The purpose of the tendered contract is to facilitate full-service aircraft charter for State transportation for the Danish Government. The Danish Government frequently travels between Copenhagen and European cities and less frequently Trans-Atlantic, to the Middle East, Africa and Asia. The passengers will include Very Important Persons such as but not limited to the Prime minister, the Minister of Foreign Affairs, the Minister of Defence and accompanying officials and press. The concept under the tendered contract is that the supplier shall deliver two dedicated aircraft (i.e., two specific and stated aircraft registration numbers) for the duration of the contract. The supplier shall continuously be able to deliver one of these dedicated aircraft, ready for boarding, at Copenhagen Airport (CPH) within 72 hours of notification. The reason for requiring the delivery of two dedicated aircraft is to account for both scheduled and unscheduled maintenance. Thus, with this arrangement, the supplier shall always have one dedicated aircraft ready within 72 hours of notification for the Danish Government. The supplier shall provide full-service aircraft charter for 480 hours on a 12-month basis.
Deadline
Fristen for modtagelse af bud var på 2024-09-17.
Indkøbet blev offentliggjort på 2024-08-15.
Udbudsbekendtgørelse (2024-08-15) Objekt Omfanget af udbuddet
Titel: Contract regarding full-service aircraft charter for State transportation
Referencenummer: 4033580
Kort beskrivelse:
“The purpose of the tendered contract is to facilitate full-service aircraft charter for State transportation for the Danish Government.
The Danish...”
Kort beskrivelse
The purpose of the tendered contract is to facilitate full-service aircraft charter for State transportation for the Danish Government.
The Danish Government frequently travels between Copenhagen and European cities and less frequently Trans-Atlantic, to the Middle East, Africa and Asia. The passengers will include Very Important Persons such as but not limited to the Prime minister, the Minister of Foreign Affairs, the Minister of Defence and accompanying officials and press.
The concept under the tendered contract is that the supplier shall deliver two dedicated aircraft (i.e., two specific and stated aircraft registration numbers) for the duration of the contract.
The supplier shall continuously be able to deliver one of these dedicated aircraft, ready for boarding, at Copenhagen Airport (CPH) within 72 hours of notification.
The reason for requiring the delivery of two dedicated aircraft is to account for both scheduled and unscheduled maintenance. Thus, with this arrangement, the supplier shall always have one dedicated aircraft ready within 72 hours of notification for the Danish Government.
The supplier shall provide full-service aircraft charter for 480 hours on a 12-month basis.
Vis mere
Kontrakttype: Tjenesteydelser
Produkter/tjenester: Lufttransport📦
Anslået værdi uden moms: 40 000 000 EUR 💰
Beskrivelse
Intern ID: 4033580
Anslået værdi uden moms: 40 000 000 EUR 💰
Dette udbud er også egnet for små og mellemstore virksomheder (SMV'er) ✅
Beskrivelse af udbuddet:
“The purpose of the tendered contract is to facilitate full-service aircraft charter for State transportation for the Danish Government.
The Danish...”
Beskrivelse af udbuddet
The purpose of the tendered contract is to facilitate full-service aircraft charter for State transportation for the Danish Government.
The Danish Government frequently travels between Copenhagen and European cities and less frequently Trans-Atlantic, to the Middle East, Africa and Asia. The passengers will include Very Important Persons such as but not limited to the Prime minister, the Minister of Foreign Affairs, the Minister of Defence and accompanying officials and press.
The concept under the tendered contract is that the supplier shall deliver two dedicated aircraft (i.e., two specific and stated aircraft registration numbers) for the duration of the contract.
The supplier shall continuously be able to deliver one of these dedicated aircraft, ready for boarding, at Copenhagen Airport (CPH) within 72 hours of notification.
The reason for requiring the delivery of two dedicated aircraft is to account for both scheduled and unscheduled maintenance. Thus, with this arrangement, the supplier shall always have one dedicated aircraft ready within 72 hours of notification for the Danish Government.
The supplier shall provide full-service aircraft charter for 480 hours on a 12-month basis.
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.
Further, the voluntary ground for exclusion in section 137 (1), para (2), (concerning bankruptcy etc.) of the Danish Public Procurement Act applies 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 undermine the economies of scale obtainable by one agreement.
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.
Regarding the section ”Submission”: As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see section ”Contract terms". 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 duration of the Contract is 4 years. DALO is entitled to extend the Contract with 2 x 1 year. Hence, if DALO extends the Contract, the total duration of the Contract will be 6 years.
Vis mere Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“The contract will include an option for DALO to purchase up to 60 flight hours per year (in addition to the mentioned 480 hours).” Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 45
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 55
Titel
Partiets identifikationsnummer: LOT-0000
Beskrivelse
Postadresse: Lufthavnsboulevarden 6
Postnummer: 2770
By: Kastrup
Land: Danmark 🇩🇰
Procedure Type af procedure
Åben procedure ✅
Retsgrundlag: Direktiv 2014/24/EU
Hovedpunkterne i proceduren:
“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...”
Hovedpunkterne i proceduren
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 mandatory exclusion grounds set out in sections 135 and 136 of the Danish Public Procurement Act, or the exclusion grounds set out in section 137(1), para (2) 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.
If a tenderer relies on the capacity of other entities, see the section “Economic and Financial Standing”, the candidate shall upon request provide statements of support or other documentation proving that the candidate 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 candidate. 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.
Vis mere
Retsgrundlag:
“The Danish Public Procurement Act implements the Public Procurement Directive (2014/24/EU) in Danish law.” Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-09-17 07:00:00 📅
Betingelser for åbning af buddene: 2024-09-17 07:00:00 📅
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.
Betingelser for åbning af tilbud (Oplysninger om bemyndigede personer og åbningsprocedure):
“Deadline for receipt of tenders is 17 September 2024 09:00 AM local Danish time.”
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
dansk 🗣️
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Udbudsbetingelser
Tilbudsgivere kan indgive mere end ét tilbud
Avanceret eller kvalificeret elektronisk signatur eller segl (jf forordning (EU) nr 910/2014) er påkrævet
Frist for anmodning om yderligere oplysninger: 2024-09-05 21:55:00 📅
Der kræves sikkerhedsgodkendelse ✅
Beskrivelse:
“The supplier must possess a facility security clearance at company level issued by the Danish Defence Intelligence Service at the level TIL TJENESTEBRUG...”
Beskrivelse
The supplier must possess a facility security clearance at company level issued by the Danish Defence Intelligence Service at the level TIL TJENESTEBRUG (TTJ) (”NATO RESTRICTED” / ”EU RESTRICTED”) or a facility security clearance at minimum a corresponding level issued by the national security authority responsible for defence security in the country which has a security agreement with Denmark.
If the supplier is composed of a group of entities (e.g. a consortium), including temporary joint ventures, each participating entity must possess said facility security clearance.
The security clearance must be maintained throughout the duration of the contract.
The supplier’s subcontractors are also subject to an appropriate facility security clearance to the extent classified information is to be stored at the subcontractor.
Further, any person taking part in the performance of the contract must possess the appropriate personnel security clearance to the extent classified information is to be handled by the person or if the person is to access a classified area. This entails that such person must possess a personnel security clearance up to the level TIL TJENESTEBRUG (TTJ) (”NATO RESTRICTED” / ”EU RESTRICTED”) issued by the Danish Defence Intelligence Service or a personnel security clearance at minimum a corresponding level issued by the national security authority responsible for defence security in a country which has a security agreement with Denmark.
By “security agreement” is understood an agreement regarding mutual protection of classified information. Potential candidates may contact the national security authority responsible for defence security in the country where they are domiciled for information on whether a security agreement between Denmark and the country in question exists.
It is the candidate’s own responsibility to obtain the security clearances (both the facility security clearance(s) and the personnel security clearances) required to perform the contract. Further information on the requirements regarding security clearances is provided in the contract and annex E to the contract.
The security clearances (both the facility security clearance(s) and the personnel security clearances) shall be obtained before commencement of the contract.
DALO’s decision to award will be made on the condition that the successful tenderer not later than three months after the award notice has obtained the required security clearances and informs DALO hereof. DALO may, but is not obliged to, extend the abovementioned deadline. In the decision of whether to extend the deadline, DALO will consider, i.a., whether the responsibility for not meeting the deadline lies with the successful tenderer. For example, DALO will take into account whether the failure to meet the deadline is due to the application proceeding regarding the security clearances.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The equity at the end of the last 3 financial years available.: The candidate must have a positive equity in each of the last 3 financial years available....”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The equity at the end of the last 3 financial years available.: The candidate must have a positive equity in each of the last 3 financial years available.
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the total equity will be calculated as the sum of all the participants’ total equity 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 will be calculated as the sum of the tenderer’s and the entity’s or entities’ equity 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 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 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 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): B.
Vis mere Betingelser for deltagelse
Beskrivelse af udelukkelsesgrunde:
“See section 137(1), para (2) of the Danish Public Procurement Act.”
“See section 135(1), para (2) of the Danish Public Procurement Act.” Vis mere (10) “See section 135(1), para (1) of the Danish Public Procurement Act.”
“See section 135(1), para (5) of the Danish Public Procurement Act.”
“See section 135(1), para (3) of the Danish Public Procurement Act.”
“See section 135(1), para (6) of the Danish Public Procurement Act.”
“See section 136, para (3) of the Danish Public Procurement Act.”
“See section 136, para (1) of the Danish Public Procurement Act.”
“See section 136, para (2) of the Danish Public Procurement Act.”
“See section 136, para (4) of the Danish Public Procurement Act.”
“See section 135(3) of the Danish Public Procurement Act.”
“See section 135(1), para (4) of the Danish Public Procurement Act.”
“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.
Further, the voluntary ground for exclusion in section 137 (1), para (2), (concerning bankruptcy etc.) of the Danish Public Procurement Act applies 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 undermine the economies of scale obtainable by one agreement.
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.
Regarding the section ”Submission”: As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see section ”Contract terms". 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.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: ORG-37795526
Postadresse: Nævnenes Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Region: Vestjylland🏙️
Land: Danmark 🇩🇰
Enhed: Klagenævnet for Udbud
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞
Adresse til udveksling af oplysninger (URL) (eDelivery-Gateway): 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 🇩🇰
Enhed: Konkurrence- og Forbrugerstyrelsen
E-mail: kfst@kfst.dk📧
Telefon: +45 41715000📞
Adresse til udveksling af oplysninger (URL) (eDelivery-Gateway): 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 2024/S 160-494638 (2024-08-15)