FORSVARSMINISTERIET MATERIEL- OG INDKØBSSTYRELSEN has floated a tender for Contract notice: Transport equipment and auxiliary products to transportation. The project location is Denmark and the tender is closing on 11 Dec 2018. The tender notice number is 498591-2018, while the TOT Ref Number is 28402548. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Transport equipment and auxiliary products to transportation

Deadline : 11 Dec 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 28402548

Document Ref. No. : 498591-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FORSVARSMINISTERIET MATERIEL- OG INDKØBSSTYRELSEN
Office Name: Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Address: Lautrupbjerg 1
Town: Ballerup
Postal Code: 2750
Contact Point: Josephine Søegaard Knop

Phone: +45 28596445

Denmark
Email :josk@kammeradvokaten.dk
URL :www.fmi.dk

Tender Details

Object of the contract
Transport equipment and auxiliary products to transportation

Description: Contract notice: Transport equipment and auxiliary products to transportation

Authority Type: Ministry or any other national or federal authority
Contact Nature: Supplies
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 34000000, 19720000, 19730000, 34900000, 34930000, 35100000, 35110000, 35800000, 35820000, 39540000, 39541000, 39541100, 39541220, 42400000, 42410000, 42419000, 44300000, 44317000, 44320000, 44500000, 44530000, 44540000, 34000000, 19720000, 19730000, 34900000, 34930000, 35100000, 35110000, 35800000, 35820000, 39540000, 39541000, 39541100, 39541220, 42400000, 42410000, 42419000, 44300000, 44317000, 44320000, 44500000, 44530000, 44540000
CPV Description: Transport equipment and auxiliary products to transportation.

Synthetic fibres.

Artificial fibres.

Miscellaneous transport equipment and spare parts.

Marine equipment.

Emergency and security equipment.

Firefighting, rescue and safety equipment.

Individual and support equipment.

Support equipment.

Miscellaneous cordage, rope, twine and netting.

Cordage, rope, twine and netting.

Twine, cordage and rope.

Slings.

Lifting and handling equipment and parts.

Lifting and handling equipment.

Parts of lifting and handling equipment.

Cable, wire and related products.

Iron or steel slings.

Cable and related products.

Tools, locks, keys, hinges, fasteners, chain and springs.

Fasteners.

Chain.

Rammeaftaler om levering af l0fte-, traek og surringsmateriel, sikrings- og nedfiringsudstyr samt trosser, liner-and TOVVAERK

FMI intends to conclude the following 3 sub-agreements:

The material is used in the areas of LTS, Tract and Surgery (LTS). Lifting equipment is used in connection with lifting tasks carried out with cranes and the like. Traction equipment is used for use in the military's vehicles when floating and bending, these are items which in some cases are specially made for the Armed Forces. Waxing material is used-

The material is applied to all of the defense's establishments in the Kingdom of Denmark, including the Faroe Islands and Greenland.

The purpose of this framework agreement is to ensure the continued operation of the Armed Forces within the LTS area, since The material is used in all parts and by all units in the defense. The Armed Forces have a need to be able to request-LTS equipment as well as guidance and guidance in selecting and using LTS equipment to ensure the correct solution of existing and future tasks. Furthermore, it is important to be able to quickly re-supply and deliver in connection with national preparedness. The framework agreement contains the possibility of carrying out statutory inspection, service and repair of equipment as well as certificering / recertification of the same. In addition, the agreement must provide for the training of the military personnel in inspection and service as well as the use of the equipment, so that this personnel can be authorized for certification and re-certification of the defense's LTS material in missions outside the Danish border.

It is the intention of the framework agreement that suppliers continuously pursueTo deliver the defense products with the lowest possible weight, said the load of the Armed Forces personnel is minimized as much as possible through work with the equipment. This implies that the supplier always supplies products composed of as few individual parts as possible.

Finally, it is high priority for FMI that the material can be delivered quickly.

Participation in the offer can only be done electronically via the contractor's use-electronic procurement system, see the address in point I.3). Here the tender is awarded under Current public offerings . To be able to access the tender documents, the bidder must be registered or register as a user.

Safely the offer contains more versions (versions) of the same document, the latest uploaded version will be applicable.

Interested please keep informed via dan electronic procurement system. Safer bidders experience system problems, support can be contacted by email, dksupport@eu-supply.com or telephone, (45) 70 20 80 14.

It is a prerequisite for participation in the procurement procedure that ESPD is used, cf. the Procurement Act - 148. FMI requires the tenderer to use ESPD as preliminary proof that the tenderer is not covered by the tenderSection 135 and 136 of the Act stated grounds for exclusion. The tenderer must use the electronic version of ESPD. FMI has prepared an ESPD (an XML file) available on the chamber attorney's digital procurement system, digital offering. FMI will strongly invite the bidder to use this XML file upon completion of the ESPD. Tenderer must upload this XML file to the https://ec.europa.eu/gro sitewth / tools-databases / espd / welcome where the ESPD can be completed and later exported. No versions other than this ESPD may be used. Refer to the instructions for completing the ESPD, which forms Appendix 3 of the specifications.

Prior to awarding the contract, the FMI requires that the bidder to whom the FMI intends to award the contract has provided documentation for the information they provider is provided in the ESPD, cf. section 151-155 of the Public Procurement Act.

FMI is obliged to exclude a bidder from participation in the procurement procedure if the tenderer is subject to one of the mandatory grounds for exclusion provided for in section 135 and 136 of the Procurement Act, unless / tenderer has provided sufficient evidence that it is palpable in accordance with section 138 of the Procurement Act.emaerkes that certain voluntary grounds for exclusion in the Public Procurement Directive 2014/24 / EU have been made mandatory in section 136 of the Public Procurement Act.

Regarding the contract notice, item II.1.6), it is noted that since the tender is divided into subcontracts, the tenderer is required to enter ESPD Part II, section. A, what subcontract (s) to which the offer relates. Please note that each bidder can only submit an offereach agreement.

FMI reserves the right but is not obliged to apply the procedure in section 159 (3) of the Procurement Act. 5 (Act No. 1564 of 15 December 2015, available at www.retsinformation.dk) whose offer does not meet the formal requirements of the tender.

The same legal entity is part of or on other participant in several offers, eg. sender own offer and at the same time participate in et consortium who also sends offers, tenderers must ensure that the participation of the same legal entity does not allow for mutual coordination of the offers. FMI reserves the right to request tenderers to reprimand FMI that the participation of the same legal entity can not threaten transparency and distort competition between the bidders.

It is noted that it will be throughsubmitted user tests in connection with the evaluation of Subsection 2 and as part of the offer for Subsection 2, the tenderer must therefore submit test material, cf. Section 7.1.2.1 of the Procurement Terms. In connection with the contract notice, item IV.1.3), it is stated that the tender involves a framework agreement with 9 players. The figure is given taking into account that 3 lots are offered, each of which will be availableKeep up to 3 framework agreements. However, if more than 3 conditional offers are received on a subcontract, the agreement will only be concluded with a supplier.

For further information, refer to the document with "Supplementary Information", as indicated by the URL in Item. I.3).


Internet address (URL): www.fmi.dk

Documents

 Tender Notice