Objet Champ d'application du marché
Titre: prestations de transport scolaire par voie terrestre
Produits/services: Services de transport (à l'exclusion du transport des déchets)📦
Brève description:
“les prestations sont réparties en deux lignes de transport scolaire : Lignes 610-h1 / I-Rou2Ligne 610-h1itinéraire : (Rn2-Beauséjour) - kalani - tonnégrande...”
Brève description
les prestations sont réparties en deux lignes de transport scolaire : Lignes 610-h1 / I-Rou2Ligne 610-h1itinéraire : (Rn2-Beauséjour) - kalani - tonnégrande Cd5 - montsinéry - sainte-Agathe - rn1Etablissement(S) desservi(s) : lycee agricole de MatitiLigne I-Rou2Itinéraire : Cacao - beauséjour - kalani - tonnégrande - cd5 - macouria - rn1Etablissement(S) desservi(s): lycee agricole de matiti
Afficher plus
Valeur estimée hors TVA: EUR 580 000 💰
1️⃣
Produits/services supplémentaires: Services de transport (à l'exclusion du transport des déchets)📦
Lieu d'exécution: Guyane🏙️
Description du marché: prestations de transport scolaire
Critères d'attribution
Critère de qualité (nom): Valeur Technique
Critère de qualité (pondération): 40
Prix (pondération): 60
Durée du contrat, de l'accord-cadre ou du système d'acquisition dynamique
Le délai ci-dessous est exprimé en nombre de mois.
Description
Durée de l'accord: 40
Procédure Type de procédure
Procédure ouverte
Informations administratives
Délai de réception des offres ou des demandes de participation: 2023-02-27
17:00 📅
Langues dans lesquelles les offres ou les demandes de participation peuvent être présentées: français 🗣️
Le délai ci-dessous est exprimé en nombre de mois.
Délai minimum pendant lequel le soumissionnaire doit maintenir l'offre: 4
Conditions d'ouverture des offres: 2023-02-28
09:00 📅
Informations complémentaires Informations sur les flux de travail électroniques
Les commandes électroniques seront utilisées
La facturation électronique sera acceptée
Le paiement électronique sera utilisé
Organe de révision
Nom: tribunal Administratif de Cayenne
Adresse postale: 7, Rue Victor Schoelcher B.P. 5030
Commune postale: Cayenne Cedex
Code postal: 97305
Pays: France 🇫🇷
Téléphone: +33 594254970📞
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Fax: +33 594254971 📠
URL: http://guyane.tribunal-administratif.fr🌏 Organisme responsable des procédures de médiation
Nom: tribunal Administratif de Cayenne
Adresse postale: 7, Rue Victor Schoelcher B.P. 5030
Commune postale: Cayenne Cedex
Code postal: 97305
Pays: France 🇫🇷
Téléphone: +33 594254970📞
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Fax: +33 594254971 📠
URL: http://guyane.tribunal-administratif.fr🌏 Service auprès duquel des informations sur la procédure de recours peuvent être obtenues
Nom: tribunal Administratif de Cayenne
Adresse postale: 7, Rue Victor Schoelcher B.P. 5030
Commune postale: Cayenne Cedex
Code postal: 97305
Pays: France 🇫🇷
Téléphone: +33 594254970📞
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Fax: +33 594254971 📠
URL: http://guyane.tribunal-administratif.fr🌏
Source: OJS 2023/S 030-084760 (2023-02-07)
Avis d'attribution de marché (2023-03-20) Pouvoir adjudicateur Nom et adresse
Adresse postale: 4, Esplanade de la Cité d'affaire CS 36029
Commune postale: Matoury Cedex
Code postal: 97357
Personne de contact: Serge SMOCK, Président
Adresse du profil d'acheteur: http://www.marches-securises.fr/perso/CACL-Matoury🌏
Procédure Informations sur l'accord-cadre
La passation de marché implique l'établissement d'un accord-cadre
Informations administratives
Publication précédente concernant cette procédure: 2023/S 030-084760
Attribution du marché
1️⃣
Titre: prestations de transport scolaire
Informations sur les non-lauréats
Autres raisons (interruption de la procédure)
Source: OJS 2023/S 060-175894 (2023-03-20)
Avis de marché (2024-02-16) Objet Champ d'application du marché
Titre: Framework agreement regarding acquisition and sustainment of off-road utility vehicles (OV)
Reference number: Framework agreements aquisition and sustainment of off-road utility Vehicles (OV) 2023/012280
Brève description:
“There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In...”
Brève description
There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In addition to the framework agreement for the acquisition of the OVs there is a framework agreement that will cover sustainment, services, training, spare parts, special tools, test equipment and documentation for the OVs procured. It is expected that training and special tools will be purchased right after commencement of the framework agreements.
The OVs will be used in a wide spectrum of operational environment from training and utility vehicle in Denmark to garrison vehicle in international missions and national defence. This demands that the OVs are flexible, highly mobile and agile in the terrain but there is no need for it to be armoured. Variants: The supplier shall offer the OV in the following variants based on the same platform (text in brackets are functional descriptions): ‘Baseline’ (utility, garrison, education, 4 persons) ‘Home guard variant’ (Intelligence, suirvalience, recognizance), The vehicle shall be equipped with ring mount and soft mount (for a light machine gun) for conducting protective security and escort support, 3 persons) ‘Mechanic variant’ (Light repairs, line logistic equipment transport, 2 persons) 'Military Police MP variant' (military police tasks such as traffic control, convoy support and escort duties, 4 persons) 'Air Force/air base on site commander variant' (quick response management incidents on the air base such as emergency landings, fire fighting or evacuation activities, 4 persons).
On road: The OVs shall be possible to register in accordance with applicable Danish road traffic laws with the exception of the single fuel requirement mentioned below. The vehicle shall only require Danish driving license category B according to Danish road legislation. Engine: The main engine shall as minimum fulfil EURO III emissions norm to ensure that the vehicle comply with NATO single fuel concept. Goverment furnished equipment: Prior to delivery of OVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include battle management systems, radio equipment, fire extinguisher etc. The type of equipment will depend on the variant in question. Vehicle weight: The Vehicle shall have a payload of a minimum of 800 kg.
Contract structure: The procurement will be based on two framework agreements. Thus, DALO will award: 1) An Acquisition Agreement containing the initial delivery of the OVs and options. 2) An Sustainment Agreement containing all In-Service Support services (including documentation, configuration managmenet, special tools and test equipment, training, spare parts and optional deliveries) in order to support the vehicle fleet throughout the service period for up to 28 years. The Acquisition Agreement and Sustainment Agreement are to be seen as a whole and will be awarded to the same tenderer. System house responsibility: The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility is described in detail in the Sustainment Contract, which will be available to the prequalified candidates. The expected initial delivery consists of 100 Home Guard ISR variant with Ring Mount. In addition a Military police (MP) variant, an Air Force/air base on site commander variant, a Mechanic variant and base line variant in all 450 vehicles to be delivered from 2025 to 2031. However before commencement DALO has the right to change the initial delivery amount, depending on the offered prices and available DALO budget.
Test of the OV's as part of the tender: The tenderer must provide as minimum of one OV preferable two OV's so DALO can test the vehicles. DALO's preference of preferable two OV's is to secure progress in the test, due to the fact that it is the tenderers solely responsibility that the vehicle for test at all time is able to perform the required test course. OV shall be as similar to the planned delivered vehicle as possible. As a minimum engine performance, driveline, suspension, seats and tires shall be identical to the planned delivered vehicle. OV shall be accompanied with representative selection of tools and test equipment to demonstrate regular maintenance and diagnostic activities. If a regular test is required for maintenance this shall be presented. OV shall be equipped: with standard roof rack Terrain chains: The OV shall (during selected tests) be mounted with terrain chains for terrain testing on all four wheels. Trailer coupling: OV shall be delivered with a combined pintle hook and NATO towing eye (pintle hook and 50 mm ISO standard trailer tow ball or equivalent). The height above ground shall be 610 to 640 mm. The OV shall be equipped with electrical connector/aqdapter for trailer conforming to STANAG 4007 or equivalent. 24V and 12 pin NATO socket. DALO expects that the test will take place in the weeks 21, 22, 23 and 24 2024 in Denmark. Specimen for validation and borrowing agreement will be applied, issued by DALO, duly signed by DALO and the tenderers who submit INDO.
Afficher plus
Type de contrat: supplies
Produits/services: Équipement de transport et produits auxiliaires pour le transport📦
Valeur estimée hors TVA: 900 000 000 DKK 💰
Description
Description du marché:
“There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In...”
Description du marché
There will be a: Framework agreement for the acquisition of the OV 7+2+2 years and framework agreement for the sustainment of the OV 7+7+7+7 years. In addition to the framework agreement for the acquisition of the OVs there is a framework agreement that will cover sustainment, services, training, spare parts, special tools, test equipment and documentation for the OVs procured. It is expected that training and special tools will be purchased right after commencement of the framework agreements.
The OVs will be used in a wide spectrum of operational environment from training and utility vehicle in Denmark to garrison vehicle in international missions and national defence. This demands that the OVs are flexible, highly mobile and agile in the terrain but there is no need for it to be armoured. Variants: The supplier shall offer the OV in the following variants based on the same platform (text in brackets are functional descriptions): ‘Baseline’ (utility, garrison, education, 4 persons) ‘Home guard variant’ (Intelligence, suirvalience, recognizance), The vehicle shall be equipped with ring mount and soft mount (for a light machine gun) for conducting protective security and escort support, 3 persons) ‘Mechanic variant’ (Light repairs, line logistic equipment transport, 2 persons) 'Military Police MP variant' (military police tasks such as traffic control, convoy support and escort duties, 4 persons) 'Air Force/air base on site commander variant' (quick response management incidents on the air base such as emergency landings, fire fighting or evacuation activities, 4 persons).
On road: The OVs shall be possible to register in accordance with applicable Danish road traffic laws with the exception of the single fuel requirement mentioned below. The vehicle shall only require Danish driving license category B according to Danish road legislation. Engine: The main engine shall as minimum fulfil EURO III emissions norm to ensure that the vehicle comply with NATO single fuel concept. Goverment furnished equipment: Prior to delivery of OVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include battle management systems, radio equipment, fire extinguisher etc. The type of equipment will depend on the variant in question. Vehicle weight: The Vehicle shall have a payload of a minimum of 800 kg.
Contract structure: The procurement will be based on two framework agreements. Thus, DALO will award: 1) An Acquisition Agreement containing the initial delivery of the OVs and options. 2) An Sustainment Agreement containing all In-Service Support services (including documentation, configuration managmenet, special tools and test equipment, training, spare parts and optional deliveries) in order to support the vehicle fleet throughout the service period for up to 28 years. The Acquisition Agreement and Sustainment Agreement are to be seen as a whole and will be awarded to the same tenderer. System house responsibility: The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility is described in detail in the Sustainment Contract, which will be available to the prequalified candidates. The expected initial delivery consists of 100 Home Guard ISR variant with Ring Mount. In addition a Military police (MP) variant, an Air Force/air base on site commander variant, a Mechanic variant and base line variant in all 450 vehicles to be delivered from 2025 to 2031. However before commencement DALO has the right to change the initial delivery amount, depending on the offered prices and available DALO budget.
Test of the OV's as part of the tender: The tenderer must provide as minimum of one OV preferable two OV's so DALO can test the vehicles. DALO's preference of preferable two OV's is to secure progress in the test, due to the fact that it is the tenderers solely responsibility that the vehicle for test at all time is able to perform the required test course. OV shall be as similar to the planned delivered vehicle as possible. As a minimum engine performance, driveline, suspension, seats and tires shall be identical to the planned delivered vehicle. OV shall be accompanied with representative selection of tools and test equipment to demonstrate regular maintenance and diagnostic activities. If a regular test is required for maintenance this shall be presented. OV shall be equipped: with standard roof rack Terrain chains: The OV shall (during selected tests) be mounted with terrain chains for terrain testing on all four wheels. Trailer coupling: OV shall be delivered with a combined pintle hook and NATO towing eye (pintle hook and 50 mm ISO standard trailer tow ball or equivalent). The height above ground shall be 610 to 640 mm. The OV shall be equipped with electrical connector/aqdapter for trailer conforming to STANAG 4007 or equivalent. 24V and 12 pin NATO socket. DALO expects that the test will take place in the weeks 21, 22, 23 and 24 2024 in Denmark. Specimen for validation and borrowing agreement will be applied, issued by DALO, duly signed by DALO and the tenderers who submit INDO.
Afficher plus
Informations complémentaires:
“When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is...”
Informations complémentaires
When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive and section 134 a of Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”), and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Reulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act.Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in section Administrative information will be answered by DALO no later than 6 days before the deadline for request to participate, see section Administrative information. However, questions received later than the deadline in section Administraive information will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. On 27. February 2024 information meeting will be held for all interested parties at Citadellet, Copenhagen, Denmark. During the meeting, DALO will explain the background of the tender procedure and the purpose of the procurement. General information as to the structure and content of the tender documents will also be provided. Participants are kindly asked to inform via the electronic tender system no later than three days before the meeting is held whether the tenderer will participate in the meeting and, in the affirmative, the number of persons accompanying the tenderer. DALO will duly inform the exact particulars about the Citadellet, Copenhagen. DALO reserves the right to reduce the number of participants for the physical information meeting allowed to accompany each tenderer. If the participant is a foreign entity and participates in the physical information meeting, the participant must provide the following information: Company name, the full names of the participants, their birth dates and/or passport numbers. If the participant is Danish and participates in the physical information meeting, the participant must provide the following information: Company name and the full names of the participants. Participants in the physical information meeting must provide proof of their identity on arrival at the meeting. Questions may be asked during the information meeting. However, DALO reserves the right to refer the participants to present the questions in writing instead if, according to DALO, it is not suitable or possible to answer such questions during the meeting. This includes questions which require further consideration. DALO will prepare a brief summary of the information meeting which will subsequently be uploaded to the electronic tender system. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is 900.000.000 DKK, and the maximum value of the framework agreement is 2.000.000.000 DKK The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreements, Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreements at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreements in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreements, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the framework agreements. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreements than what is expected at the moment. the uncertainty regarding the final value of the framework agreements is also caused by DALO's expectations to the tenderer's offrs being significantly different in terms of pricing due to the possibility of offering signicantly different quality in the deliverabels to be offered. Dependent on which tenderer that will be awarded the framwork agreemnts, the expenditure on the framwork agreemnts may be sinificantly longer than what is expected to be the most likely scenario. The request to participate and the offer shall be in the language stated in section Communication. Regarding section Procedure (Second stage) it is specified that DALO will select 3 candidates by applying the criteria stated in section Procedure, unless DALO receives no more than 3 suitable/compliant requests for participation.
Procédure Type de procédure
Procédure négociée avec mise en concurrence préalable ✅ Informations administratives
Langues dans lesquelles les offres ou les demandes de participation peuvent être présentées: anglais 🗣️
Langues dans lesquelles les offres ou les demandes de participation peuvent être présentées: danois 🗣️
Date estimée d'envoi des invitations à soumissionner ou à participer aux candidats sélectionnés: 2024-04-08 📅
Informations sur un accord-cadre ou un système d'acquisition dynamique
Accord-cadre avec plusieurs opérateurs ✅ Description
Dans le cas d'accords-cadres, justifier toute durée supérieure à 4 ans:
“Framework agreement for the acquisition of the off-road uility vehicle (OV):
That the replacement of the entire existing vehicle pool is expected to take...”
Dans le cas d'accords-cadres, justifier toute durée supérieure à 4 ans
Framework agreement for the acquisition of the off-road uility vehicle (OV):
That the replacement of the entire existing vehicle pool is expected to take up to 8 years incl. configuration and special construction of the individual vehicle variants, and it will neither be cost-effective, logistically, operationally nor safetywise acceptable to have vehicles delivered from several different suppliers during this period. - That the vihicles are special military all-terrain vehicles that must be used in "harsh" situations, which imposes stricter requirements on the vehicle's construction and technical characteristics, etc. The vehicles cannot therefore be substituted with vehicles from a new supplier without operational and safety risks, as a new supplier will not be able to deliver vehicles with exactly the same structure.
Framework agreement for the sustainment of the OV:
That the expected lifetime of the vehicles is at least 28 years with proper maintenance which requires the purchase of spare parts, including category 1 (OEM) spare parts. Category 1 Spare Parts covers weapon, road and personal/material safety spare parts for the OV, which due to intellectual property rights must be procured at the System Supplier. Furthermore the system house agreement shall cover configuration managament and documentations responsibilty of the supplier. That the primary purpose of the agreement is to maintain system house responsibility for the lifetime of the vehicles.
DALO concludes that it will not be possible to maintain system house responsibility if another supplier is used. That these framework agreement covers specially built vehicles. A change of supplier during the lifetime of the vehicles will therefore implies a risk that a new supplier does not have the necessary knowledge of the specially built vehicles and therfore not able to carry out the particularly complex repairs required according to the agreement.
That a change of supplier during the lifetime of the vehicles could lead to a risk that DALO cannot be supplied with spare parts to the extent that is needed, which could have an impact on the safety of the vehicles. Estimated total value of purchases for the entire duration of the framework agreement.
That a change of supplier during the lifetime of the vehicles could lead to a risk that DALO cannot be supplied with category 1 (OEM) spare parts to the extent that is needed, which could have an impact on the safety of the vehicles.
Informations juridiques, économiques, financières et techniques Situation économique et financière
Liste et brève description des critères de sélection:
“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...”
Liste et brève description des critères de sélection
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 last 3 financial years available: The candidate must have had a positive equity ratio in each of the last 3 financial years available. If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio will be calculated by dividing the sum of the equities of all participants with the sum of the total assets of all participants (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available. If the candidate relies on the economic and financial standing of an entity or entities (e.g. a parent or sister company or a subcontractor), the equity ratio will be calculated by dividing the sum of the candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in each of the last 3 financial years available. The request to participate must include the following: A statement of the candidate’s equity ratio at the end of the last 3 financial years available. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the information must be provided for each of the participating entities. If the candidate relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the information must also be provided for each such entity or entities.
Afficher plus Capacité technique et professionnelle
Liste et brève description des critères de sélection:
“A list of the most important similar deliveries (references): The candidate must provide a list of the most important similar deliveries (references) see ...”
Liste et brève description des critères de sélection
A list of the most important similar deliveries (references): The candidate must provide a list of the most important similar deliveries (references) see section Object (Description of the procurement) carried out prior to the deadline for the request to participate. Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing which candidate has documented the most relevant previous deliveries, cf. section Object (Description of the procurement) If the delivery in question is ongoing, it is only the part of both the supplies and services completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery (reference). Consequently, if a part of both the supplies and services has not been completed at the time of the deadline for the request to participate, this particular part will not be included in the assessment of the delivery (reference). Therefore, it is important that the candidate/tenderer clearly states which part (e.g. with regard to size, value, quantity or volume) of an ongoing delivery (reference) that has been carried out. - The list should preferably include a short description of each delivery. The description of the deliveries should include a clear indication of which specific parts the deliveries are similar to both the supplies and services, described in section Object (Description of the procurement) The description should also including a description of the candidates participation/ role in the performance of the deliveries. The description should also contain information on the date of the deliveries, the size/quantity/volume and value of the deliveries, the recipients of the deliveries (specific names/ countries are preferred, but not necessary; if no country specific information is included, the candidate is asked to provide as much generic information as possible about the delivery), and information about if similar system house agreements has been delivered. and whether there has been deliveries to Nato alies. When specifying the date for the deliveries, the candidate should state the date for the commencement and completion of the deliveries. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set. The list must contain a maximum of 5 previous deliveries, whether the candidate is one entity, composed of a group of entities (e.g. consortium), including temporary joint ventures, or relies on the technical and professional capacity of other entities. If the list contains more than 5, DALO will only consider the first 5 deliveries on the list. Deliveries beyond that will be disregarded. The selection of candidates for the second stage of the tender will be based on an evaluation of which candidates have documented the most relevant previous deliveries in relation to the framework agreement described in section Object (Description of the procurement). In the evaluation, the nature of the previous deliveries will be taken into account. The evaluation will be based on the list of references submitted by the candidates, see above. please note that if the information submitted is unclear or unintelligible, this may be regarded negatively in the selection process. Please note that a candidate may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies. The limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purhases described in section Object. In the evaluation, DALO will take into account the nature and quantity of the previous deliveries, the deliveries has been to Nato allies and the time of delivery so that more recent deliveries will be deemed more relevant that older deliveries. The evaluation wil be based on the list of references submitted by the candidates according to the above. Please note that any ambiguities and/or incomprenhensibilities in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates. There are no minimum requirements regarding smimilar deliveries, but the candidates must be aware that each reference will be assessed in connection with the prequalification and should therefore apply to the above mentioned information in their list of references.
Afficher plus Conditions de participation
Principales conditions de financement et modalités de paiement et/ou référence aux dispositions pertinentes qui les régissent:
“Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included...”
Principales conditions de financement et modalités de paiement et/ou référence aux dispositions pertinentes qui les régissent
Payment shall take place no later than 30 days after the supplier has forwarded a satisfactory invoice to DALO. The specific payment terms will be included in the tender documents.
Afficher plus Conditions liées au contrat
Conditions d'exécution du contrat:
“The agreement contains requirements regarding labour clause, CSR requirements and international sanctions, as well as provisions regarding risk assessment...”
Conditions d'exécution du contrat
The agreement contains requirements regarding labour clause, CSR requirements and international sanctions, as well as provisions regarding risk assessment and follow-up actions. In connection with the tendering for the agreement, the risk profile is assessed to the following follow-up action (risk level): C. Further information regarding the requirements and follow-up action is available on DALO’s webpage and will be included in the tender documents.
“When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is...”
When submitting the offer (but not the request for participation/prequalification), the tenderer must submit a declaration stating that the tenderer (1) is not subject to any of the mandatory grounds for exclusion stated in Article 39(1) of the Defence and Security Directive and section 134 a of Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”), and (2) to which degree the tenderer has unpaid overdue debt in relation to taxes or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, which the tenderer may use. If the tenderer is composed of a group of entities (e.g. a consortium), including temporary joint ventures, a declaration must be submitted for each participating entity. Even if a candidate or a tenderer is subject to an exclusion ground, it will not be excluded if it has provided sufficient documentation that it is reliable. DALO will decide whether the documentation is sufficient. DALO’s assessment will be made according to the guidelines in section 138(1)-(4) of the Danish Act no. 1564 of 15 December 2015, as amended (the “Public Procurement Act”). No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Reulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require candidates or tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the candidates’ or tenderers’ and any subcontractors’ place of establishment and ownership. As part of the request to participate, the candidate must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. DALO reserves the right, at any time during the tender process, to let the candidate rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as a declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the declaration must be provided separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Act no. 1564 of 15 December 2015, as amended, the Public Procurement Act, if requests to participate or offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to the procedure in section 159(5), cf. section 159(6) of the Public Procurement Act.Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received within the deadline stated in section Administrative information will be answered by DALO no later than 6 days before the deadline for request to participate, see section Administrative information. However, questions received later than the deadline in section Administraive information will be answered unless the nature of the question makes it disproportionately onerous for DALO to answer six days before the deadline for request to participate. Answers to questions received later than 6 days before the deadline af the request to participate cannot be expected. On 27. February 2024 information meeting will be held for all interested parties at Citadellet, Copenhagen, Denmark. During the meeting, DALO will explain the background of the tender procedure and the purpose of the procurement. General information as to the structure and content of the tender documents will also be provided. Participants are kindly asked to inform via the electronic tender system no later than three days before the meeting is held whether the tenderer will participate in the meeting and, in the affirmative, the number of persons accompanying the tenderer. DALO will duly inform the exact particulars about the Citadellet, Copenhagen. DALO reserves the right to reduce the number of participants for the physical information meeting allowed to accompany each tenderer. If the participant is a foreign entity and participates in the physical information meeting, the participant must provide the following information: Company name, the full names of the participants, their birth dates and/or passport numbers. If the participant is Danish and participates in the physical information meeting, the participant must provide the following information: Company name and the full names of the participants. Participants in the physical information meeting must provide proof of their identity on arrival at the meeting. Questions may be asked during the information meeting. However, DALO reserves the right to refer the participants to present the questions in writing instead if, according to DALO, it is not suitable or possible to answer such questions during the meeting. This includes questions which require further consideration. DALO will prepare a brief summary of the information meeting which will subsequently be uploaded to the electronic tender system. DALO demands that the candidate and each of the legal entities on whose economic and financial capacities the candidate relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is 900.000.000 DKK, and the maximum value of the framework agreement is 2.000.000.000 DKK The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreements, Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the framework agreements at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreements in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the framework agreements, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the framework agreements. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the framework agreements than what is expected at the moment. the uncertainty regarding the final value of the framework agreements is also caused by DALO's expectations to the tenderer's offrs being significantly different in terms of pricing due to the possibility of offering signicantly different quality in the deliverabels to be offered. Dependent on which tenderer that will be awarded the framwork agreemnts, the expenditure on the framwork agreemnts may be sinificantly longer than what is expected to be the most likely scenario. The request to participate and the offer shall be in the language stated in section Communication. Regarding section Procedure (Second stage) it is specified that DALO will select 3 candidates by applying the criteria stated in section Procedure, unless DALO receives no more than 3 suitable/compliant requests for participation.
Afficher plus Organe de révision
Nom: Klagenævnet for Udbud
Numéro d'enregistrement national: ORG-37795526
Adresse postale: Toldboden 2
Code postal: 8800
Commune postale: Viborg
Région: Vestjylland 🏙️
Pays: Danemark 🇩🇰
Courrier électronique: klfu@naevneneshus.dk📧
Téléphone: +45 72405600📞
URL: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/🌏 Service auprès duquel des informations sur la procédure de recours peuvent être obtenues
Nom: Konkurrence- og Forbrugerstyrelsen
Numéro d'enregistrement national: ORG-10294819
Adresse postale: Carl Jacobsens Vej 35
Code postal: 2500
Commune postale: Valby
Région: Byen København 🏙️
Pays: Danemark 🇩🇰
Courrier électronique: kfst@kfst.dk📧
Téléphone: +45 41715000📞
URL: https://www.kfst.dk🌏 Procédure d'examen
Informations précises sur le(s) délai(s) des procédures d'examen:
“Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for...”
Informations précises sur le(s) délai(s) des procédures d'examen
Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply:
Complaints regarding a candidate not being prequalified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting entity has sent notification to the candidates involved, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.
In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into an agreement. The deadline is calculated from the day after the day when the notice was published.
2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision.
3) Six months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2).
The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 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 be granted suspensory effect, see section 12(1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Afficher plus Informations sur les flux de travail électroniques
La facturation électronique sera acceptée
Le paiement électronique sera utilisé
Source: OJS 2024/S 036-106002 (2024-02-16)