23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 053-097612
Offentliggjort
16.03.2017
Udbudstype
Udbud efter forhandling

Udbyder

Danish Defence Acquisition and Logistics Organisation

Vindere

Shallow water oil spill response vessels

(05.10.2017)
Lamor Corporation AB
Rihkamatori 2
06100 Porvoo

Opdateringer

Rettelse
(18.03.2017)

I.1)
Placing the text to be modified:Name and addresses:
instead of:
Internet address(es):
Main address: www.kammeradvokaten.dk
Read:
Internet address(es):
Main address: www.fmi.dk

II.2.4)
Placing the text to be modified:Description of the procurement:
instead of:
(...)
— have been delivered to recipients similar to DALO or other governmental agencies or clean-up entities.
Read:
(...)
—.

VI.3)
Placing the text to be modified:Additional information:
instead of:
—.
Read:
Please notice that DALO will not offer remuneration or financial consideration for candidates or tenderers participating in the negotiations or the procedure in general.


Additional information
II.2.4) Description of the procurement:
The last bulletpoint in this specific section II.2.4) reading:
"— have been delivered to recipients similar to DALO or other governmental agencies or clean-up entities." is deleted and does not form part of the Contract Notice.

Shallow water oil spill response vessels


Danish Defence Acquisition and Logistics Organisation

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Defence Acquisition and Logistics Organisation
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Martin Karst
Telephone: +45 40523881
E-mail: maka@kammeradvokaten.dk
NUTS code: DK

Internet address(es):

Main address: www.kammeradvokaten.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=182293&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=182293&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
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:

Shallow water oil spill response vessels.

Reference number: 7517646
II.1.2) Main CPV code
34500000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

In order to handle oil spill in shallow/coastal waters, the Danish Defence Acquisition and Logistics Organization(DALO) wishes to procure eighteen (18) simple and solid shallow water oil spill response vessels (work boats in the category of small landing crafts). The vessels shall be fitted and supplied with various equipment such as, but not exclusively, engine, crane with grab, oil pump, oil skimmer and containers for oil. All of the vessels shall be on trailers suitable for road transport. Four (4) of the eighteen vessels on trailers shall be smaller and able to/fit into and be transported by a C-130J Hercules aircraft.

II.1.5) Estimated total value
Value excluding VAT: 42 500 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
34513000
90741200
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

The Danish Emergency Management Agency (DEMA, part of the Ministry of Defence) is responsible for shoreline clean-up. DEMA maintains five bases of equipment for near- and on- shore response. There have been a number of spill incidents off the Danish coasts, the most significant being the BALTIC CARRIER (2001). Most incidents have occurred close to the coast and in rough sea conditions and consequently most of the clean-up took place on shore. Based on these experiences and those of neighboring counties it was decided to acquire a shallow water oil spill capacity. In order to handle oil spill in shallow/coastal waters, the Danish Defence Acquisition and Logistics Organization (DALO) wishes to procure eighteen (18) simple and solid shallow water oil spill response vessels (workboats in the category of small landing crafts). The vessels shall be fitted and supplied with various equipment such as, but not exclusively, engine, crane with grab, oil pump, oil skimmer and containers for oil. All of the vessels shall be on trailers suitable for road transport. Four (4) of the eighteen vessels on trailers shall be smaller and able to/fit into and be transported by a C-130J Hercules aircraft.

Accordingly, DALO wishes to acquire vessels that:

— are tailored to and/or meets DALO's requirements,

— the operator can start delivering 6 months from the contract is signed,

— are in the category of small size, aluminium landing crafts with shallow draught,

— encompass good work space and deck,

— have a landing ramp,

— have suitable inboard stern drives for a speed of at least 10 knots when fully equipped, 100 % bunker and 2 persons on-board and a speed of at least 5 knots under same conditions but with 100 % cargo,

— have a bollard pull of at least 1,4 metric tons,

— have a range of oil clean-up equipment such as skimmer, pump, crane, etc.

— include a trailer for road transport,

— have navigational equipment,

— do not exceed the area of DALO's expected price range and

— have been delivered to recipients similar to DALO or other governmental agencies or clean-up entities.

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: 42 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:

The limitation of candidates to 10 is based on DALO's expectations of an extensive field of operators, an effort to create more competition and a wish to secure a sufficient number of final offers.

The limitation of candidates will be based on the relevance of the candidate's previous deliveries in comparison to the contract described under II.1.4) and II.2.4). The candidate shall submit a list of no more than 5 of the most important and relevant similar deliveries carried out over the past 5 years. The criteria on which DALO will consider the relevance of the candidates references are described under III.1.3 and encompass:

— A description of each delivery.

— Information on when it was carried out.

— The size and value of the deliveries.

— The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery).

— The individual references will be considered more relevant if they illustrate that the applicant's entity has previous experience with designing and delivering similar vessels that have been tested in practice.

When considering the relevance of each individual reference, DALO will review whether the applicant's entity has previous experience with designing and delivering similar solutions. DALO will, inter alia, consider the following parameters.

— Similarity in tailoring a similar solution.

— Similarity in hull material and physical size.

— Similarity in installing a variety of vessel equipment regarding marine clean up solutions such as oil response equipment, research, exploration or other similar work activities.

— Similarity in regard to bollard pull

— Similarity in maneuvering and navigational capabilities.

— Similarity in order and contract size.

— Similarity in recipients such as but not limited to security and domestic emergency management entities.

Please note that any ambiguities and/or incomprehensibilities in the information submitted under III.1.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

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

II.1.6) lots: DALO has decided not to divide the contract into lots. DALO requires the vessels to be identical and tailored to DALO's requirements. The scope of goods is limited and further subdivision into lots is irrelevant.

II.1.5) + II.2.6) Contract value: DALO has provided an estimated contract value. DALO expects the value to be between 35 000 000 — 50 000 000 DKK.

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 (ESPD) as preliminary 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 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 ESPD 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/Indhold%20KFST/Publikationer/Dansk/2017/20170303%20ESPD%20saadan%20virker%20det

A guide for completing and submitting the ESPD can be found in the Instructions to Tenderers as a part of the tender material.

The references shall be provided by completing the ESPD Part IV.C and optionally Enclosure E in the tender material.

The following information regarding references shall be submitted in the ESPD:

A list of no more than 5 of the most important and relevant similar deliveries carried out over the past 5 years. DALO will consider no more than the first 5 references listed in total. The total number of five references still applies if the candidate relies on references from other entities.

NOTICE: DALO expects to receive more than 10 admissible applications (applications that comply with the minimum requirements (see below) and where no exclusion grounds apply (see ESPD)). Accordingly, DALO must emphasize the importance of correct submission of references as these will be the only subjects considered when limiting the number of candidates who will be invited to submit an offer.

The list should preferably include:

— A description of each delivery.

— Information on when it was carried out.

— The size and value of the deliveries.

— The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery).

— The individual references will be considered more relevant if they illustrate that the applicant's entity has previous experience with designing and delivering similar vessels that have been tested in practice.

When considering the relevance of each individual reference, DALO will review whether the applicant's entity has previous experience with designing and delivering similar solutions. DALO will, inter alia, consider the following parameters.

— Similarity in tailoring a similar solution.

— Similarity in hull material and physical size.

— Similarity in installing a variety of vessel equipment regarding marine clean up solutions such as oil response equipment, research, exploration or other similar work activities.

— Similarity in regard to bollard pull

— Similarity in maneuvering and navigational capabilities.

— Similarity in order and contract size.

— Similarity in recipients such as but not limited to security and domestic emergency management entities.

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 shall submit at least one reference regarding a relevant and similar delivery carried out over the past five years. Applications that do not encompass at least one reference in the ESPD will be rejected.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
Notice number in the OJ S: 2017/S 020-033219
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/04/2017
Local time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/05/2017
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

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:

This contract has been published before under a different Contract Notice but was cancelled due to an omission in the Contract Notice regarding information on number of applications DALO expects to prequalify. Please notice that DALO has utilized this opportunity to make amendments to the Instructions to Tenderers and to elaborate on the prequalification procedure. Notice for example the extended guide in the Instructions to Tenderers and the new Enclosure E for submission of information on references. No material changes have been made to the Requirement Specification in Annex A; however, the text in section 1.1 ‘Background and scope’ has been amended slightly.

Important: Please see the uploaded Instructions to Tenderers including Enclosures A — ESPD xml, Enclosure B — form for submission of commitment and Enclosure E — Tenderer's

supplementary information regarding references, before submitting the application for pre-qualification.

Additional Information can be found in the uploaded Enclosure D regarding:

— ESPD,

— Relying on other entities,

— Final Documentation,

— Mandatory Exclusion Grounds,

— Supplementary Information.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk

Internet address:https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.2) Body responsible for mediation procedures
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 § 2(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
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
14/03/2017

Send til en kollega

0.093