23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 096-188610
Offentliggjort
19.05.2017
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Opdateringer

Rettelse
(30.06.2017)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate:
instead of:
Date: 30-06-2017
Time: 13:00
Read:
Date: 21-07-2017
Time: 13:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders:
instead of:
Date: 30-06-2017
Time: 13:00
Read:
Date: 21-07-2017
Time: 13:00

Oils, lubricants and related special products


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets Materiel- og Indkøbsstyrelse
16287180
Lautrupbjerg 1
Ballerup
2750
Denmark
Contact person: Rikke Løber-Meincke
Telephone: +45 72814227
E-mail: fmi-id-slu07@mil.dk
NUTS code: DK

Internet address(es):

Main address: http://fmi.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/66588779.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/66588779.aspx
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:

Oils, lubricants and related special products.

II.1.2) Main CPV code
09211000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This contract notice concerns the establishment of a framework agreement in connection with the supply of oils, lubricants and other related special products for the Danish Defence. The products are used in connection with the maintenance of e.g. motor vehicles, aircraft, naval vessel and radar facilities in the Danish Defence. The tender covers both packed goods and bulk delivery of oils, lubricants and related special products.

The products shall be delivered at different locations in Denmark. The framework agreement does not concern deliveries in Greenland, Faroe Islands and Bornholm.

II.1.5) Estimated total value
Value excluding VAT: 35 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
09211100
09211200
09211300
09211400
09211600
09211630
09211640
09211650
09221100
24950000
24951000
24951100
24951300
24951311
24961000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

This framework agreement comprises approximately 100 different products that shall be delivered in different packaging sizes. It is not a mandatory requirement that the tenderer bids on all of the different products, but if the tenderer bids on a product it is a mandatory requirement that all the different packaging sizes of the product are offered. The Danish Defence Acquisition and Logistics Organisation will evaluate the incoming offers on a product level based on the evaluation criteria stated in the Instruction to tenderers documents. When DALO has found the winning tenderers for each product the framework agreement will be split into lots. If this split should result in more than ten (10) lots DALO will make use of the following provision, that the tenderer as a minimum shall win five (5) products in order to be awarded a Contract, to ensure that the total number of Contracts within this tender remains at a manageable level.

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
Value excluding VAT: 35 000 000.00 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.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
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. The framework agreement will be split into lots in accordance with the description in section II.2.4).

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria:

The tenderer must use the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfils the minimum requirement stated below with respect to the the standards required. Prior to DALO's decision concerning award of the contract, the tenderer 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

In this respect the following information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

In this respect the following documentation shall be submitted:

A list of the most important similar deliveries carried out over the past three 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 tenderer is asked to provide as much generic information as possible about the delivery).

Minimum level(s) of standards possibly required:

The tenderer must demonstrate experience with as a minimum 1 similar delivery within the past three (3) years. By similar deliveries is understood a) deliveries of oils and/ or lubricants to a company or enterprise with more than 50 employees or b) deliveries of oils and/or lubricants which have taken place under a government contract.

The information must be stated in the European Single Procurement Document, section IV.C.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
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.

Tenderers 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

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 several operators
Envisaged maximum number of participants to the framework agreement: 10
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
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.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/06/2017
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:
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: 30/06/2017
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
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

The candidates must use the electronic version of the European Single Procurement Document (eESPD) available at https://ec.europa.eu/growth/tools-databases/espd/welcome

On this website the xml-file available at the URL address in section I.3) must be imported and completed. No other versions of the European Single Procurement Document than the eESPD should be used.

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 one European Single Procurement Document.

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
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk
Fax: +45 33307799

Internet address:http://www.klfu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on 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 calender days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 171 (2) of the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at www.retsinformation.dk) of § 7 (1) of the Danish Act on The Complaints Board for Public Procurement, 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 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 email 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
Fax: +45 41715100

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
16/05/2017

Send til en kollega

0.078