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
Offentliggjort
24.10.2024
Udbudstype
Andre

Udbyder

Miljøstyrelsen

Probes for Marine Monitoring


Miljøstyrelsen

645923-2024 - Result
Denmark – Surveying, hydrographic, oceanographic and hydrological instruments and appliances – Probes for Marine Monitoring
OJ S 208/2024 24/10/2024
Contract or concession award notice – standard regime
Services - Supplies
1. Buyer
1.1.
Buyer
Official name Miljøstyrelsen
Email kars@mst.dk
Legal type of the buyer : Public undertaking
Activity of the contracting authority : Environmental protection
2. Procedure
2.1.
Procedure
Title Probes for Marine Monitoring
Description This tender concerns the procurement of a small number of probes for marine monitoring.The marine probes are used in connection with the implementation of the Danish Environmental Protection Agency's monitoring program (NOVANA), to measure the following parameters: salinity, temperature, pressure, oxygen, fluorescence, and light. The probes must consist of an integrated measuring device where all components necessary for the measurements are assembled into a single probe.The probes must be delivered in Denmark.
Procedure identifier 30d52a08-f458-4c51-a701-5a92815c6b69
Previous notice : 5275c302-9814-492f-b69e-0f587befc63d-01
Internal identifier 2024-37287
Type of procedure Open
The procedure is accelerated no
Main features of the procedure The tender is conducted as an open procedure in accordance with Part II of the Danish Public Procurement Act. The tender solely includes a bidding phase.
2.1.1.
Purpose
Main nature of the contract Supplies
Additional nature of the contract Services
Main classification   ( cpv ): 38290000   Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification   ( cpv ): 38292000   Hydrographic instruments, 38344000   Pollution-monitoring devices, 38410000   Metering instruments, 38420000   Instruments for measuring flow, level and pressure of liquids and gases, 38421000   Flow-measuring equipment, 38421100   Water meters, 38423000   Pressure-measuring equipment, 38425000   Fluid mechanics equipment
2.1.2.
Place of performance
Country Denmark
Anywhere in the given country
2.1.4.
General information
Call for competition is terminated
Additional information The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the contracting authority's transaction costs and relatively small size of the contract. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The previously stated quantity of 8 probes is the maximum number that will be purchased under the framework agreement, while the expected number of probe purchases is 5 units. At the time of the publication of this notice, it has only been technically possible within the system to select that the contract is awarded as part of a framework agreement. However, the contract is not entered into as part of a framework agreement, but as the framework agreement in its entirety.
Legal basis
Directive 2014/24/EU
5. Lot
5.1.
Lot LOT-0000
Title : Probes for Marine Monitoring
Description : This tender concerns the procurement of a small number of probes for marine monitoring.The marine probes are used in connection with the implementation of the Danish Environmental Protection Agency's monitoring program (NOVANA), to measure the following parameters: salinity, temperature, pressure, oxygen, fluorescence, and light. The probes must consist of an integrated measuring device where all components necessary for the measurements are assembled into a single probe.The probes must be delivered in Denmark.
Internal identifier : 2024-37287
5.1.1.
Purpose
Main nature of the contract : Supplies
Additional nature of the contract Services
Main classification   ( cpv ): 38290000   Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Additional classification   ( cpv ): 38292000   Hydrographic instruments, 38344000   Pollution-monitoring devices, 38410000   Metering instruments, 38420000   Instruments for measuring flow, level and pressure of liquids and gases, 38421000   Flow-measuring equipment, 38421100   Water meters, 38423000   Pressure-measuring equipment, 38425000   Fluid mechanics equipment
Quantity 8
5.1.2.
Place of performance
Country : Denmark
Anywhere in the given country
5.1.3.
Estimated duration
Start date 15/10/2024
Duration end date 15/10/2026
5.1.6.
General information
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) yes
Additional information : The tendered contract has not been divided into lots, see section 49(2) of the Danish Public Procurement Act, due to the contracting authority's transaction costs and relatively small size of the contract. The contracting authority shall in accordance with section 134 a of the Danish Public Procurement Act exclude economic operators established in a country stated on the EU list of non-cooperative jurisdictions for tax purposes and which is not a party to the WTO Government Procurement Agreement or any other binding for Denmark free-trade agreement. The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act. Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be submitted, see sections 151 and 152 of the Danish Public Procurement Act. By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii) and (vi), the following must be provided in accordance with section 153 of the Danish Public Procurement Act: - an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii) and (vi); - where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii) and (vi), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc. For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis. The contracting authority can however request a tenderer for further documentation and examine such obtained documentation, if the contracting authority considers this being necessary for the correct conduction of the procurement procedure. The tenderer shall not provide documentation for not being subject to the mandatory ground for exclusion set out in section 134 a. For other grounds for exclusion in the Danish Public Procurement Act than stated above, the contracting authority must demonstrate or have sufficiently plausible indications to conclude that one of the grounds for exclusion applies to the tenderer. A tenderer to whom a ground for exclusion applies is excluded from participating in the procurement process, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act, except for the ground for exclusion in section 134 a, where the tenderer does not have the possibility to document reliability. The contracting authority may only exclude a tenderer, if the contracting authority has informed the concerned tenderer that it is subject to a ground for exclusion and if the tenderer has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning), or if the provided documentation is not considered sufficient to document reliability. For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act. The contracting authority shall also exclude economic operators, which are subject to EU sanctions in accordance with EU regulation 833/2014 with later amendments, Article 5k. The previously stated quantity of 8 probes is the maximum number that will be purchased under the framework agreement, while the expected number of probe purchases is 5 units. At the time of the publication of this notice, it has only been technically possible within the system to select that the contract is awarded as part of a framework agreement. However, the contract is not entered into as part of a framework agreement, but as the framework agreement in its entirety.
5.1.10.
Award criteria
Criterion :
Type : Price
Name : Price
Description : The contract will be awarded to the tenderer that submitted the most economically advantageous tender based on the award criterion price.
Weight (percentage, exact) : 100
5.1.12.
Terms of procurement
Information about review deadlines : I henhold til LBK nr. 593 af 2.6.2016 om Klagenævnet for Udbud med senere ændringer, gælder følgende frister for indgivelse af klage: Klage over udbud eller beslutninger omfattet af udbudslovens afsnit II, som ikke er omfattet af lovens stk. 1, skal, jf. lovens § 7, stk. 2, være indgivet til Klagenævnet for Udbud inden: 45 kalenderdage efter at ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt. Fristen regnes fra dagen efter den dag, hvor bekendtgørelsen er blevet offentliggjort; 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte tilbudsgivere om, at en kontrakt baseret på en rammeaftale med genåbning af konkurrencen eller et dynamisk indkøbssystem er indgået, hvis underretningen har angivet en begrundelse for beslutningen; 6 måneder efter at ordregiveren har indgået en rammeaftale regnet fra dagen efter den dag, hvor ordregiveren har underrettet de berørte ansøgere og tilbudsgivere, jf. § 2, stk. 2, eller udbudslovens § 171, stk. 4; 20 kalenderdage regnet fra dagen efter at ordregiveren har meddelt sin beslutning, jf. udbudslovens § 185, stk. 2, 2. pkt. Har en ordregiver fulgt proceduren i lovens § 4, for at sikre, at en kontrakt ikke erklæres for uden virkning, jf. lovens § 7, stk. 3, skal en klage over, at ordregiveren i strid med udbudsdirektivet har indgået en kontrakt uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende, være indgivet til Klagenævnet for Udbud inden 30 kalenderdage regnet fra dagen efter den dag, hvor ordregiveren har offentliggjort en bekendtgørelse i Den Europæiske Unions Tidende om, at ordregiveren har indgået en kontrakt, forudsat at bekendtgørelsen indeholder begrundelsen for ordregiverens beslutning om at tildele kontrakten uden forudgående offentliggørelse af en udbudsbekendtgørelse i Den Europæiske Unions Tidende. Senest samtidig med at en klage indgives til Klagenævnet for Udbud, skal klageren, jf. lovens § 6, stk. 4, skriftligt underrette ordregiveren om, at klage indgives til Klagenævnet for Udbud, og om, hvorvidt klagen er indgivet i standstill-perioden, jf. § 3, stk. 1 eller 2, eller i den periode på 10 kalenderdage, som er fastsat i § 4, stk. 1, nr. 2. I tilfælde, hvor klagen ikke er indgivet i de nævnte perioder, skal klageren tillige angive, hvorvidt der begæres opsættende virkning, jf. lovens § 12, stk. 1.
5.1.15.
Techniques
Framework agreement : Framework agreement, without reopening of competition
Information about the dynamic purchasing system : No dynamic purchase system
Electronic auction no
5.1.16.
Further information, mediation and review
Review organisation Klagenævnet for Udbud - Nævnenes Hus
Organisation providing more information on the review procedures Konkurrence- og Forbrugerstyrelsen
Organisation whose budget is used to pay for the contract Miljøstyrelsen
Organisation executing the payment Miljøstyrelsen
Organisation signing the contract Miljøstyrelsen
TED eSender Mercell Holding ASA
6. Results
Value of all contracts awarded in this notice 3 036 000,00   DKK
Maximum value of the framework agreements in this procedure 3 036 000,00   DKK
Approximate value of the framework agreements 1 897 500,00   DKK
6.1.
Result lot ldentifier LOT-0000
Winner selection status At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement unpublished  
Justification code Commercial interests of an economic operator
Date of when this will be published 15/10/2034
Re-estimated value of the framework agreement 1 897 500,00   DKK
6.1.2.
Information about winners
Winner
Official name IGP Meerestechnik GmbH & Co. KG
Tender
Tender identifier 402350-2024
Identifier of lot or group of lots LOT-0000
The tender was ranked no
Concession value
The tender is a variant no
Subcontracting No
Contract information
Identifier of the contract 2024-37287
Title Probes for Marine Monitoring
Date on which the winner was chosen 14/10/2024
Date of the conclusion of the contract 15/10/2024
The contract is awarded within a framework agreement yes
Organisation signing the contract Miljøstyrelsen
6.1.4.
Statistical information
Received tenders or requests to participate :
Type of received submissions : Tenders from small tenderers
Number of tenders or requests to participate received 1
8. Organisations
8.1.
ORG-0001
Official name : Miljøstyrelsen
Registration number : 25798376
Postal address : Tolderlundsvej 5    
Town : Odense C
Postcode : 5000
Country subdivision (NUTS) : Fyn   ( DK031 )
Country : Denmark
Contact point : Karin Svalgaard
Email : kars@mst.dk
Telephone : +45 61 50 41 55
Roles of this organisation
Buyer
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment
8.1.
ORG-0002
Official name : Klagenævnet for Udbud - Nævnenes Hus
Registration number : 37795526
Postal address : Toldboden 2    
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland   ( DK041 )
Country : Denmark
Telephone : +45 72405600
Fax : +45 33307799
Internet address : http://www.naevneneshus.dk
Roles of this organisation
Review organisation
8.1.
ORG-0003
Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35    
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København   ( DK011 )
Country : Denmark
Email : kfst@kfst.dk
Telephone : +45 41715000
Fax : +45 41715100
Internet address : http://www.kfst.dk
Roles of this organisation
Organisation providing more information on the review procedures
8.1.
ORG-0004
Official name : IGP Meerestechnik GmbH & Co. KG
Registration number : 0
Postal address : Kleine Reichenstr. 1    
Town : Hamburg
Postcode : 20457
Country subdivision (NUTS) : Hamburg   ( DE600 )
Country : Germany
Contact point : IGP Meerestechnik GmbH & Co. KG
Email : igp@igp.de
Telephone : 0049403786800
Roles of this organisation
Tenderer
Winner of these lots LOT-0000
8.1.
ORG-0005
Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11    
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo   ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation
TED eSender
11. Notice information
11.1.
Notice information
Notice identifier/version : f93bd43f-13b4-4cb1-9eda-f9ebb92625fb   - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice subtype 29
Notice dispatch date : 23/10/2024   08:07:15 (UTC)
Notice dispatch date (eSender) : 23/10/2024   11:06:38 (UTC)
Languages in which this notice is officially available : English
11.2.
Publication information
Notice publication number : 645923-2024
OJ S issue number : 208/2024
Publication date : 24/10/2024
Annonce Annonce
BREAKING
{{ article.headline }}
0.023|