An official website of the European Union

406679-2020 - Competition

Notice View

Summary

2020-OJS168-406679-en
I.1.
Name and addresses
Official name: Danish Defence Acquisition and Logistics Organization
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK0 Danmark
Postal code: 2750
Country: Denmark
Contact person: Erik Holstein
Telephone: +45 72814223
Internet address(es):
Main address: www.fmi.dk
I.5.
Main activity
Defence
II.1.1.
Title
Rescue Tools, Hydraulic and Battery Powered
II.1.2.
Main CPV code
35000000 Security, fire-fighting, police and defence equipment
II.1.3.
Type of contract
Supplies
II.1.5.
Estimated total value
Value excluding VAT: 30 000 000,00 DKK
II.1.6.
Information about lots
This contract is divided into lots: yes
II.2.1.
Title
Rescue Tools, Hydraulic
Lot No: 1
II.2.2.
Additional CPV code(s)
35112000 Rescue and emergency equipment
II.2.3.
Place of performance
NUTS code: DK0 Danmark
II.2.6.
Estimated value
Value excluding VAT: 6 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.1.
Title
Rescue Tools, Battery
Lot No: 2
II.2.2.
Additional CPV code(s)
35112000 Rescue and emergency equipment
II.2.3.
Place of performance
NUTS code: DK0 Danmark
II.2.6.
Estimated value
Value excluding VAT: 24 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
IV.2.1.
Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 135-331964
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 25/09/2020 Local time: 23:59
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English, Danish
VI.5.
Date of dispatch of this notice
26/08/2020

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2020-OJS168-406679-en
406679-2020 - CompetitionDenmark-Ballerup: Security, fire-fighting, police and defence equipment
OJ S 168/2020 31/08/2020
Contract notice
Supplies
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Danish Defence Acquisition and Logistics Organization
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK0 Danmark
Postal code: 2750
Country: Denmark
Contact person: Erik Holstein
Telephone: +45 72814223
Internet address(es):
Main address: www.fmi.dk
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/c9e18792-6cba-4f29-9a4a-ed378412fd9b/publicMaterial
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.ethics.dk/ethics/eo#/c9e18792-6cba-4f29-9a4a-ed378412fd9b/homepage
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.ethics.dk/ethics/eo#/c9e18792-6cba-4f29-9a4a-ed378412fd9b/homepage
I.4.
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5.
Main activity
Defence

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Rescue Tools, Hydraulic and Battery Powered
II.1.2.
Main CPV code
35000000 Security, fire-fighting, police and defence equipment
II.1.3.
Type of contract
Supplies
II.1.4.
Short description
The Danish Defence Acquisition and Logistics Organization (DALO) tender a framework agreement for the procurement of hydraulic and battery powered rescue tools for rescue missions and related accessories and services. The agreement shall cover the requirements of the Danish Emergency Management Agency (DEMA), the Danish Defence and the municipal fire departments for hydraulic cutting and spreading tools, both as a single function tools and as combination tools (Combi Tools), as well as rams. Requirements for cutters spreaders, Combi Tools and rams are derived from EN 13204 or equivalent.
The tender is divided in to 2 lots. Lot 1 for hydraulic rescue tools and lot 2 for battery powered rescue tools.
In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.
II.1.5.
Estimated total value
Value excluding VAT: 30 000 000,00 DKK
II.1.6.
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2.
Description
II.2.1.
Title
Rescue Tools, Hydraulic
Lot No: 1
II.2.2.
Additional CPV code(s)
35112000 Rescue and emergency equipment
II.2.3.
Place of performance
NUTS code: DK0 Danmark
II.2.4.
Description of the procurement
The Danish Defence Acquisition and Logistics Organization (DALO) tender an framework agreement for the procurement of hydraulic rescue tools for rescue missions and related accessories and services. The agreement shall cover the requirements of the Danish Emergency Management Agency (DEMA), the Danish Defence and the municipal fire departments for hydraulic cutting and spreading tools, both as a single function tools and as combination tools (Combi Tools), as well as rams. Requirements for cutters spreaders, Combi Tools and rams are derived from EN 13204 or equivalent.
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the agreement.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 6 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.
II.2.
Description
II.2.1.
Title
Rescue Tools, Battery
Lot No: 2
II.2.2.
Additional CPV code(s)
35112000 Rescue and emergency equipment
II.2.3.
Place of performance
NUTS code: DK0 Danmark
II.2.4.
Description of the procurement
The Danish Defence Acquisition and Logistics Organization (DALO) tender an framework agreement for the procurement of battery powered rescue tools for rescue missions and related accessories and services. The agreement shall cover the requirements of the Danish Emergency Management Agency (DEMA), the Danish Defence and the municipal fire departments for battery powered hydraulic cutting and spreading tools, both as a single function tools and as combination tools (Combi Tools), as well as rams. Requirements for cutters spreaders, Combi Tools and rams are derived from EN 13204 or equivalent.
The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the agreement.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 24 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
In addition, a range of municipal fire and rescue services are entitled to use the agreement for the purchase of products included in the deliverables on the terms and conditions of the agreement. Reference is made to Appendix I, in which these entities are listed.

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.2.
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.
Conditions related to the contract
III.2.2.
Contract performance conditions
Reference is made to the procurement documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. At present, this is Danish consolidation act. No 798 of June 2007 which requires electronic invoicing. Exact terms are stated in the contract.
No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group.
The contract/framework agreement must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Open procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.1.
Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 135-331964
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 25/09/2020 Local time: 23:59
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English, Danish
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7.
Conditions for opening of tenders
Date: 25/09/2020 Local time: 23:59

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
4 years.
VI.2.
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3.
Additional information
Regarding section II.1.5): the estimated value of the framework agreement is DKK 20 000 000-30 000 000. The reason for the interval stated is the uncertainty regarding the actual value of the framework agreement. Hence, the lower limit of the interval constitutes DALO’s most qualified estimate of the actual value of the framework agreement at the present moment, while the upper limit of the interval constitutes the expected maximum value of the framework agreement in its duration.
The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act.
The tenderer and, if relevant, the participants in the group of entities or/and entities on which the candidate relies on, must use the electronic version of the ESPD available at ETHICS’ web portal. The ESPD shall be fulfilled and submitted at ETHICS’ web portal in accordance with the instructions given by ETHICS. The Tenderer may submit an ESPD for each lot.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. 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 §§ 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.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Klagenævnet for Udbud
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
Telephone: +45 72405600
VI.4.3.
Review procedure
Precise information on deadline(s) for review procedures:
Pursuant to the Danish Consolidation Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union. The time limit is calculated from the day after the publication date.
2) 30 calendar days starting the day after the contracting authority has notified the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes an account of the reasons for the decision.
3) 6 months after the contracting authority has entered into the framework agreement starting the day after the contracting authority has sent notification to the tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision.
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).
Contact information for The Complaints Board for Public Procurement is stated in section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
VI.5.
Date of dispatch of this notice
26/08/2020