23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 056-124301
Offentliggjort
21.03.2018
Udbudstype
Resultat

Udbyder

Danish Defence Acquisition and Logistics Organizations

Cleaning and Disinfection of material belonging to the Danish Defence


Danish Defence Acquisition and Logistics Organizations

Contract award notice

Results of the procurement procedure

Services

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: Mads Gøtke
Telephone: +45 72814000
E-mail: fmi-id-sma08@mil.dk
NUTS code: DK

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/7f3bca68-ba95-4daa-a2e8-f822c6ce203e/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:

Cleaning and Disinfection of material belonging to the Danish Defence

II.1.2) Main CPV code
90000000
II.1.3) Type of contract
Services
II.1.4) Short description:

DALO is in charge of entering a framework agreement that meets the Danish Defense’s demand for domestic and international support for cleaning and disinfection. When the Danish Defence or its allied do not perform the cleaning and disinfection, the tenderer shall be in charge of cleaning and disinfection off ex. vehicles, electronic equipment, containers etc. which either have been deployed from international missions and exercises or which are going to be deployed to international mission and exercises. The cleaning is to be done on the surface and/or the inside of the equipment, depending on the nature of the purchase order.

The framework agreement tendered is non-exclusive, as DALO has its own capacities as well as capacities from other armed forces nations. DALO furthermore wishes to make use of a cascade model with up to 3 tenderers being awarded the contract.

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: 20 000 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
90670000
90917000
90910000
35000000
II.2.3) Place of performance
NUTS code: 00
NUTS code: DK
II.2.4) Description of the procurement:

The tenderer shall worldwide be able to carry out cleaning and if needed, disinfection of the Danish Defence equipment before or after a mission. To illustrate the scope of DALO's expected demand, DALO used the service by our current supplier in the timeframe 2014-2016:

— In 2014 DALO's need for the service was 10 times in Denmark and 3 times in the United Arab Emirates. The tasks ranged from 3 – 435 hours,

— In 2015 DALO's need for the service was 21 times in Denmark and one time in Kuwait. The tasks ranged from 20 – 290 hours,

— In 2016 DALO's need for the service was 7 times in Denmark and one time in Lithuania. The tasks in Denmark ranged from 8 – 300 hours.

The task in Lithuania was in connection with a larger NATO-exercise. The task was carried out 24/7 during 6 days. In connection with larger NATO-exercises DALO did not use the service from the current Supplier’s capacity in 2014. In 2015 DALO used its own capacity as well as the current Supplier’s capacity. In 2016 DALO only used the capacity of the current supplier. As far as possible all larger tasks are planned with more than 4 weeks’ notice and up to a year notice.

For now, about 98 % of all smaller tasks in Denmark have been planned with a notice according to the terms of the framework agreement. However the tenderer shall with a notice of 48 hours be able to clean and disinfect up to 30 pieces of equipment within 72 hours in Denmark.

To illustrate the scope of DALO´s expected demand, some of DALO task has been, but however not limited to:

— Cleaning of bulk items,

— Cleaning of vehicles ex. Leopard tanks, Piranha, Hydrema, Manitou, motorcycles, trucks and cars,

— Cleaning of tent materiel,

— Cleaning and disinfection of containers which contains Kitchen or office,

— Cleaning and vacuuming of boxes.

DALO has attached Enclosure 4 to the Instructions to Tenderers (RIC-Scheme) for further examples of vehicles and containers.

During the tendering procedure, DALO will arrange a clarification meeting. The date, time, place and further instructions are stated in the Instructions to Tenderes Section 4.2.

II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30 %
Price - Weighting: 70 %
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 The framework agreement is not divided into lots on the grounds that a division of the contract would undermine the economies of scale obtainable by procuring one contract.

The 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 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
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:
20/03/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Copenhagen Contractors A/S
Copenhagen
Denmark
NUTS code: DK
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 20 000 000.00 DKK
V.2.5) Information about subcontracting
The contract is likely to be subcontracted

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

Internet address:https://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 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 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 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.

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
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:
20/03/2018

Send til en kollega

0.047