23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 223-586476
Offentliggjort
17.11.2021
Udbudstype
Offentligt udbud

Udbyder

Dansk Dekommissionering

Opdateringer

Annullering
(24.12.2021)

In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the discretionary grounds for exclusion set out in section 137 of the Danish Public Procurement Act apply to this tender. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.
-----------------------------------------------------------------------------------------
The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.
Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.
A tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The contracting authority may only exclude a tenderer if the contracting authority has informed the tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.
By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:
- an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii);
- where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.
For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.

Contract for the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside


Dansk Dekommissionering

Udbudsbekendtgørelse

Varer

Retsgrundlag:
Direktiv 2014/24/EU

Del I: Ordregivende myndighed

I.1) Navn og adresser
Officielt navn: Dansk Dekommissionering
CVR-nummer: 26144744
Postadresse: Frederiksborgvej 399
By: Roskilde
NUTS-kode: DK021 Østsjælland
Postnummer: 4000
Land: Danmark
Kontaktperson: Uffe Brandshøj Christensen
E-mail: ubc@dekom.dk
Telefon: +45 22726315
Internetadresse(r):
Overordnet internetadresse: https://www.dekom.dk/
I.3) Kommunikation
Udbudsmaterialet er gratis, ubegrænset og fuldt tilgængeligt på: https://www.ethics.dk/ethics/eo#/d2e98479-eb03-4a33-9045-e69dde4644f8/publicMaterial
Yderligere oplysninger fås på den ovennævnte adresse
Bud eller ansøgninger om deltagelse skal sendes elektronisk via: https://www.ethics.dk/ethics/eo#/d2e98479-eb03-4a33-9045-e69dde4644f8/homepage
Bud eller ansøgninger om deltagelse skal sendes til den ovennævnte adresse
Elektronisk kommunikation kræver anvendelse af værktøjer og anordninger, der ikke er almindeligt tilgængelige. Der er gratis, ubegrænset og fuld adgang til disse værktøjer og anordninger på: https://www.ethics.dk/ethics/eo#/d2e98479-eb03-4a33-9045-e69dde4644f8/homepage
I.4) Type ordregivende myndighed
Ministerium eller en anden myndighed på nationalt plan eller forbundsplan, herunder regionale eller lokale afdelinger
I.5) Hovedaktivitet
Generelle offentlige tjenester

Del II: Genstand

II.1) Udbuddets omfang
II.1.1) Betegnelse:

Contract for the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside

II.1.2) Hoved-CPV-kode
34000000 Transportudstyr og transporthjælpemidler
II.1.3) Kontrakttype
Varer
II.1.4) Kort beskrivelse:

The contract relates to the delivery and service of a self-propelled modular transporter (SPMT) for the moving of various container types with the ability to drive both inside and outside.

II.1.5) Anslået samlet værdi
Værdi eksklusive moms: 4 200 000.00 DKK
II.1.6) Oplysninger om delkontrakter
Kontrakten er opdelt i delkontrakter: nej
II.2) Beskrivelse
II.2.2) Supplerende CPV-kode(r)
34130000 Motorkøretøjer til godstransport
42413000 Donkrafte og køretøjslifte
42410000 Løfte- og håndteringsudstyr
42418000 Maskiner til løftning, håndtering, lastning eller losning
42419000 Dele til løfte- og håndteringsudstyr
42418900 Maskiner til lastning eller håndtering
II.2.3) Udførelsessted
NUTS-kode: DK021 Østsjælland
Hovedudførelsessted:

DK-Roskilde

II.2.4) Beskrivelse af udbuddet:

The contracting authority for this procurement is: Danish Decommissioning (https://dekom.dk/en/).

Danish Decommissioning is a state enterprise established in 2003, and is part of the Ministry of Higher Education and Science.

Danish Decommissioning’s primary tasks are:

• To dismantle the six original nuclear facilities at Risø. The decommissioning must be done in a safe, environmentally sound and economically optimal way,

• To receive, treat and store radioactive waste from Danish users of radioactive isotopes,

• To participate in the process, which by 2073 must have led to a permanent solution for the radioactive waste. Until then, Danish Decommissioning must store the waste.

This tender relates to the contracting authority’s procurement of the delivery and service of a self-propelled modular transporter (SPMT) with the ability to drive both inside and outside of their buildings.

II.2.5) Tildelingskriterier
de nedenfor anførte kriterier
Kvalitetskriterium - Navn: Quality / Vægtning: 50%
Kvalitetskriterium - Navn: Service / Vægtning: 15%
Pris - Vægtning: 35%
II.2.6) Anslået værdi
Værdi eksklusive moms: 4 200 000.00 DKK
II.2.7) Varighed af kontrakten, rammeaftalen eller det dynamiske indkøbssystem
Varighed i måneder: 60
Denne kontrakt kan forlænges: nej
II.2.10) Oplysninger om alternative tilbud
Alternative tilbud vil blive taget i betragtning: nej
II.2.11) Oplysninger om optioner
Optioner: nej
II.2.13) Oplysninger om EU-midler
Udbuddet vedrører et EU-finansieret projekt og/eller program: nej
II.2.14) Yderligere oplysninger

The contract has not been divided into lots, cf. section 49(2) of the Danish Public Procurement Act, as there are only few operators within sale and service of SPMTs and as the SPMT must be constructed according to the listed requirements. On-site service must be available with original spareparts to secure daily operations on a stable level, therefore, service is essential for the contract.

Del III: Juridiske, økonomiske, finansielle og tekniske oplysninger

III.1) Betingelser for deltagelse
III.1.2) Økonomisk og finansiel kapacitet
Liste over og kort beskrivelse af udvælgelseskriterier:

The tenderer’s equity and profit for the year according to the latest three (3) available annual financial statements.

Minimum requirements:

1) A positive equity for the last 3 financial year, and

2) An average positive result for the last 3 financial years.

In relation to documentation of economic and financial standing, the tenderer must provide the following:

1) Equity: Publications of the recent annual financial statements (or extracts thereof), required by law in the country where the tenderer is established, stating where the total equity stated in the ESPD appears,

2) An average positive result for the last 3 financial years:Publications of the recent annual financial statements (or extracts thereof), required by law in the country where the tenderer is established.

Mindstekrav til det niveau, der muligvis kræves:

1) A positive equity, and

2) An average positive result for the last 3 financial years.

III.1.3) Teknisk og faglig kapacitet
Liste over og kort beskrivelse af udvælgelseskriterier:

The tenderer must include the most comparable and relevant references (however, no more than 5) undertaken within the past three (3) years.

Mindstekrav til det niveau, der muligvis kræves:

By enclosing a list of 3 references for the supplier's delivery of similar supplies including services thereof performed within the last three years, stating 1) the customer's name, 2) the delivery year, 3) the nature of the delivery, and 4) the period for performing follow-up service thereon.

III.2) Kontraktbetingelser
III.2.2) Kontraktudførelsesvilkår:

The tenderer is obliged to comply with the contracting authority’s labour clause in connection with its performance of the contract.

Del IV: Procedure

IV.1) Beskrivelse
IV.1.1) Proceduretype
Offentligt udbud
IV.1.3) Oplysninger om rammeaftale eller dynamisk indkøbssystem
IV.1.8) Oplysninger om GPA-aftalen om offentlige udbud
Dette udbud er omfattet af GPA-aftalen: ja
IV.2) Administrative oplysninger
IV.2.1) Tidligere offentliggørelse om samme kontrakt
Bekendtgørelsens nummer i EUT S: 2021/S 176-456410
IV.2.2) Frist for modtagelse af bud eller ansøgninger om deltagelse
Dato: 14/12/2021
Tidspunkt: 11:00
IV.2.3) Forventet dato for afsendelse af opfordringer til at afgive bud eller at deltage til udvalgte ansøgere
IV.2.4) Sprog, der må benyttes ved afgivelse af tilbud eller ansøgninger om deltagelse:
Engelsk
IV.2.7) Betingelser for åbning af bud
Dato: 14/12/2021
Tidspunkt: 11:00

Del VI: Supplerende oplysninger

VI.1) Oplysninger om gentagelse
Dette er et tilbagevendende offentligt indkøb: nej
VI.3) Yderligere oplysninger:

In addition to the mandatory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act, the discretionary grounds for exclusion set out in section 137 of the Danish Public Procurement Act apply to this tender. For the final and full wording of the above-mentioned provisions, see the provisions of the Danish Public Procurement Act.

-----------------------------------------------------------------------------------------

The tenderer must complete and submit the ESPD as preliminary proof of compliance with the requirements set out in section 148(1)(i)-(iii) of the Danish Public Procurement Act.

Prior to the decision on award of the contract, documentation of the information provided in the ESPD must be provided, see sections 151 and 152 of the Danish Public Procurement Act.

A tenderer to whom a ground for exclusion applies is excluded from participating in the tender, unless the tenderer has provided sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act. The contracting authority may only exclude a tenderer if the contracting authority has informed the tenderer that a ground for exclusion applies to it and if it has not within an appropriate time limit provided sufficient documentation of its reliability (self-cleaning). For information on what constitutes sufficient documentation, see section 138(3) of the Danish Public Procurement Act.

By way of documentation that a tenderer does not fall within the scope of one of the grounds for exclusion set out in section 135(1) and (3) and section 137(1)(ii), the following must be provided in accordance with section 153 of the Danish Public Procurement Act:

- an extract from a relevant register or an equivalent document showing that the tenderer is not encompassed by section 135(1) and a certificate proving that the tenderer does not fall within section 135(3) and section 137(1)(ii);

- where the country in question does not issue such documentation, or where these do not cover all the cases specified in section 135(1) or (3) and section 137(1) (ii), they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made before a competent judicial authority etc.

For Danish tenderers, documentation may be provided in the form of a service certificate. Where a tenderer, one or more members of a group or other entities are from another EU/EEA country, such entity must generally provide the types of documentation specified in e-Certis.

VI.4) Klageprocedurer
VI.4.1) Organ med ansvar for klageprocedurerne
Officielt navn: Klagenævnet for Udbud
Postadresse: Toldboden 2
By: Viborg
Postnummer: 8800
Land: Danmark
E-mail: klfu@naevneneshus.dk
Telefon: +45 72405600
Internetadresse: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
VI.4.3) Klageprocedure
Præcise oplysninger om klagefrist(er):

Pursuant to Consolidated Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement as amended, the following time limits apply to the filing of requests for a review procedure:

Complaints about procurement procedures or decisions falling within Part II of the Danish Public Procurement Act which are not covered by subsection 1 of the Act, must, according to section 7(2) of the Act, be filed with the Danish Complaints Board for Public Procurement within:

(1) 45 calendar days of the contracting authority having published a notice in the Official Journal of the European Union to the effect that the contracting authority has entered into a contract. The time limit is calculated from the date after the date when the notice was published;

(2) 30 calendar days, calculated from the date after the date when the contracting authority notified the affected tenderers that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into, if the notification contained a statement of the reasons for the decision.

(3) six months of the contracting authority having entered into a framework agreement, counted from the date after the date when the contracting authority notified the affected candidates and tenderers, see section 2(2) of the Act, or section 171(4) of the Danish Public Procurement Act.

(4) 20 calendar days calculated from the date after the contracting authority has announced its decision, see section 185(2), second sentence, of the Danish Public Procurement Act.

If a contracting authority has complied with the procedure outlined in section 4 of the Act to ensure that a contract is not declared void, see section 7(3) of the Act, an application for a review of whether the contracting authority has entered into a contract in contravention of the Public Procurement Directive without prior publication of a contract notice in the Official Journal of the European Union must be filed with the Danish Complaints Board for Public Procurement within 30 calendar days calculated from the date after the date when the contracting authority has published a notice in the Official Journal of the European Union stating that the contracting authority has entered into a contract, provided that the notice contains the reasons for the contracting authority’s decision to award the contract without prior publication of a contract notice in the Official Journal of the European Union.

Not later than on the date of the filing of an application for a review procedure with the Danish Complaints Board for Public Procurement, the applicant must notify the contracting authority in writing that an application for a review procedure has been filed with the Danish Complaints Board for Public Procurement, see section 6(4) of the Act. Furthermore, the contracting authority must be informed of whether the application for a review procedure has been filed in the stand-still period, see section 3(1) or (2) of the Act, or during the period of 10 calendar days laid down in section 4(1)(ii). In cases where the application for a review procedure has not been filed in the above-mentioned periods, the applicant must also state whether the applicant has applied for a stay pending the outcome of the review procedure, see section 12(1) of the Act.

The Danish Complaints Board for Public Procurement’s own review procedure guidelines are available on www.klfu.dk.

VI.4.4) Tjeneste, hvor der kan fås oplysninger om klageproceduren
Officielt navn: Konkurrence- og Forbrugerstyrelsen
Postadresse: Carl Jacobsens Vej 35
By: Valby
Postnummer: 2500
Land: Danmark
E-mail: kfst@kfst.dk
Telefon: +45 41715000
Internetadresse: www.kfst.dk
VI.5) Dato for afsendelse af denne bekendtgørelse:
12/11/2021

Send til en kollega

0.078