23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 118-268051
Offentliggjort
22.06.2018
Udbudstype
Resultat

Udbyder

Danish Defence Acquisition and Logistics Organizations

The acquisition of 1 (one) Station Vessel


Danish Defence Acquisition and Logistics Organizations

Contract award notice

Results of the procurement procedure

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Defence Acquisition and Logistics Organizations
16-28-71-80
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Mia Bjerring Birkebæk
E-mail: FMI-JA-S116@mil.dk
NUTS code: DK

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/7e68fec7-98a0-43b2-9714-8c6b888eba0b/homepage

I.2) Information about joint procurement
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:

The acquisition of 1 (one) Station Vessel

II.1.2) Main CPV code
34520000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This tender procedure concerns the award of a contract regarding one (1) new fully equipped Station Vessel (workboat), including initial spare part packages and training for operation in the waters of Denmark. The Station vessel and equipment, shall be delivered full operative at the navy base in Korsør Denmark.

The operation season for the Station Vessel is all year.

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 19 800 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

The Royal Danish Navy has a firing practice area at Sjællands Odde, Denmark, where the navy school “Søværnets Skole (SSK), Center for Våben (VBC)” is located.

The existing station vessel, LUNDEN Y343, associated to the school, is working with launching of drones, positioning and towing of targets and as a guard vessel though the vessel is not designed specifically for these purposes.

It has been decided to replace the existing vessel with a more suitable vessel with respect to e.g. deck capacity, speed and accommodation.

Danish Defence Acquisition and Logistics Organization (DALO) wishes to procure one (1) new Station Vessel.

The new vessel is expected to operate in the Danish waters around Sjællands Odde in daytime as well as in night-time. The operation season is all year.

The station vessel is intended broadly applicable, but shall as a minimum be suitable for launching of drones, positioning and towing of targets and as a guard vessel.

The vessel can be crewed day and night and appropriate accommodation for the crew is required. The vessel shall be able to carry up to 12 passengers.

The performance of the successful station vessel under way, is in accordance with the following properties:

— the hull form offers a stable and safe platform during work on deck,

— the hull form offers a stable and safe platform during personnel transfer by pilot ladder, while the vessel is not making way through the water,

— the dimensions of the vessel allow the vessel to operate from Odden Havn, Denmark,

— the vessel takes none or insignificant amount of water over the aft deck during manoeuvring in general,

— the vessel takes none or insignificant amount of water over the aft deck during manoeuvring astern,

— the vessel has good seaworthiness,

— the freeboard on the aft deck is the lowest possible,

— the vessel shows good manoeuvrability under all conditions in general,

— the vessel shows good manoeuvrability when making sternway,

— the vessel is able to manoeuvre at all relevant speeds down to 1 knot in towing condition,

— the vessel is able to manoeuvre at all speeds down to 1 knot,

— the vessel is able to manoeuvre in extremely narrow spaces and ports,

— the vessel has good directional stability when going astern,

— the vessel has good directional stability when towing with a speed of 3 kn,

— the vessel has in general a good stability,

— practical and user friendly bridge and accommodation arrangements.

A good and flexible work deck shall be arranged.

II.2.5) Award criteria
Quality criterion - Name: Delivery time / Weighting: 5 %
Quality criterion - Name: Performance requirements / Weighting: 15 %
Price - Weighting: 80 %
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 on the grounds that a division of the contract would not ensure a sufficient competition in the current market.

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.1.6) 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.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
23/05/2018
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Weldmec Marine Ab
FI 16542496
Tolkis Hamnvägen 5
Tolkis
06750
Finland
NUTS code: DK
The contractor is an SME: no
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 19 800 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional 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.

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.1.2) and 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 EPSD 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.1.2 and III.1.3, the candidate shall upon request provide statements of support or other documentation proving that the candidate has access to the necessary economic and financial standing and/or 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 economic and financial standing and/or the technical and professional capacity of the other entity or entities. DALO has prepared a template 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”.

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 72405708
E-mail: klfu@naevneneshus.dk

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

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

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 standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill 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 email 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:
21/06/2018

Send til en kollega

0.047