23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 213-388316
Offentliggjort
04.11.2015
Udbudstype
Begrænset udbud

Udbyder

Danish Defence Acquisition and Logistics Orgranization (DALO)

Vindere

Close Combat equipment

(21.12.2016)
Nippon Sport v/Group Nordica ApS
Scandiagade 25
2450 Copenhagen

Training equipment

(21.12.2016)
Eleiko Group AB
Korsvägen 31
302 56 Halmstad

Training equipment and Close Combat equipment.


Danish Defence Acquisition and Logistics Orgranization (DALO)

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Danish Defence Acquisition and Logistics Orgranization (DALO)
Lautrupbjerg 1
For the attention of: Anders Lyngholm Eriksen
2750 Ballerup
DENMARK
Telephone: +45 72572363
E-mail: fmt-id-s505@mil.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/51634041.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/51634041.aspx

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/51634041.aspx

Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/51634041.aspx

I.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity
Defence
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Training equipment and Close Combat equipment.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Denmark.

NUTS code DK0

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 20 000 000 DKK
II.1.5) Short description of the contract or purchase(s)
Danish Defence wish to announce the tender for Training equipment and Close Combat equipment.
The Tender consist of 2 Lots.
— First Lot: the requested Training equipment consist of Weight/resistance training equipment, Cardiovascular equipment and military physical training equipment including Spare parts and Service/Maintenance for the future Training equipment.
— Second Lot: the requested Close Combat equipment consist of Protection equipment and Combat training equipment.
For each of the 2 Lots Pre-qualification of Tenderers will take place, cf. III.2.1) and IV.1.2), before the Tender for the products.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/51634041.aspx

Then choose the relevant tender.
II.1.6) Common procurement vocabulary (CPV)

37440000, 37430000, 51121000, 37440000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Training equipment, Spare parts and Service/Maintenance
1) Short description
The requested Training equipment consist of Weight/resistance training equipment, Cardiovascular equipment and Military physical training equipment. The Lot also consist of Spare parts for future Training equipment procured under this Frame Work Agreement and a Service/Maintenance agreement for both existing and future Training equipment.
2) Common procurement vocabulary (CPV)

37440000, 51121000

3) Quantity or scope
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Spare parts for existing Training equipment is not part of this tender.
Lot No: 2 Lot title: Close Combat equipment
1) Short description
The requested Close Combat equipment consist of Protection equipment and Combat training equipment.
2) Common procurement vocabulary (CPV)

37430000

3) Quantity or scope
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No. 2 contains the tender for Close Combat equipment. Protection equipment are equipment that protects the person training close combat from blows, kicks and punches from an opponent. Combat training equipment are equipment used during close combat training to have as realistic scenarios as possible without causing injury.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Solemn declaration regarding the candidate's payment of taxes and social security contributions When submitting the offers (but not the application for pre-qualification), the tenderers must submit a solemn declaration stating to which degree the tenderer has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in accordance with the legal provisions of the country in which the candidate is established and in Denmark in accordance with consolidation act no. 336 of 13.5.1997 regarding public payments. A template for the declaration will be provided with the tender documents.

Relying on the capacities of other entities: according to the EU public procurement directives, a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate wants to rely on other entities and wishes that the capacity of other entities is taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and shall put the relevant resources at the disposal of the candidate. A template for a declaration from the supporting entity to this effect is included in the pre-qualification questionnaire referred to above. The questionnaire is available via Mercell Sourcing Service http://permalink.mercell.com/51634041.aspx

III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The 3 latest annual reports or a declaration stating the annual turnover for the last three financial years, in so far as information on such turnovers is available, cf. VI.3) Pre-qualification Questionnaire.
The 3 latest annual reports or a declaration stating the company's solvency ratio (calculated by dividing the company's equity with the candidate's total assets (equity/total assets x 100) at the end of the preceding 3 financial years), in so far as such information is available, cf. VI.3) Pre-qualification Questionnaire.
Minimum level(s) of standards possibly required: As a minimum requirement the solvency ratio must be positive.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A list of the most important deliveries carried out over the past three years regarding similar deliveries. The list should preferably include:
— A description of similar deliveries related to a specific Lot, including when it was carried out and the quantity;
— The value of the deliveries;
— The recipients of the deliveries (specific names/countries need not necessarily be included).
Minimum level(s) of standards possibly required:
No minimal requirements.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on the following criteria with an equal priority:
(a) the relevance of the candidate's previous deliveries in comparison to the contract/purchases described in section II.1.5), in terms of the size and value of the previous deliveries, and
(b) the economic and financial standing of the candidate, in terms of solidity ratio and/or yearly turnover.
Please note that any ambiguities and/or incomprehensibilities in the information submitted under III.2.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2013/S 9-010897 of 22.3.2013

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
1.12.2015 - 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
The Tenderers is made aware that one of the contractually conditions in relation to the Service/Maintenance agreement described under Lot No. 1 — Training equipment, Spare parts and Service/Maintenance is, that it is the responsibility of the Seller to obtain any permissions or security clearances that may be needed in order to access the facilities of Danish Defence. cf. Special Annex A, Clause 4.5. The Tenderers will not be asked to obtain any permissions or security clearances before after the award of the contract and then only if the management of a facility of Danish Defence will ask for it.
DALO intents to perform test of the offered Training equipment and Close Combat equipment. The Tenderers for Training equipment will be asked to make the Training equipment available for testing on an address in Europe, preferably in Denmark. The Tenderers for Close Combat equipment will be asked to send the offered Close Combat equipment to an address of DALO in Denmark for testing.
Prequalification Questionnaire: The limitation of candidates to a maximum of 5 will take place per Lot. DALO have prepared one pre-qualification questionnaire per Lot which candidates are strongly encouraged to use when submitting their applications. The questionnaire contains questions, forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements. The candidates are required to submit one pre-qualification questionnaire per Lot they wish to be pre-qualified in.

The questionnaire is available via Mercell Sourcing Service http://permalink.mercell.com/51634041.aspx

Awarding of Lots: each Lot will be awarded to 1 Contractor. The same Contractor may be awarded 1 or more Lots.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for udbud (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: http://erhversstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Pursuant to Danish act no. 492 of 12.5.2010 with subsequent amendments on enforcement of the public procurement rules, 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, 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 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).
However, if the tender concerns a framework agreement complaints must be filed with The Complaints Board for Public Procurement within 6 months after the Contracting Authority has sent notification to the candidates/tenderers involved that the Contracting Authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
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. The complainant shall state whether the complaint has been lodged in the stand-still period. If the appeal has not been lodged in the stand-still period, the appellant must also state whether it is requested that the appeal is granted delaying effect.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
30.10.2015

Send til en kollega

0.064