Business Opportunity. Title: Denmark-Ballerup: Lubricating preparations. Document Type: Contract Notice



Similar documents
2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

UK-London: IT services: consulting, software development, Internet and support 2011/S CONTRACT NOTICE. Services

Contract notice. Services

Laser Target Designators.

Business Opportunity. Title: United Kingdom-Norwich: Library concierge and security services. Document Type: Contract Notice

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

France-Paris: Security systems and services 2014/S Contract notice. Services

Official name: Department of Contracts National ID: Postal address: Notre Dame Ravelin Town: Floriana Postal code: FRN 1600

1/ 9 TED19_NRI 06/03/2016- ID: Standard form 2 - EN T1310 Provision of a Workforce Management System

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

This notice in TED website:

This notice in TED website:

1/ 9 TED19_MLT 23/10/2015- ID: Standard form 2 - EN Tender for the Supply of Consumables for A) Microware Generator and B) Rf Generator

1/ 14 TED19_NRI 20/01/2016- ID: Standard form 2 - EN Microbiology Prepared Media, Antibiotic Discs and TB System and consumables [85673]

This notice in TED website:

Westminster City Council c/o Enterprise FM Enterprise FM 33 Tachbrook Street Town: London Postal code: SWIV 2JR. Telephone:

1/ 12 TED19_NRI 20/08/2015- ID: Standard form 2 - EN DETI/Invest NI Trade Advisory Services in Latin America and Canada

CONTRACT NOTICE - ABOVE THRESHOLD SECTION I: CONTRACTING AUTHORITY

TENDER INSTRUCTIONS Consulting services and auction software in connection with the 1800 MHz auction. 23 March 2015 Case no.

The EU Directives on Public Procurement

Germany-Frankfurt-on-Main: ECB - Provision of end user computing and system operation (EUCSO) managed services 2015/S

L-Luxembourg: PE-ITEC-DIT-ITIM-2012/03-CLAVIS document management software 2013/S Contract notice. Supplies

1/ 11 TED19_NRI 13/05/2016- ID: Standard form 2 - EN DfI TNI - T-1064 Term Contract for Minor Improvement Works 2017.

1/ 8 TED19_NRI 05/05/2016- ID: Standard form 2 - EN 001/0569/16 C6500 Photo Voltaic Installations

Luxembourg-Luxembourg: FL/RAIL16 Translation services 2016/S Contract notice. Services

Terms and conditions for the invitation by the Danish Emergency Management Agency to submit tenders for a contract concerning the purchase of a mass

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

Luxembourg-Luxembourg: FL/TERM15 Translation services 2015/S Contract notice. Services

Tender Evaluation and Contract Award

Poland-Warsaw: MyFrontex digital workplace (COTS-based intranet) 2016/S Contract notice. Services

1/ 11 TED19_TFL 24/03/2016- ID: Standard form 2 - EN Rapid Charge Point Concession Framework

Luxembourg-Luxembourg: FL/SCIENT15 Translation services 2015/S Contract notice. Services

1/ 6 TED19_MLT 18/11/2015- ID: Standard form 3 - EN Tender for the Construction of a Grade Separated Junction at Node EA15 (Kappara)

HR-Zagreb: IPA digital archival information system software in the Agency for Medicinal Products and Medical Devices 2012/S

Guidance on Framework Agreements

Engineering of a new coal-fired power plant at the location Stade (Northern Germany), Stade (D)

2, rue Mercier, 2985 Luxembourg, Luxembourg Fax:

SUPPLY CONTRACT NOTICE. Software Solution and ICT equipment for the State Aid System of BiH. Bosnia and Herzegovina

Postal address: Transport Malta, Malta Transport centre, Xatt L Ghassara Tal Gheneb, Marsa MRS 1917 Town: Marsa Postal code:mrs 1917

Procurement Tools. Brief 11. Public Procurement. January Framework agreements Electronic auctions Dynamic purchasing systems C O N T E N T S

2744 Provision of a Secure Service.

1/ 14 ENOTICES_FortumPowerHeatPol - ID:2010-XXXXXX Standard form 5 - EN Wroclaw CCGT CHP Plant Project Manager (EPCM)

Law on the Takeover of Joint Stock Companies

Denmark Takeover Guide

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

SERVICE CONTRACT NOTICE TRAVEL AGENCY SERVICES Location: Barcelona /Spain UfM Member States

In case of any discrepancy between the original Danish text and the English translation of this Act, the Danish text shall prevail.

Contract Standing Orders and Procedure - A Guide For Council Employees

Implementing Regulations under the Benelux Convention on Intellectual Property (Trademarks and Designs) *

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

SERVICE CONTRACT NOTICE Framework Service Contract for Vehicle Insurance Services no.4 Kosovo

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

Guidelines for Industrial PhD In force as of 9 March 2015

Transcription:

Business Opportunity Title: Denmark-Ballerup: Lubricating preparations Document Type: Contract Notice Published By: Forsvarsministeriets Materiel- Og Indkøbsstyrelse (Danish Defence Acquisition An Date Published: 29 April 2016 Deadline Date: 26 May 2016 Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses Forsvarsministeriets Materiel- og Indkøbsstyrelse (Danish Defence Acquisition and Logistics Organization) Lautrupbjerg 1-5 Ballerup 2750 DK Contact person: Anne Manicus-Hald Telephone: +45 72575757 E-mail: fmt-id-s514@mil.dk 1

NUTS: DK0 Internet address(es) Main address: http://www.forsvaret.dk I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: http://permalink.mercell.com/55128870.aspx Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: http://permalink.mercell.com/55128870.aspx Tenders or requests to participate must be sent 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 Weapons oil and grease. II.1.2) Main CPV code 09210000 II.1.3) Type of contract Supplies II.1.4) Short description Danish Defence wish to announce the tender Weapon oil and grease. The Tender consist of 2 Lots. 2

Lot 1: The requested weapon oil and grease consist of Consumable products for cleaning, lubrication and preservation of weapons and weapons systems (i.e. S-758, O-158, O-190 or O-192 or equivalent). Lot 2: The requested weapon oil and grease consist of Consumable products cleaning, lubrication and preservation of weapons and systems (i.e. S-761 or equivalent). Specific lubricating oil product, in 3 different packaging sizes. The oil shows specific lubrication properties for an operational temperature range between -54 and +150 C. For each 2 Lots Pre-qualification of Tenderers will take place, cf. II.2.9) 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/55128870.aspx II.1.5) Estimated total value Value excluding VAT: 2 950 000.00 DKK II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots II.2) Description Lot No: 1 II.2.1) Title Consumable products for cleaning, lubrication and preservation of weapons and weapon systems (i.e. S-758, O-158, O-190 or O-192 or equivalent) II.2.2) Additional CPV code(s) 09210000 II.2.3) Place of performance NUTS code: DK0 II.2.4) Description of the procurement Consumable products for cleaning, lubrication and preservation of weapons and weapon systems (i.e. S-758, O-158, O-190 or O-192 or equivalent). The Agreement concerns the delivery of different oil and grease products used in cleaning, lubrication and preservation of weapons. The Buyer intends to use the products for the maintenance of weapons as prescribed by the relevant maintenance procedures. The candidates shall clearly state in the European Single Procurement Document (available from DALO on: http://permalink.mercell.com/55128870.aspx) if the candidate is applying for lot 1, lot 2. If applying for both lots please fill in an European Single Procurement Document for each lot. 3

II.2.5) Award criteria Criteria below: Quality criterion: Supplementary products / Weighting: 15 Price / Weighting: 85 II.2.6) Estimated value Value excluding VAT: 2 500 000.00 DKK 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.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 5 II.2.10) Information about variants Variants will be accepted: No 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 Lot No: 2 The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement. II.2.1) Title Consumable products for cleaning, lubrication and preservation of weapons and weapon system (i.e. S-761 or equivalent) II.2.2) Additional CPV code(s) 09210000 II.2.3) Place of performance NUTS code: DK0 II.2.4) Description of the procurement 4

Consumable products for cleaning, lubrication and preservation of weapons and weapon systems (i.e. S-761 or equivalent). The Agreement concerns the delivery of a specific lubricating oil product, in 3 different packaging sizes. The oil shows specific lubrication properties for an operational temperature range between (minus)54 and +150 C. Furthermore, the oil can be used as universal preservation oil due to its corrosion preventive properties. The Buyer intends to use the products for the lubrication and preservation of various weapons The candidates shall clearly state in the European Single Procurement Document (available from DALO on http://permalink.mercell.com/55128870.aspx) if the candidate is applying for lot 1, lot 2. If applying for both lots please fill in an European Single Procurement Document for each lot. II.2.5) Award criteria Criteria below: Quality criterion: Human health and environmental hazards / Weighting: 10 Price / Weighting: 90 II.2.6) Estimated value Value excluding VAT: 450 000.00 DKK 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.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 5 II.2.10) Information about variants Variants will be accepted: No 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 Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement. 5

Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standing List and brief description of selection criteria: The candidate must use the European Single Procurement Document (available from DALO on http://permalink.mercell.com/55128870.aspx) as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the standards required, and how the candidate fulfils the objective and non-discriminating criteria for pre-qualification, cf. 148(1), cf. 145(2) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 available at www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/kfst/publikationer/dansk/2015/vejledning%20til%20espd en.pdf In this respect the following documentation shall be submitted: The 3 latest annual reports or a declaration stating the annual turnover for the last 3 Financial years available, in so far as the information on such turnovers are available The 3 latest annual reports or extract hereof or other documentation stating the candidate's equity ratio (calculated by dividing the candidate'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. If the application is submitted by a joint group of suppliers (e.g. a consortium) or if the candidate is relying on the capacity of other entities the equity ratio is calculated by adding up the equity for the candidate applying and the equity for the other entities, and adding up the total assets for the candidate applying and the equity for the other entities. Then the equity ratio is calculated as dividing the total equity by the total assets for the applying candidate and the other entities together. Please note that the candidate may rely on the capacities of other entities (e.g. a parent or sister company or a sub supplier), regardless of the legal nature of the links between them. Where a candidate/tenderer wants to rely on the capacities of other entities, it shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract. If such documentation is not provided DALO cannot take the other entities' capacities into account. DALO has made a form for submission of the commitment which is available at http://permalink.mercell.com/55128870.aspx and which must be completed in addition to the European Single Procurement Document. DALO strongly encourages the candidates/tenderers to use this form when submitting their applications/offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements. 6

DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liabilities for the performance of the contract. Minimum level(s) of standards possibly required: The candidate must have had an annual turnover of at least lot 1: 1 500 000 DKK for Lot 2: 900 000 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, the contracting authority will calculate the turnover based on the official exchange rate on the date this notice was published). The information must be stated in the European Single Procurement Document, section IV.B. The candidate must have had an positive equity ratio for each of the preceding 3 financial years. The information must be stated in the European Single Procurement Document, section IV.B. III.1.3) Technical and professional ability List and brief description of selection criteria: The candidate must use the European Single Procurement Document (available from DALO on http://permalink.mercell.com/55128870.aspx) as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the standards required, and how the candidate fulfils the objective and non-discriminating criteria for pre-qualification, cf. 148(1), cf. 145(2) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 available at www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at http://www.kfst.dk/~/media/kfst/publikationer/dansk/2015/vejledning%20til%20espd en.pdf The references must be stated in the European Single Procurement Document, section IV.C. The European Single Procurement Document only holds room for 5 references, if the candidate have more then 5 references the additional references can be attached in a separate document. In this respect the following documentation shall be submitted: A list of the most important similar deliveries 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, including size of recipient (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). 7

Please note that the candidate may rely on the capacities of other entities (e. g. a parent or sister company or a sub supplier), regardless of the legal nature of the links between them. Where a candidate/tenderer wants to rely on the capacities of other entities, it shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract. If such documentation is not provided DALO cannot take the other entities' capacities into account. DALO has made a form for submission of the commitment which is available at http://permalink.mercell.com/55128870.aspx and which must be completed in addition to the European Single Procurement Document. DALO strongly encourages the candidates/tenderers to use this form when submitting their applications/offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements. DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liabilities for the performance of the contract. Minimum level(s) of standards possibly required: The candidate must demonstrate experience with as a minimum 1 similar delivery within the past 3 years. By similar deliveries is understood deliveries of oils and lubricants, preferably of 1 or more of the weapon oils or grease or equivalent requested in this tender, to a company or enterprise with more than 100 employees and/or deliveries which have taken place under a government contract. III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions 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. 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 group. Candidates should note that the contract will include a labour clause, cf. Appendix B to the contract. For further information see the additional information document available at the URL address in Section I.3) III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract Section IV: Procedure 8

IV.1) Description IV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with a single operator. IV.1.8) Information about 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: 26/05/2016 Local time: 14:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN Section VI: Complementary information VI.3) Additional information In accordance with the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 available at: www.retsinformation.dk) 148 DALO must demand that the candidate completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the requirements listed in 148(1) of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/kfst/publikationer/dansk/2015/vejledning%20til%20espden.p df A candidate participating alone and who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall only complete 1 European Single Procurement Document. A candidate participating alone who does rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall ensure that DALO receives his own European Single Procurement Document together with a separate European Single Procurement Document with the relevant information for each of the entities that the candidate relies on. Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in section II-IV. When filling out the European Single Procurement Document (available from DALO on http://permalink.mercell.com/55128870.aspx) the candidate must state clearly if the application is for Lot 1, Lot 2 or both. If applying for both lots the section IV C references must be clearly divided into the references given for Lot 1 and for Lot 2. 9

Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. 151 and 152 of the said Act. Further information and the applicable time limit are found in the tender documents. DALO further reserves the right to at any stage of the tender procedure to request a candidate/tenderer to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DALO will set an appropriate time limit for submission of the documentation. DALO shall exclude a candidate/tenderer from participation in the tender procedure, if the candidate/tenderer is subject to 1 of the mandatory exclusion grounds in 135 and 136 of the said Act. The candidate/tenderer shall submit information in this respect in the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in 136 of the Act. Please refer to The Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Procurement Document. DALO will furthermore exclude a candidate/tenderer from participation in the tender procedure, if the candidate/tenderer is subject to the exclusion ground in 137(1)(2) of the said Act. The candidate/tenderer shall submit information in this respect in the European Single Procurement Document. Submission of applications for pre-qualification: Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service: http://permalink.mercell.com/55128870.aspx The application for pre-qualification cannot be submitted by e-mail. Non-compliance with formal requirements: DALO reserves the right but is not obliged to use the remedies provided for in Section 159(5) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 available at www.retsinformation.dk) if applications or offers do not fulfil the formalities of the tender documents. For further information see the additional information document available at the URL address in Section I.3) VI.4) Procedures for review VI.4.1) Review body Klagenævnet for udbud (The Complaints Board for Public Procurement) Dahlerups Pakhus, Langelinie Allé 17 Copenhagen Ø 2100 DK Telephone: +45 35291095 E-mail: klfu@erst.dk Internet address(es) URL: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud. VI.4.3) Review procedure 10

Precise information on deadline(s) for review procedures: Pursuant to Danish Act on The Complaints Board for Public Procurement (Act No 492 of 12.5.2010 with subsequent amendments available at www.retsinformation.dk), the following time limits for filing a complaint apply. 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, cf. 171(2) or 2(1) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 available at www.retsinformation.dk), 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: 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 candidates/tenderers involved that the contracting authority has entered into the framework agreement, cf. 2(2) or 171(4) of the Act on Public Procurement, 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 Act on Public Procurement. 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 standstill period, cf. 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill 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 (The Danish Competition and Consumer Authority) Carl Jacobsens Vej 35 Valby 2500 11

DK Telephone: +45 41715000 E-mail: kfst@kfst.dk Internet address(es) URL: www.kfst.dk VI.5) Date of dispatch of this notice 26/04/2016 12