23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 085-151773
Offentliggjort
04.05.2015
Udbudstype
Offentligt udbud

Indlevering af tilbud

Til
16.06.2015 Kl. 12:00

Addresse
The Danish Defence Acquisition and Logistics Organization (DALO)
Lautrupbjerg 1-5
For the attention of: Daniel Fischermann
2750 Ballerup
Telephone: +45 20285782
E-mail: dafi@kammeradvokaten.dk

Udbyder

The Danish Defence Acquisition and Logistics Organization (DALO)

Vindere

(16.12.2015)
Lamor Corporation AB
Urakoitsijantie 12
06450 Porvoo

Containerized Oil Spill Recovery System (COSRS)


The Danish Defence Acquisition and Logistics Organization (DALO)

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

The Danish Defence Acquisition and Logistics Organization (DALO)
Danish
Lautrupbjerg 1-5
For the attention of: Daniel Fischermann
2750 Ballerup
DENMARK
Telephone: +45 20285782
E-mail: dafi@kammeradvokaten.dk

Internet address(es):

General address of the contracting authority: http://www.forsvaret.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The Danish Defence Acquisition and Logistics Organization (DALO)
Danish
Lautrupbjerg 1-5
For the attention of: Henrik Pierre Christensen
2750 Ballerup
DENMARK

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:
Containerized Oil Spill Recovery System (COSRS).
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 years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 DKK
II.1.5) Short description of the contract or purchase(s)
DALO wishes to procure a Containerized Oil Spill Recovery Systems (COSRS) in order to have an independent capacity for oil recovery on water. The system is primarily expected to be used on and from ships, including ships that are ‘vessels of opportunity'.
To be able to work on all types of ships, the system shall be independent from any supply (hydraulic, electrical etc.) from the ship. The COSRS shall be containerized in order to be transportable by land, sea and by air. The COSRS is expected to be a set consisting of two
separate containers (10-foot ISO or equivalent), one containing an oil containment boom on a reel and one containing an oil skimmer, power pack and all necessary ancillary equipment.
The power pack is expected to be able to inflate the oil booms with air, drive a hydraulic oil boom reel and the oil skimmer. The system is not intended to include any storage facility for recovered oil.
II.1.6) Common procurement vocabulary (CPV)

90741200, 90741000, 90700000

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:
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 DKK
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
Duration in months: 48 (from the award of the contract)

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 is stated in the contract.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required. If the order is awarded to a group of suppliers (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one supplier to represent the group.
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
Information and formalities necessary for evaluating if the requirements are met: The tenderer 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 tenderer is established and in Denmark in accordance with consolidation act no. 336 of 13.5.1997 regarding public payments. The solemn declaration must relate to the legal entity/tenderer submitting the tender. If the tenderer is a consortium, a solemn declaration must be submitted for each member of the consortium.
III.2.2) Economic and financial ability
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A list of the most important similar deliveries carried out over the past 3 years regarding similar deliveries.
The list should preferably include:
— A description of each delivery, including when it was carried out;
— The size and value of the deliveries;
— The recipients of the deliveries (specific names/ countries need not necessarily be included) Reference is made to section VI.3 with regard to the Tenderer's possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required:
The Tenderer shall demonstrate that they during the past 3 years have had experience with 1 or more similar deliveries.
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: 2015/S 9-010595 of 14.1.2015

Notice number in the OJEU: 2014/S 249-441326 of 27.12.2014

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.6.2015 - 12:00
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
16.6.2015 - 12:00
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Date: 16.6.2015 - 12:00
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
Re. section III.2.1) When submitting the bids the tenderers must submit a solemn declaration stating to which degree the tenderer has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in accordance with the legal provisions of the country in which the tenderer is established and in Denmark in accordance with consolidation act no. 336 of 13.5.1997 regarding public payments. A form that the tenderers can use will be submitted with the tender material.
Re. Section III.2) According to directive 2004/18 art. 48(3), a tenderer may rely on the technical capacity of other entities, regardless of the legal nature of the links with the entities. If a tenderer wants to rely on other entities and wishes that the capacity of other entities is included when establishing the suitability of the tenderer, the tenderer must prove that the other entities will and shall put the relevant resources at the disposal of the tenderer. For instance this is fulfilled if the tenderer submits a co-operation agreement clearly stating that the tenderer has the relevant resources at its disposal (conversely, it is not sufficient to submit a declaration stating that the tenderer is entitled to sell products on behalf of another entity if the tenderer wishes to rely on the capacity of this other entity).
When submitting contact details the tenderers are encouraged to submit as much information as possible and preferable also the e-mail address of the tenderer's contact person.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for udbud (The complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

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 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 Board for Public Procurement within 6 months after the Contracting Authority has sent notification to the candidates/tenderers involved that 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 appeal in 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 (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35, Valby
2500 Copenhagen
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
29.4.2015

Send til en kollega

0.062