It has been decided by the International Military Sports Counsil (Counsil International du Sport Militaire (CISM)), that from 2026 the shooting discipline will change from 300 meters with cal. 6.0/6,5mm to 50 meters with cal. 22. Therefore, DALO wishes to enter into a Framework Agreement regarding rifles, spare parts and accesories which are in accordance with the CISM specifications. The rifles shall be offered with a 10 round magazine. An initial purchase of 18 rifles and accessories is expected.
Deadline
Fristen for modtagelse af bud var på 2025-01-16.
Indkøbet blev offentliggjort på 2024-11-07.
Udbudsbekendtgørelse (2024-11-07) Objekt Omfanget af udbuddet
Titel: Cal. 22 Sportsrifles for the CISM pentathlon games
Referencenummer: 159
Kort beskrivelse:
“It has been decided by the International Military Sports Counsil (Counsil International du Sport Militaire (CISM)), that from 2026 the shooting discipline...”
Kort beskrivelse
It has been decided by the International Military Sports Counsil (Counsil International du Sport Militaire (CISM)), that from 2026 the shooting discipline will change from 300 meters with cal. 6.0/6,5mm to 50 meters with cal. 22.
Therefore, DALO wishes to enter into a Framework Agreement regarding rifles, spare parts and accesories which are in accordance with the CISM specifications.
The rifles shall be offered with a 10 round magazine.
An initial purchase of 18 rifles and accessories is expected.
It has been decided by the International Military Sports Counsil (Counsil International du Sport Militaire (CISM)), that from 2026 the shooting discipline will change from 300 meters with cal. 6.0/6,5mm to 50 meters with cal. 22.
Therefore, DALO wishes to enter into a Framework Agreement regarding rifles, spare parts and accesories which are in accordance with the CISM specifications.
The rifles shall be offered with a 10 round magazine.
An initial purchase of 18 rifles and accessories is expected.
Vis mere
Yderligere oplysninger:
“In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a...”
Yderligere oplysninger
In accordance with section 134a of the Danish Public Procurement Act 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.
It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement.
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 group.
The agreement is not divided into lots since a division of the agreement will not ensure sufficient competition in the current market.
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.
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.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the DanishPublic 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 awardthe agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the DanishPublic Procurement Act.
The estimated value of the framework agreement is DKK 2.000.000, and the maximum value of the agreement is DKK 4.000.000. 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 ofpurchases 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. If more funds are allocated to cover pentathlon than expected, this will likely lead to a larger expenditure under the framework agreement.
Vis mere
Yderligere produkter/tjenester: Målskydning og målkastning📦
Sted for udførelsen: Sydjylland🏙️
Varighed: 4 (YEAR)
Nedenstående tidsramme er udtrykt i antal år.
Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 70
Pris ✅
Pris (justeringskoefficient): 30
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2025-01-16 13:00:00 📅
Betingelser for åbning af buddene: 2025-01-16 13:00:00 📅
Betingelser for åbning af buddene (sted): https://www.ethics.dk/ethics/eo#/b316a63a-3861-46c7-9401-d639b0315f0b/homepage
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“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: 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 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.
Vis mere Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as wellas provisions regarding risk assessment and...”
Betingelser for opfyldelse af kontrakten
The agreement contains requirements regarding labour clause, CSR requirements, international sanctions as wellas provisions regarding risk assessment and follow-up actions; reference is made to the tender documents forfurther information. In the procurement of the agreement, the risk profile is assessed to the following follow-up action (risk level): B.
“In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a...”
In accordance with section 134a of the Danish Public Procurement Act 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.
It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement.
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 group.
The agreement is not divided into lots since a division of the agreement will not ensure sufficient competition in the current market.
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.
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.
DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the DanishPublic 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 awardthe agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the DanishPublic Procurement Act.
The estimated value of the framework agreement is DKK 2.000.000, and the maximum value of the agreement is DKK 4.000.000. 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 ofpurchases 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. If more funds are allocated to cover pentathlon 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📞 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📞 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 competitionor a dynamic purchasing system has been entered into if the notification has included an explanation ofthe 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 2024/S 218-681268 (2024-11-07)