23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 085-151407
Offentliggjort
04.05.2015
Udbudstype
Offentligt udbud

Indlevering af tilbud

Til
12.06.2015 Kl. 13:00

Addresse
http://permalink.mercell.com/49971599.aspx

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Caps, Berets and Formal headwear.


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Forsvarsministeriets Materiel- og Indkøbsstyrelse
Lautrupbjerg 1
For the attention of: Lars Mygind
2750 Ballerup
DENMARK
Telephone: +45 72572131
E-mail: fmt-id-s209@mil.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/49971599.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/49971599.aspx

Further information 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/49971599.aspx

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/49971599.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/49971599.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:
Caps, Berets and Formal headwear.
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 DK

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: 6 000 000 DKK
II.1.5) Short description of the contract or purchase(s)
Caps, Berets and Formal headwear:
The primary fabric used for berets and 'spidshue' is of a high wool quality. Some caps have embroidered shades and changeable crown. Samples of a beret and a 'spidshue' performed by the bidder(s) will be requested for evaluation of bidders offer.

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/49971599.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

18443000, 18000000, 18440000, 18441000, 18443310, 18443320, 18443340

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: no
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
Starting 1.9.2015. Completion 31.8.2019

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 at any time applicable Danish legislation on public payments. At present this is the Danish consolidation act. no. 798 of June 2007, which demands that invoicing must be done electronically. Exact terms will be stated in the contract. Payment terms are 30 days net.
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 1 supplier to represent the consortium.
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
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The latest annual report or a statement stating the candidate's solvency ratio( calculated by dividing the candidate's equity with the candidate's total assets (equity/total asset) x 100 at the end of the most recent financial year in so far as such information is available.
Minimum level(s) of standards possibly required: The candidate must have had a solvency ratio at least 10 % for the most recent financial year.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A prioritized list of the 3 most important deliveries, similar to the deliveries described in II.1.5, carried out over the past 3 years. The list should preferably include:
— A description of each delivery;
— Information on when it was carried out;
— The size and value of the deliveries;
— The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included;
if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery). In the event that the candidate submits a list containing more than 3 references, DALO will only evaluate the technical capacity on the basis of the first 3 stated.
Minimum level(s) of standards possibly required:
The candidate must demonstrate experience with at least two similar deliveries for each lot the tenderer will make an offer within the past 3 years.
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
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
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: 2014/S 134-240236 of 29.5.2014

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
12.6.2015 - 13:00
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
Danish. English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
until: 11.12.2015
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

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
A consortium is defined as an association/joint venture of two or more companies (or other entities) formed on the basis of an agreement with the specific aim of tendering for and, if successful, fulfilling the contract as a group. By contrast, a company which intends to engage sub-contractors, but will apply for pre-qualification on its own and be solely responsible for fulfilling the contract is regarded as an independent candidate (despite its subcontractors). Note, that if such a candidate relies on the capacities of its sub-contractors in order to meet the requirements set out in section III.2.2) and III.2.3) of the contract notice, the candidate should take note of section VI1.3 below'.
The candidate must submit a solemn declaration stating whether, at the time of submitting the tender, the tenderer has fulfilled his obligations relating to the payment of taxes and social 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.
If the candidate is a consortium, a solemn declaration must be submitted for each member of the consortium.
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. Templates for a declaration from the supporting entity to this effect are included in the Questionnaire (Annex 2 and Annex 3).
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: www.klfu.dk
Fax: +45 33307799

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: As a consequence of the Danish act no. 492 of 12.5.2010 with subsequent amendments regarding enforcement of the rules for procurement etc., 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, if 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 Boards for Public Procurement within 6 months after the Contracting Authority has sent notification to the candidates/tenderers involved the the Contracting Authority has entered into the framework agreement if the notification included a short account of the relevant reasons for the decision.
The complainant must inform the contracting authority of the appealing 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
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
Fax: +45 41715100

VI.5) Date of dispatch of this notice:
27.4.2015

Send til en kollega

0.062