for a special purpose: The economic operator will allow checks to be conducted on the production capacities or the technical capacity of the economic operator and, where necessary, on the means of study and research which are available to it and on the quality control measures? The check is to be performed by the contracting authority or, in case the latter consents to this, on its behalf by a competent official body of the country in which the supplier or service provider is established.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Educational and professional qualifications: The following educational and professional qualifications are held by the service provider or the contractor...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Educational and professional qualifications: The following educational and professional qualifications are held by the service provider or the contractor itself, and/or (depending on the requirements set out in the relevant notice or the procurement documents by its managerial staff.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Environmental management measures: The economic operator will be able to apply the following environmental management measures when performing the contract:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Number of managerial staff: The economic operator?s number of managerial staff for the last three years were as follows:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Average annual manpower: The economic operator?s average annual manpower for the last three years were as follows:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tools, plant or technical equipment: The following tools, plant or technical equipment will be available to it for performing the contract:”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Subcontracting proportion: The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
Subcontracting proportion: The economic operator intends possibly to subcontract the following proportion (i.e. percentage) of the contract. Please note that if the economic operator has decided to subcontract a part of the contract and relies on the subcontractor?s capacities to perform that part, then please fill in a separate ESPD for such subcontractors, see Part II, Section C above.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: samples, descriptions or photographs without certification of authenticity: For public supply contracts: The economic operator will...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For supply contracts: samples, descriptions or photographs without certification of authenticity: For public supply contracts: The economic operator will supply the required samples, descriptions or photographs of the products to be supplied, which do not need to be accompanied by certifications of authenticity.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: samples, descriptions or photographs with certification of authenticity: For public supply contracts: The economic operator will...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For supply contracts: samples, descriptions or photographs with certification of authenticity: For public supply contracts: The economic operator will supply the required samples, descriptions or photographs of the products to be supplied and will provide certifications of authenticity where applicable.
Vis mere
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: certificates by quality control institutes: Can the economic operator provide the required certificates drawn up by official quality...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
For supply contracts: certificates by quality control institutes: Can the economic operator provide the required certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the relevant notice or the procurement documents?
Vis mere Betingelser for deltagelse
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem:
“Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included...”
De vigtigste finansieringsbetingelser og betalingsordninger og/eller henvisning til de relevante bestemmelser, der regulerer dem
Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.
If advance payments are made, an on-demand guarantee from a recognised financial institution must be provided. The financial institution is subject to DALO’s approval.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and...”
Betingelser for opfyldelse af kontrakten
The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and follow-up actions; reference is made to the tender documents for further information. In the procurement of the agreement, the risk profile is assessed to the following follow-up action (risk level): C.
“The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement.
The exclusion ground...”
The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement.
The exclusion ground in section 134a of the Danish Public Procurement Act is a specific national exclusion ground. The provision stipulates that the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion.
No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent
The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement.
As part of its offer, the tenderer must submit the European Single Procurement Document (ESPD).
Please note that a tenderer may rely on the capacity of other entities (e.g. a parent or sister company or a subcontractor), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer must ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderer’s own ESPD. The ESPD of the entity or entities in question must include equivalent information.
A tenderer may only submit one offer.
The tenderer and, if relevant, the participants in the group of entities and/or entities on which the tenderer relies, must use the ESPD, see section 148 of the Danish Public Procurement Act, as preliminary evidence that the participants are not subject to any of the exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act, and that the tenderer fulfils the suitability requirements.
It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consortiums), the participants not submitting the offer must sign their ESPD document. Any entities relied on must also sign the ESPD.
It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership.
If a tenderer relies on the capacity of other entities, the tenderer shall upon request provide statements of support or other documentation proving that the tenderer has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the tenderer. If such documentation is not provided, DALO cannot take into account the economic and financial standing and/or the technical and professional capacity of such entity or entities. DALO has prepared a template (available in the electronic tender system) to be used to confirm the legal obligation.
As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. In this connection, DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed self-declaration.
DALO has uploaded a template (available in the electronic tender system) which must be used as declaration.
Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act.
Prior to decision on award of the agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act.
DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement.
The estimated value of the framework agreement is 90.000.000DKK, and the maximum value of the agreement is 270.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration.
The uncertainty regarding the final value of the framework agreement is primarily due to the fact that financial resources may be reallocated and/or injected during the term of the framework agreement on the basis of various external factors and influences, such as changes in the resources needed or changes in the geopolitical situation. If more funds are allocated to cover the camp than expected, this will likely lead to a larger expenditure under the framework agreement.
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 the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to 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) 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 an agreement. 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 an agreement 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).
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 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, 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 Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Kilde: OJS 2023/S 244-768971 (2023-12-15)
Udbudsbekendtgørelse (2024-01-05) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 90 000 000 DKK 💰
Procedure Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-01-15 23:59:00 📅
Kilde: OJS 2024/S 006-013702 (2024-01-05)
Udbudsbekendtgørelse (2024-01-12) Objekt Omfanget af udbuddet
Anslået værdi uden moms: 90 000 000 DKK 💰
Procedure Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-01-18 23:59:00 📅
Betingelser for åbning af buddene: 2024-01-19 00:05:00 📅
Supplerende oplysninger Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to 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) 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 an agreement. 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 an agreement 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). 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 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, 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 2024/S 011-029529 (2024-01-12)