Fakta om udbudet
Bestilling af materiale
https://www.ethics.dk/ethics/eo#/b459b57f-d819-48d4-8c6d-ba022682de4d/homepage
Udbyder
Danish Defence Acquisition and Logistics Organization
Opdateringer
IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 13-10-2017
Time: 13:00
Read:
Date: 23-10-2017
Time: 9:00
IV.2.3)
Placing the text to be modified:Estimated date of dispatch of invitations to tender or to participate to selected candidates
instead of:
Date: 11-12-2017
Read:
Date: 18-12-2017
Additional information
Please be advised that due to an error it has not been possible to access the documents in Ethics.
The time limit for receipt of requests to participate and the time limit for estimated date of dispatch of invitations to participate to selected candidates has therefore been changed.
Oil and Chemical Spill Response Vessels
Danish Defence Acquisition and Logistics Organization
Contract notice
Supplies
Section I: Contracting authority
16-28-71-80
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Hanne Thode
Telephone: +45 72814282
E-mail: fmi-ja-s202@mil.dk
NUTS code: DK050
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/b459b57f-d819-48d4-8c6d-ba022682de4d/homepage
Address of the buyer profile: www.fmi.dk
Section II: Object
Oil and Chemical Spill Response Vessels.
The Danish Defence Acquisition and Logistics Organization (DALO) requires design and new building of 3 Oil Spill Response Vessels (OIL REC) and design and new building of 1 Oil and Chemical Spill Response Vessel (CHEM). The 3 OIL REC Vessels shall be designed and build for unrestricted service and specially suited for recover oil from the sea after an oil spill. The one CHEM Vessel shall be designed and build for unrestricted service and specially suited for recover oil and chemicals from the sea after an oil or chemical spill.
The acquisition is divided into 2 lots where lot 1 concerns 3 OIL REC Vessels and lot 2 concerns 1 CHEM Vessel. In lot 1 3 identical contracts will be entered into — 1 contract for each vessel. All 3 identical contracts under lot 1 will be awarded to the same tenderer. The content of lot 1 and 2 is described in details in section II.2.4).
The vessels shall be delivered with Danish Maritime Authority as Flag State.
Three (3) identical Oil Spill Response Vessels
Frederikshavn.
The Danish Defence Acquisition and Logistics Organization (DALO) requires design and new building of three (3) Oil Spill Response Vessels. The vessels shall be designed for unrestricted service with primary operation in Danish waters including EEZ (Danish Exclusive Economic Zone), fjords, coastal and narrow waters until the 3 meter curve.
The vessels main characteristics and purpose:
— Recover spill of oil from the sea,
— Recover oil from sea with a flashpoint below 60 °C,
— Transfer oil from one vessel to own vessel,
— Transfer oil from one vessel to another vessel,
— Accommodation for a crew of 7 persons with the possibility to accommodate up to 15 persons on special occasions,
— Transportation of minimum two (2) 10 ft containers and one (1) 20 ft container on deck,
— 150 m3 Internal and heated cargo tanks for recovered oil,
— Possibility to grab thick oil from sea direct to cargo tanks,
— Maximum draught of 3.0 meter with 100 % dead-weight,
— Trail speed of 15 knots.
The vessels shall also be able to solve the following duties:
— Fishery control,
— Border control,
— Station keeping,
— Operate as a qualified unit in Search and Rescue operations,
— Boarding operations,
— Diving operations,
— Training vessel.
Please notice that 3 identical contracts will be entered into — 1 contract for each vessel.
The limitation of candidates will be based on an evaluation of which candidates have documented 1) the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.4) and section II.2.4) above in regard to the lot or lots in respect of which the candidate has requested to participate and 2) the relevance of the candidates educational and professional qualifications.
References:
When considering the relevance of each individual reference, DALO will review whether the candidate's entity has previous experience with:
— designing and delivering similar vessels that have been tested in practice,
— tailoring a similar solution,
— use of similar hull material,
— vessels of same physical size,
— vessels of same complexity,
— vessels of same order and contract size,
— recipients such as but not limited to navy and coast guard entities.
By similar deliveries are understood deliveries of Oil and/or Chemical Spill Response Vessels, Offshore Support Vessels or vessels of the same complexity.
Educational and professional qualifications:
Educational and professional qualifications showing previous experience with designing and delivering similar vessels that have been tested in practice are considered of most relevance.
Previous deliveries in comparison to the contract/purchases described in section II.1.4) and section II.2.4) (references) are considered more important than the relevance of the candidates educational and professional qualifications in comparison to the contract/purchases described in section II.1.4) and section II.2.4).
The evaluation will be based on the list submitted by the candidates in the European Single Procurement Document (ESPD) according to section III.1.3). Note that an individual ESPD for each lot shall be submitted by the Supplier if the Supplier wishes to apply for both lots. As references and educational and professional qualifications are the only subjects considered when limiting the number of candidates DALO must emphasize the importance of correct submission of references and educational and professional qualifications. In order to ensure correct and sufficient submission of information the candidate can choose to submit template for submission of information regarding references and template for submission of information regarding educational and professional qualifications as supplementary information which are available at ETHICS.
Please note that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
One (1) Oil and Chemical Spill Response Vessel
Frederikshavn.
The Danish Defence Acquisition and Logistics Organization (DALO) requires design and new building of one (1) Oil and Chemical Spill Response Vessel. The vessel shall be designed for unrestricted service with primary operation in Danish waters including EEZ (Danish Exclusive Economic Zone).
The vessels main characteristics and purpose:
— Recover spill of oil and oil like chemicals from the sea,
— Recover oil from sea with a flashpoint below 60 °C,
— Transfer oil and chemicals from one vessel to own vessel,
— Transfer oil and chemicals from one vessel to another vessel,
— Accommodation for a crew of 13 persons with the possibility to accommodate up to 25 persons on special occasions,
— Transportation of minimum three (3) 10 ft containers and one (1) 20 ft container on deck,
— 700 m3 Internal and heated cargo tanks for recovered oil,
— 150 m3 Internal and heated cargo tanks for recovered chemicals,
— Possibility to grab thick oil from sea direct to cargo tanks,
— Maximum draught of 6.5 meter with 100 % dead-weight,
— Trail speed of 15 knots.
The vessel shall also be able to solve the following duties:
— Fishery control,
— Border control,
— Station keeping,
— Operate as a qualified unit in Search and Rescue operations,
— Boarding operations,
— Diving operations,
— Training vessel.
The limitation of candidates will be based on an evaluation of which candidates have documented 1) the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.4) and section II.2.4) above in regard to the lot or lots in respect of which the candidate has requested to participate and 2) the relevance of the candidates educational and professional qualifications.
References:
When considering the relevance of each individual reference, DALO will review whether the candidate's entity has previous experience with:
— designing and delivering similar vessels that have been tested in practice,
— tailoring a similar solution,
— use of similar hull material,
— vessels of same physical size,
— vessels of same complexity,
— vessels of same order and contract size,
— recipients such as but not limited to navy and coast guard entities.
By similar deliveries are understood deliveries of Oil and Chemical Spill Response Vessels, Oil Spill Response Vessels, Offshore Support Vessels or vessels of the same complexity.
Educational and professional qualifications:
Educational and professional qualifications showing previous experience with designing and delivering similar vessels that have been tested in practice are considered of most relevance.
Previous deliveries in comparison to the contract/purchases described in section II.1.4) and section II.2.4) (references) are considered more important than the relevance of the candidates educational and professional qualifications in comparison to the contract/purchases described in section II.1.4) and section II.2.4).
The evaluation will be based on the list submitted by the candidates in the European Single Procurement Document (ESPD) according to section III.1.3). Note that an individual ESPD for each lot shall be submitted by the Supplier if the Supplier wishes to apply for both lots. As references and educational and professional qualifications are the only subjects considered when limiting the number of candidates DALO must emphasize the importance of correct submission of references and educational and professional qualifications. In order to ensure correct and sufficient submission of information the candidate can choose to submit template for submission of information regarding references and template for submission of information regarding educational and professional qualifications as supplementary information which are available at ETHICS.
Please note that any ambiguities and/or incomprehensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
Section III: Legal, economic, financial and technical information
The candidate must use the European Single Procurement Document (electronic version, hereafter ESPD) and provide the following information in the ESPD:
1) A list of the most important similar deliveries (references), cf. section II.1.4) and II.2.4), in regard to the lot or lots in respect of which the candidate has requested to participate, carried out within the past 10 (ten) years, prior to the deadline for the submission of the request to participate, cf. Part IV, section C.
By similar deliveries are understood deliveries of Oil and/or Chemical Spill Response Vessels, Offshore Support Vessels or vessels of the same complexity.
The list should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the supplies as described in section II.1.4) and II.2.4), in regard to the lot or lots in respect of which the candidate has requested to participate. The description should also include a description of the candidates participation/role in the performance of the deliveries. The description should contain information on the date of the deliveries, the size and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country specific information is included, the candidate is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries, the candidate should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set.
Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing which candidate has documented the most relevant previous deliveries, cf. section II.2.9). If the delivery in question is ongoing, it is only the part of the supplies performed and completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery.
2) A statement of the educational and professional qualifications of the candidate or those of the candidates managerial staff. The statement shall for example contain information of education achieved before this tender of the candidates staff, previous employments and tasks performed in previous employments.
In general: A candidate may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies. In this case, the candidate shall ensure that an ESPD from the entity or entities on which the candidate relies is submitted along with the candidates own ESPD. The entity or entities' ESPD must equally provide the information listed above.
The candidate will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD is considered sufficient). However, DALO reserves the right 1) to contact the candidate and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the ESPD, including details on the specified dates of the performance of the deliveries and 2) to investigate the information concerning the educational and professional qualifications of the candidate.
Please note the importance of submitting correct and sufficient information, cf. section II.2.9). It is optional for the candidate to submit templates concerning information regarding references and educational and professional qualifications.
For further information regarding this procurement, please see the enclosed document ‘Additional information to Contract Notice’.
1) The candidate must demonstrate experience with as a minimum one (1) similar delivery within the past 10 years, prior to the deadline for the request to participate.
2) The candidate must demonstrate that at least one (1) member of the managerial staff has had experience achieved before this tender with designing and building similar vessels of same complexity as stated in section II.1.4) and II.2.4).
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented. The financial institution has to be approved by DALO.
Reference is made to the tender 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 social responsibility (CSR) and it contains a labour clause, please see Annex D for further information.
Section IV: Procedure
Section VI: Complementary information
DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liability for the performance of the contract.
Regarding section IV.2.4): The request to participate/offer shall be in the language stated in section IV.2.4.
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 candidate apply the ESPD as preliminary evidence that the candidate is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, that the candidate fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.3), and how the candidate fulfils the objective and non-discriminatory criteria of selection, cf. § 145(2), cf. section II.2.9).
The candidates and, if relevant, the participants in the group of entities and/or supporting entities, must use the electronic version of the ESPD. DALO has prepared an ESPD (an XML-file) available at ETHICS. DALO strongly encourages the candidate to use this XML-file when completing the ESPD. The candidate must upload the XML-file to this website https://ec.europa.eu/growth/tools-databases/espd/welcome where the ESPD can be completed and later exported. No other versions than the ESPD must be used.
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 candidate relies on the capacity of other entities, cf. section III.1.3, the candidate shall upon request provide statements of support or other documentation proving that the candidate has access to the necessary technical and professional capacity, and that the entity referred to has a legal obligation to the candidate. If such documentation is not provided, DALO cannot consider the technical and professional capacity of the other entity or entities. DALO has prepared a template Form for submission of commitment to be used to confirm the legal obligation which is available at ETHICS. DALO strongly encourages the candidates to use this form. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.
DALO shall exclude a candidate from participation in the procurement procedure, if the candidate is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 of the said Act unless the candidate has provided sufficient documentation that the candidate 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.
For further information regarding this procurement, please see the enclosed document ‘Additional information to Contract Notice’.
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk
Internet address:http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
Pursuant to Section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (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. § 7(1) of the 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 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 (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 Public Procurement Act, 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 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) 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.
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Internet address:www.kfst.dk