23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 232-422570
Offentliggjort
01.12.2016
Udbudstype
Offentligt udbud

Udbyder

Danish Defence Acquisition and Logistics Organization (DALO)

Vindere

Helmet Liner

(01.04.2017)
Aclima AS
Sundvollhovet
3535 Krøderen

Caps

(01.04.2017)
Atelier 2000 Uniforms-Skrædderi ApS
Grundtvigs Alle 161
6400 Sønderborg

Opdateringer

Rettelse
(03.01.2017)

IV.2.2)
instead of:
Date: 03-01-2017
Time: 13:00
Read:
Date: 10-01-2017
Time: 13:00

IV.2.7)
Placing the text to be modified:Date:
instead of:
Date: 03-01-2017
Time: 13:01
Read:
Date: 10-01-2017
Time: 13:01

Helmet liner and Caps


Danish Defence Acquisition and Logistics Organization (DALO)

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Defence Acquisition and Logistics Organization (DALO)
16287180
Lautrupbjerg 1
Ballerup
2750
Denmark
Contact person: Martin Mehlsen
E-mail: fmi-id-slu08@mil.dk
NUTS code: DK

Internet address(es):

Main address: www.forsvaret.dk

Address of the buyer profile: www.fmi.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/60780187.aspx
Additional information can be obtained from another address:
Please use the above mentioned contact information for questions or other information regarding the tender
Ballerup
Denmark
E-mail: fmi-id-slu08@mil.dk
NUTS code: DK

Internet address(es):

Main address: www.forsvaret.dk

Address of the buyer profile: www.fmi.dk

Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/60780187.aspx
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:

Helmet liner and Caps.

II.1.2) Main CPV code
18443300
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Danish Defence Acquisition and Logistics Organization (DALO) has a need for supply of helmet liners and caps that can fulfill the Danish soldiers' needs. The tender consists of two lots. Tenderers can bid on one or both of the lots.

There is a need for the soldiers to acquire helmet liners in order to keep warm with or without their helmet. DALO expects to place orders several times a year of approximately 2000 helmet liners per purchase order. This should not be taken as a commitment from DALO's side but as an indication of the expected delivery volumes.

The cap will provide the soldiers with proper protection from bright light from the sun and at the same time cover their scalp from getting cold. DALO expects to place orders several times a year of approximately 2000 caps per purchase order. This should not be taken as a commitment from DALO's side but as an indication of the expected delivery volumes.

II.1.5) Estimated total value
Value excluding VAT: 5 200 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2) Description
II.2.1) Title:

Helmet Liner

Lot No: 1
II.2.2) Additional CPV code(s)
18443320
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

This lot 1 is about acquisition of helmet liners to wear underneath their helmet. When soldiers are wearing the helmet, the construction of helmet will contribute to increase wind circulation around the head. This is preferable when it is hot but contributes to undesirable chilling of the head when it is cold and for example when the soldiers are driving in an open vehicle or are stationary and have a need for a head liner to keep warm together with and without their helmet. There is a need for the soldier to acquire helmet liners in order to keep warm with or without their helmet. Further information can be found in VI.3 ‘additional information’ and ‘additional information to contract notice’.

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: 2 600 000.00 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.2.12) Information about electronic catalogues
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

The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

II.2) Description
II.2.1) Title:

Caps

Lot No: 2
II.2.2) Additional CPV code(s)
18443340
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

The purpose of DALO's acquisition of caps is to provide the soldiers with a possibility to cover their heads when not wearing their helmet. The cap will provide the soldiers with proper protection from bright light from the sun and at the same time cover their scalp from getting cold. Further information can be found in VI.3 ‘additional information’ and ‘additional information to contract notice’.

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: 2 600 000.00 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.2.12) Information about electronic catalogues
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

The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
III.1.3) Technical and professional ability
List and brief description of selection criteria:

The candidate must use the European Single Procurement Document as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the the standards required, and how the candidate fulfils the objective and non-discriminating criteria for prequalification, cf. § 148(1), cf. § 145(2) of the Danish Act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with § 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

A list of the most important similar deliveries carried out over the past three years. The list should preferably include:

— A description of each delivery.

— Information on when it was carried out.

— The quantity or volume of the deliveries.

— Delivery requirements which were met

Reference is made to section VI.3 with regard to the candidate's possibility of relying on the capacity of other entities.

Minimum level(s) of standards possibly required:

The candidate must demonstrate experience with as a minimum one similar delivery within the past three years. The information must be stated in the European Single Procurement Document, section IV.C. One similar delivery should be interpreted as a similar quantity and deliveries that compare to the nature of the contract/purchases described in section II.1.4.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

Reference is made to the tender documents with regard to the 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 invoicing to be done electronically. Exact terms will be 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 are required to undertake joint and several liabilities and to appoint one supplier to represent the group. Candidates should note that the contracts will include a labour clause cf. Clause 14.3.3 c and g.

III.2.3) Information about staff responsible for the performance of the contract

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 several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/01/2017
Local time: 13:00
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
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: 03/01/2017
Local time: 13:01

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:

In accordance with the Danish Act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk) § 148 DALO must demand that the candidate completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the requirements listed in § 148(1) of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf.

The candidates must use the electronic version of the European Single Procurement Document (eESPD) available at

https://ec.europa.eu/growth/tools-databases/espd/welcome. On this website the xml-file available at the URL address in section I.3) must be imported and completed. No other versions of the European Single Procurement Document than the eESPD should be used.

A candidate participating alone and who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall only complete one European Single Procurement Document.

Please note that in relation to section III.1.2 and III.1.3, a candidate may rely on the capacities of other entities (eg. a parent or sister company or a subsupplier), regardless of the legal nature of the links between them. In this case, the candidate shall ensure that DALO receives his own European Single Procurement Document together with a separate European Single Procurement Document with the relevant information for each of the entities that the candidate relies on. Additionally, where the candidate wants to rely on the capacities of other entities, the candidate shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract, eg. by completing the form for submission of commitment which is available at http://permalink.mercell.com/60780187.aspx. The form for submission of commitment and the letter(s) of comfort herein must be completed in addition to the European Single Procurement Document. DALO strongly encourages the candidates/tenderers to use this form when submitting their applications/offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.

Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in section II-IV.

Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. §§ 151-155 of the said Act. DALO further reserves the right to at any stage of the tender procedure to request a candidate to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DALO will set an appropriate time limit for submission of the documentation.

DALO shall exclude a candidate from participation in the tender procedure, if the candidate is subject to one of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The candidate shall submit information in this respect in the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act. Please refer to The Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Procurement Document. Additional information is furthermore stated in ‘Additional information to contract notice’.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: KLFU@erst.dk

Internet address:https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Body responsible for mediation procedures
Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: KLFU@erst.dk

Internet address:www.kfst.dk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to Danish Act on The Complaints Board for Public Procurement (act no. 492 of 12.5.2010 with subsequent amendments — available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 171(2) of of the Danish act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk) or § 7(1) of the Danish Act on The Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.

Other complaints must 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 (with effect from the day following the publication date).

2) 30 calendar days starting the day after the contracting authority has informed 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 a short account of the relevant reasons for the decision.

3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant 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 Act on Public Procurement.

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) of the said Act.

The e-mail of 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 at the internet address stated in section VI.4.1.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
29/11/2016

Send til en kollega

0.062