The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated over boots, socks etc. The tender procedure concerns the award of two (2) Framework Agreements and Appendices hereto regarding job- and safety footwear as well as socks. The Agreements are as follows: 1. Lot 1 regarding job- and safety footwear 2. Lot 2 regarding socks
Deadline
Fristen for modtagelse af bud var på 2024-08-05.
Indkøbet blev offentliggjort på 2024-05-08.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Udbudsbekendtgørelse (2024-05-08) Objekt Omfanget af udbuddet
Titel: Job and Safety Footwear and socks
Reference number: 4019230
Kort beskrivelse:
“The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as...”
Kort beskrivelse
The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated over boots, socks etc. The tender procedure concerns the award of two (2) Framework Agreements and Appendices hereto regarding job- and safety footwear as well as socks. The Agreements are as follows: 1. Lot 1 regarding job- and safety footwear 2. Lot 2 regarding socks
Vis mere
Kontrakttype: supplies
Produkter/tjenester: Fodtøj📦
Anslået værdi uden moms: 65 000 000 DKK 💰
Oplysninger om partier
Denne kontrakt er opdelt i partier ✅
Maksimalt antal partier, der kan tildeles én tilbudsgiver: 2
Der kan indgives bud for et maksimalt antal partier: 2
1️⃣
Beskrivelse af udbuddet:
“Lot 1 - Framework Agreement regarding Job and Safety Footwear, includes footwear, work and safety shoes as well as care products, shoelaces, inner soles,...”
Beskrivelse af udbuddet
Lot 1 - Framework Agreement regarding Job and Safety Footwear, includes footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated over boots etc. as well as a fitting service. The tender is conducted as an assortment tender.
The framework agreement thus includes both "mandatory products" which the tenderer must offer, as well as "supplementary products" which the tenderer has the opportunity to offer as detailed further in the description in Appendix A and C.2
It is emphasized that the requirements in Appendix A generally apply, which implies that the requirements must be met for all products offered, i.e., both mandatory and supplementary products.
Mandatory products: Appendix A contains the requirements for the products that the tenderer must offer to deliver, so that the tender meets the conditions document as referred to above.
Supplementary products: The tenderer has, beyond the mandatory products, the opportunity to offer further products in the form of other models of products within the overarching product categories. Special attention is drawn to the fact that the tenderer cannot offer other/alternative products, that don't fall within the overarching product categories specified in Appendix A.
2️⃣
Beskrivelse af udbuddet:
“Lot 1 - Framework Agreement regarding socks.”
Yderligere produkter/tjenester: Underbeklædning📦
Yderligere produkter/tjenester: Strømper📦
Yderligere produkter/tjenester: Sokker📦 Titel
Partiets identifikationsnummer: LOT-0002
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-08-05 08:00:00 📅
Betingelser for åbning af buddene: 2024-08-06 08:00:00 📅
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.
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: dansk 🗣️
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:
“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 financial year available.
The tenderer must have a positive equity ratio the last financial year 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 DKK.
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 the last financial year 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 the last financial year available.
Upon request from DALO, the tenderer must submit the following documentation:
Annual report or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last financial year 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.
“The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement. DALO shall exclude a...”
The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement. DALO shall exclude a tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 134 a, 135 and 136 of the said Act unless the tenderer has provided sufficient documentation that the tenderer is reliable in accordance to § 138 of the said Act. Please note that certain voluntary exclusion grounds in Directive 2014/24/EU on public procurement have been made compulsory in § 136 of the said Act.
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.
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, irrespective of whether the text in this Contract Notice (which is system-generated) may suggest this.
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.
If the same legal entity is a part of or in any other way participates in several offers, e.g. submits his own offer and at the same time participates in a consortium which also submits an offer, the tenderers shall ensure that the same legal entity’s participation does not provide for opportunity for mutual coordination of their offers. DALO reserves the right to request the tenderers to establish and reassure DALO that the same legal entity’s participation does not threaten the transparency and distort competition between the tenderers.
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 for each lot.
The tenderer is asked to state in the ESPD which lot or lots the offer concerns.
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. DALO strongly encourages the tenderers to use this form. However, it is emphasized that it is the sole responsibility of the tenderer that the information provided fulfils the requirements.
As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. If the self-declaration is not submitted or is inadequate, the tenderer cannot be taken into consideration for the framework agreement and may be excluded from participation in the procurement process. 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.
A clarification meeting will be held on Tuesday, May 28, 2024, between 9:00 a.m. and 3:00 p.m. prior to the deadline for submission of offer. Reference is made to the instructions to tenderers for further information in that regard. The exact time for the briefing will be provided before the meeting.
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 DKK 65.000.000, and the maximum value of the agreement is DKK 175.000.000. 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 caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement, as well as the possibility of more employees and conscripts in the coming years. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment.
Note, that the procurement documents are in English. However, it is permissible to submit offers in either Danish or English.
Vis mere Gennemgå organ
Navn: Klagenævnet for Udbud
Nationalt registreringsnummer: 37795526
Postadresse: Nævnenes Hus, Toldboden 2
Postnummer: 8800
Postby: Viborg
Land: Danmark 🇩🇰
E-mail: klfu@naevneneshus.dk📧
Telefon: +45 72405600📞 Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
Nationalt registreringsnummer: 10 294819
Postadresse: Carl Jacobsens Vej 35
Postnummer: 2500
Postby: Valby
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 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 092-278344 (2024-05-08)
Bekendtgørelse om indgåede kontrakter (2025-02-19) Objekt Omfanget af udbuddet
Kort beskrivelse:
“The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as...”
Kort beskrivelse
The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated over boots, socks etc. The tender procedure concerned the award of two (2) Framework Agreements and Appendices hereto regarding job- and safety footwear as well as socks. The Agreements are as follows: 1. Lot 1 regarding job- and safety footwear 2. Lot 2 regarding socks.
Lot 1 regarding job- and safety footwear was cancelled on July 3, 2024, cf. Notice 396076-2024. Therefore, this award notice only concerns Lot 2 regarding socks.
Vis mere
Samlet værdi af indkøbsaftalen (ekskl. moms): 25 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“Lot 2 - Framework Agreement regarding socks.”
Yderligere oplysninger:
“It should be noted that “yes” has been chosen in the field “The contract is awarded within a framework agreement”, where reference is also made to planning...”
Yderligere oplysninger
It should be noted that “yes” has been chosen in the field “The contract is awarded within a framework agreement”, where reference is also made to planning notice 278344-2024. This is solely for system technical reasons, as it is emphasized that the award notice concerns a framework agreement and not a contract awarded as part of a framework agreement.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Titel
Partiets identifikationsnummer: LOT-0000
Tildeling af kontrakt
Der tildeles en kontrakt/et parti ✅
Partiets identifikationsnummer: LOT-0000
Kontraktnummer: 4600007961
Dato for indgåelse af kontrakten: 2025-02-04 📅
Framework Agreement regarding supply of socks
Oplysninger om udbud
Antal modtagne bud: 14
Antal bud, der er modtaget ad elektronisk vej: 14
Antal modtagne bud fra SMV'er: 11
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 8
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: 25 000 000 DKK 💰
Navn og adresse på kontrahenten
Navn: Sukkamestarit Oy
Nationalt registreringsnummer: FI21438175
Postadresse: Kuukuja 2-4
Postnummer: 33420
Postby: Tampere
Region: Varsinais-Suomi 🏙️
Land: Finland 🇫🇮
E-mail: customerservice@sukkamestarit.en📧
Telefon: +35(03) 347 5000📞
Ordregivende myndighed Navn og adresser
Region: Københavns omegn🏙️
Supplerende oplysninger Yderligere oplysninger
“The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement. DALO shall exclude a...”
The mandatory exclusion grounds set out in sections 134a, 135 and 136 of the Danish Public Procurement Act apply for this procurement. DALO shall exclude a tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 134 a, 135 and 136 of the said Act unless the tenderer has provided sufficient documentation that the tenderer is reliable in accordance to § 138 of the said Act. Please note that certain voluntary exclusion grounds in Directive 2014/24/EU on public procurement have been made compulsory in § 136 of the said Act.
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.
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, irrespective of whether the text in this Contract Notice (which is system-generated) may suggest this.
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.
If the same legal entity is a part of or in any other way participates in several offers, e.g. submits his own offer and at the same time participates in a consortium which also submits an offer, the tenderers shall ensure that the same legal entity’s participation does not provide for opportunity for mutual coordination of their offers. DALO reserves the right to request the tenderers to establish and reassure DALO that the same legal entity’s participation does not threaten the transparency and distort competition between the tenderers.
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 for each lot.
The tenderer is asked to state in the ESPD which lot or lots the offer concerns.
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. DALO strongly encourages the tenderers to use this form. However, it is emphasized that it is the sole responsibility of the tenderer that the information provided fulfils the requirements.
As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. If the self-declaration is not submitted or is inadequate, the tenderer cannot be taken into consideration for the framework agreement and may be excluded from participation in the procurement process. 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, Lot 2 regarding socks, is DKK 25.000.000, and the maximum value of the agreement is DKK 75.000.000. 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 caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement, as well as the possibility of more employees and conscripts in the coming years. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment.
Note, that the procurement documents are in English. However, it is permissible to submit offers in either Danish or English.