23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 065-164020
Offentliggjort
02.04.2021
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriet Materiel- og Indkøbsstyrelsen

Vindere

Acquisition of Rescue Vessel for the Danish Coastal Rescue Service

(18.06.2021)
Chantier Naval Couach
Rue de l'Yser
33470 Bordeaux

Acquisition of Rescue Vessel for the Danish Coastal Rescue Service


Forsvarsministeriet Materiel- og Indkøbsstyrelsen

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Forsvarsministeriet Materiel- og Indkøbsstyrelsen
National registration number: 16287180
Postal address: Lautrupbjerg 1
Town: Ballerup
NUTS code: DK Danmark
Postal code: 2750
Country: Denmark
Contact person: KAPS — Nikolaj Lysebjerg Hansen
E-mail: niha@kammeradvokaten.dk
Telephone: +45 61245133
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: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=295864&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=295864&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:

Acquisition of Rescue Vessel for the Danish Coastal Rescue Service

Reference number: 4016071
II.1.2) Main CPV code
34513700 Rescue vessels
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Danish Acquisition and Logistics Organization (DALO) has been requested to procure one fast Search and Rescue (SAR) vessel for the Danish Coastal Rescue Service (DCRS) life boat station on the island of Anholt.

II.1.5) Estimated total value
Value excluding VAT: 15 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
34513700 Rescue vessels
II.2.3) Place of performance
NUTS code: DK Danmark
II.2.4) Description of the procurement:

The vessel tendered for shall be on alert as part of the DCRS service in the waters of central Kattegat. The vessel is required to operate in harsh weather conditions which will set the baseline for the requirement to the vessel as these are further described in the tender material.

The vessel is expected to perform a wide variety of operations including SAR operations, assistance to other vessels, fire fighting, towing operations, transport of patients, ‘On Scene Coordinator’ (OSC), etc. The variety of operations sets high demands for the vessel’s ability to be a safe and reliable platform for the crew to work from.

It should be emphasized that this procurement of a vessel is a replacement acquisition in order to replace one decommissioned vessel and not a procurement program for more than one vessel. Besides the vessel, an initial training packet (maintenance and operational part) will be included in the acquisition.

It must also be emphasized that time of delivery is of essential interest to DALO and DCRS since the latter is in an acute need of the described vessel. Accordingly DALO is seeking an already designed, potentially build, vessel that may be delivered in short time. DALO will accept offers of a newly produced vessel or a used vessel build within the last 4 years from the deadline for submitting an offer, if such a vessel meets the requirements described in the tender material.

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: 15 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 10
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

The contract is not divided into lots since the tender procedure concerns the acquisition of one vessel.

The value in section II.1.5) and II.2.6) is DALO's estimate of the contract price. In this regard it shall be noted that DALO will not accept offers with a contract price of more than DKK 20 000 000.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The tenderer must use the European Single Procurement Document (electronic version, hereafter ESPD –) and provide the following information in the ESPD:

Its equity ratio (calculated by dividing the candidate's/tenderer’s equity with the candidate's/tenderer’s total assets (equity/total assets x 100) at the end of the last financial year, to the extent such information is available, cf. Part IV, section B of the ESPD.

Upon request from DALO the tenderer must submit the following documentation:

Annual reports or excerpts hereof or other documentation stating the tenderer’s equity ratio (calculated by dividing the candidate’s/tenderer’s equity with the candidate’s/tenderer’s total assets (equity/total assets x 100) at the end of the last financial year, to the extent such information is available. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, 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 entities (e.g. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.

Be advised that DALO at any time during the procurement procedure can request that the tenderer presents the above mentioned documentation if this is deemed necessary to secure that the procurement procedure is conducted correctly. In this situation, DALO will set an appropriate time limit for the submission of the documentation.

Please note that a tenderer may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a sub supplier), 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 shall ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

Minimum level(s) of standards possibly required:

The tenderer must have had an equity ratio of at least five percent for the last financial year. The equity ratio is calculated by dividing the tenderer’s equity with the tenderers total assets (equity/total assets x 100).

If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio is calculated by dividing the sum of all the participants’ equities with the sum of all the participants’ total assets (sum of equity/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, the equity ratio is calculated by dividing the sum of the tenderer and the entity or entities’ equity with the sum of the tenderer and the entity or entities’ total assets (sum of equity/sum of total assets x 100) in the last financial year available.

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 must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Annex J for further information.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:

The Danish Coastal Rescue Service is in an acute need of a rescue vessel to be put in service from the island of Anholt, preferably at the latest by the end of august 2021 after which weather conditions are expected to cause difficulties for the present vessels at Anholt to execute rescue missions. The rescue vessel tendered for is thus paramount to the Rescue Service's capabilities in the said area.

It is DALO's understanding that manufacturing and delivery of a rescue vessel of the type DALO is seeking on behalf of the Danish Coastal Rescue Service may take between six to 10 months. Thus, DALO needs to award a contract of such a purchase as fast as possible. meaning that DALO cannot await the deadlines applied to a regular procedure.

IV.1.3) Information about a framework agreement or a dynamic purchasing system
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/04/2021
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:
Danish, English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 26/04/2021
Local time: 13:00

Section VI: Complementary information

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

Regarding section IV.2.4): The offer shall be in the language stated in section IV.2.4.

Regarding section IV.2.4): Note, that the procurement documents are in English. However, it is permissible to submit offers in either Danish or English.

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, that the tenderer fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2).

The tenderer and, if relevant, the participants in the group of entities or/and entities on which the tenderer relies on, must use the electronic version of the ESPD available at EU-Supply’s web portal. The ESPD shall be fulfilled and submitted at EU-Supply’s web portal in accordance with the instructions given by EU-Supply.

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. If a tenderer relies on the capacity of other entities, cf. section III.1.2, 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 that the entity referred to has a legal obligation to the tenderer. If such documentation is not provided, DALO cannot consider the economic and financial standing. DALO has prepared a template to be used to confirm the legal obligation which is available at EU-Supply. 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

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: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk/
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 candidates/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 re-quested 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: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
31/03/2021

Send til en kollega

0.047