23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2023/S 208-657289
Offentliggjort
27.10.2023
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriet Materiel- og Indkøbsstyrelsen

Portable fuel test equipment


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: DK0 Danmark
Postal code: 2750
Country: Denmark
Contact person: KAPS - Sofie Frølund
E-mail: sofr@poulschmith.dk
Telephone: +45 27636271
Internet address(es):
Main address: http://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=377347&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=377347&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:

Portable fuel test equipment

Reference number: 4028635
II.1.2) Main CPV code
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This contract notice concerns a tender regarding a 4-year framework agreement covering the acquisition of 35-50 portable fuel test equipment bundles and optional services. The equipment is to be used by the Danish Defence for fuel quality assurance downstream of production,

The fuel test equipment consist of a) a sample beaker/glassware, b) a density meter, digital, handheld, c) a fuel system icing inhibitor test kit with refractometer, digital and portable, d) a Electrical conductivity meter, digital and handheld, and e) Water finding paste. The fuel test equipment shall be bundled in a suitcase (or equivalent) with custom fitted inserts.

The services consist of a) calibration and performance check, b) support function, and c) ad hoc services, which includes minor repairs of the fuel test equipment.

Further description of the supplier’s obligations can be found in the agreement and the appendices to the agreement.

II.1.5) Estimated total value
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38300000 Measuring instruments
38900000 Miscellaneous evaluation or testing instruments
II.2.3) Place of performance
NUTS code: DK Danmark
Main site or place of performance:

Skrydstrup

II.2.4) Description of the procurement:

Reference is made to section II.1.4).

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
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: yes
Description of options:

The services described in section II.1.4) are optional for DALO.

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 framework agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

Section III: Legal, economic, financial and technical information

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 framework agreement contains requirements regarding labour clause, CSR requirements, international sanctions as well as provisions regarding risk assessment and follow-up actions; reference is made to appendix B and appendix B.1 for further information. In the procurement of the framework agreement the risk profile is assessed to the following follow-up action (risk level): C. See section VI.3/“Additional information” for further information.

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 28/11/2023
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 28/11/2023
Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

The estimated quantity of the framework agreement is 35 and the maximum quantity of the framework agreement is 50. The reason for the difference between the stated quantities is the uncertainty regarding the final quantity of the framework agreement, cf. below. Hence, the estimated quantity constitutes DALO’s most qualified estimate of the quantity of the framework agreement at the present moment, while the maximum quantity constitutes the maximum quantity of purchases under the framework agreement in its duration.

The uncertainty regarding the final quantity of the framework agreement is primarily caused by uncertainty regarding the Danish Defence’ operational needs through the duration of the framework agreement, including uncertainty about specific deployments and mission areas in particular, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significant larger expenditure on the framework agreement than what is expected at the moment.

Regarding section III.2.2): As part of the submission of an offer the tenderer must submit a selfdeclaration on compliance with labour clauses, CSR obligations and international sanctions. If the selfdeclaration is not submitted or is inadequate, the tenderer cannot be taken into consideration for the framework agreement. However, in this connection DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed selfdeclaration.

DALO has uploaded a template (available in the Digitale Udbud’s web-portal) which must be used as a statement. When associations of several entities (eg. Consortiums), including temporary joint ventures, participate as one tenderer, the self-declaration must be filled out separately for each of the participating entities.

Regarding section IV.2.4): The tender procedure will be conducted in English. However, it is permissible to submit offers in either Danish or English. Questions submitted during the tender procedure shall be written in English and DALO will answer these questions in English. DALO will conduct an information meeting. The meeting will be conducted in English and DALO will distribute minutes of the meeting in English.

The tenderer must together with the offer submit an ESPD as preliminary evidence of the circumstances set out in § 148(1) (1-3) of the Public Procurement Act.

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 Digitale Udbud's web portal. The ESPD shall be fulfilled and submitted at Digitale Udbuds’ web portal in accordance with the instructions given by Digitale Udbud. The ESPD document must be signed by the supporting entity. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document.

Prior to decision on award of the agreement, DALO shall require that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act. Please see the document “Additional information”, which is located at the Digitale Udbud's webportal, cf. section I.3), for further information on the matter.

The framework agreement is not divided into lots on the grounds described in the document “Additional information”, which is located at the Digitale Udbud's webportal, cf. section I.3).

For further information regarding this procurement, please see the document “Additional information”, which is located at the Digitale Udbud's webportal, cf. section I.3).

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud (The Complaints Board for Public Procurement)
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 with-in:

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 requested 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 (The Danish Competition and Consumer Authority)
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:
23/10/2023
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|