The Danish Emergency Agency (DEMA) is responsible for assisting in combatting oil spills on land, near the shore, in lakes and harbors etc. In order for DEMA to perform the necessary task, a variety of oil spill response equipment is required. This tender aims to enter into a frame work agreement regarding purchase of a large portion of the equipment needed and to support future needs in this area. The equipment is divided into four product groups: • Oil Skimmer Set (medium) • Oil Skimmer Set (small) • Oil Skimmer Set (Electric) • Oil Storage Tanks
Deadline
Fristen for modtagelse af bud var på 2024-05-28.
Indkøbet blev offentliggjort på 2024-04-18.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Udbudsbekendtgørelse (2024-04-18) Objekt Omfanget af udbuddet
Titel: Oil Spill Response Equipment
Referencenummer: 2024/63
Kort beskrivelse:
“The Danish Emergency Agency (DEMA) is responsible for assisting in combatting oil spills on land, near the shore, in lakes and harbors etc. In order for...”
Kort beskrivelse
The Danish Emergency Agency (DEMA) is responsible for assisting in combatting oil spills on land, near the shore, in lakes and harbors etc. In order for DEMA to perform the necessary task, a variety of oil spill response equipment is required. This tender aims to enter into a frame work agreement regarding purchase of a large portion of the equipment needed and to support future needs in this area.
The equipment is divided into four product groups:
• Oil Skimmer Set (medium)
• Oil Skimmer Set (small)
• Oil Skimmer Set (Electric)
• Oil Storage Tanks
Vis mere
Kontrakttype: Varer
Produkter/tjenester: Pumper og kompressorer📦
Anslået værdi uden moms: 8 000 000 DKK 💰
Beskrivelse
Beskrivelse af udbuddet:
“The Danish Emergency Agency (DEMA) is responsible for assisting in combatting oil spills on land, near the shore, in lakes and harbors etc. In order for...”
Beskrivelse af udbuddet
The Danish Emergency Agency (DEMA) is responsible for assisting in combatting oil spills on land, near the shore, in lakes and harbors etc. In order for DEMA to perform the necessary task, a variety of oil spill response equipment is required. This tender aims to enter into a frame work agreement regarding purchase of a large portion of the equipment needed and to support future needs in this area.
The equipment is divided into four product groups:
• Oil Skimmer Set (medium)
• Oil Skimmer Set (small)
• Oil Skimmer Set (Electric)
• Oil Storage Tanks
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.
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 announcement (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.
The agreement is not divided into lots since a division of the agreement will not ensure sufficient competition in the current market.
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.
Regarding CSR: 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.
The estimated value of the framework agreement is DKK 8000000, and the maximum value of the agreement is DKK 13000000. 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 Oil Spill Response Equipment than expected, this will likely lead to a larger expenditure under the framework agreement.
The offer shall be in the language stated in English. However, the tenderer may submit documents/certificates in English and Danish
Vis mere
Yderligere produkter/tjenester: Bekæmpelse af olieudslip📦
Yderligere produkter/tjenester: Genopretning af olieudslip📦
Hovedsted eller sted for udførelsen:
“Delivery FCA INCOTERMS 2020 Supplier's Place of Business.”
Sted for udførelsen: Københavns omegn🏙️
Varighed: 48 (MONTH)
Nedenstående tidsramme er udtrykt i antal måneder.
Kriterier for tildeling
Pris ✅
Pris (justeringskoefficient): 35
Kvalitetskriterium (navn): Delivery time
Kvalitetskriterium (vægtning): 35
Kvalitetskriterium (navn): Functions
Kvalitetskriterium (vægtning): 30
Titel
Partiets identifikationsnummer: LOT-0000
Procedure Type af procedure
Åben procedure ✅ Administrative oplysninger
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2024-05-28 13:00:00 📅
Betingelser for åbning af buddene: 2024-05-28 13:00:00 📅
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 🗣️
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”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Average yearly turnover”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific yearly turnover”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Specific average turnover”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Set up of economic operator”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Financial ratio”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Professional risk indemnity insurance”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Other economic or financial requirements” Betingelser for deltagelse
Liste og kortfattet beskrivelse af regler og kriterier:
“Certificates by independent bodies about quality assurance standards”
Liste og kortfattet beskrivelse af regler og kriterier:
“Certificates by independent bodies about environmental management systems or standards”
Liste og kortfattet beskrivelse af betingelserne:
“Enrolment in a relevant professional register”
Liste og kortfattet beskrivelse af betingelserne:
“Enrolment in a trade register”
Liste og kortfattet beskrivelse af betingelserne:
“For service contracts: authorisation of particular organisation needed”
Liste og kortfattet beskrivelse af betingelserne:
“For service contracts: membership of particular organisation needed” Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For works contracts: performance of works of the specified type”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: performance of deliveries of the specified type”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For service contracts: performance of services of the specified type”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Technicians or technical bodies for quality control”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For works contracts: technicians or technical bodies to carry out the work”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Technical facilities and measures for ensuring quality”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Study and research facilities”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Supply chain management”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Allowance of checks”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Educational and professional qualifications”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Environmental management measures”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Number of managerial staff”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Average annual manpower”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Tools, plant or technical equipment”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“Subcontracting proportion”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: samples, descriptions or photographs without certification of authenticity”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: samples, descriptions or photographs with certification of authenticity”
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“For supply contracts: certificates by quality control institutes” 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): 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.
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 announcement (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.
The agreement is not divided into lots since a division of the agreement will not ensure sufficient competition in the current market.
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.
Regarding CSR: 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.
The estimated value of the framework agreement is DKK 8000000, and the maximum value of the agreement is DKK 13000000. 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 Oil Spill Response Equipment than expected, this will likely lead to a larger expenditure under the framework agreement.
The offer shall be in the language stated in English. However, the tenderer may submit documents/certificates in English and Danish
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 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 079-236999 (2024-04-18)
Bekendtgørelse om indgåede kontrakter (2024-08-02) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): 8 000 000 DKK 💰
Tildeling af kontrakt
Der tildeles en kontrakt/et parti ✅
Partiets identifikationsnummer: LOT-0000
Kontraktnummer: 4600007390
Dato for indgåelse af kontrakten: 2024-08-01 📅
Titel: Oil Spill Response Equipment
Oplysninger om udbud
Antal bud, der er modtaget ad elektronisk vej: 2
Antal modtagne bud fra SMV'er: 2
Antal modtagne bud fra bydende fra lande uden for EU: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 2
Navn og adresse på kontrahenten
Navn: Vikoma International Limited
Nationalt registreringsnummer: Vikoma International Limited
Postadresse: Kingston Works, Kingston Road, East Cowes
Postnummer: PO32 6JS
Postby: Isle of wight
Region: Portsmouth 🏙️
Land: Storbritannien 🇬🇧
E-mail: lrussell@vikoma.com📧
Telefon: +44 753977483📞
Kilde: OJS 2024/S 151-469438 (2024-08-02)