Ausschreibungen und Aufträge: Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör - DK-Ballerup Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör Arbeitsbekleidung Berufskleidung Spezial-Arbeitskleidung T-Shirts und Hemden Dokument Nr...: 101377-2020 (ID: 2020030209070093082) Veröffentlicht: 02.03.2020 * DK-Ballerup: Arbeitskleidung, besondere Arbeitsbekleidungen und Zubehör 2020/S 43/2020 101377 Bekanntmachung vergebener Aufträge Ergebnisse des Vergabeverfahrens Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Forsvarsministeriets Materiel- og Indkøbsstyrelse Nationale Identifikationsnummer: 16287180 Postanschrift: Lautrupbjerg 1 Ort: Ballerup NUTS-Code: DK Postleitzahl: 2750 Land: Dänemark Kontaktstelle(n): KAPS Sofie Dreyer Mikkelsen E-Mail: [6]somi@kammeradvokaten.dk Internet-Adresse(n): Hauptadresse: [7]http://www.fmi.dk/Pages/forside.aspx I.2)Informationen zur gemeinsamen Beschaffung I.4)Art des öffentlichen Auftraggebers Ministerium oder sonstige zentral- oder bundesstaatliche Behörde einschließlich regionaler oder lokaler Unterabteilungen I.5)Haupttätigkeit(en) Verteidigung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Acquisition of Work and Functional Clothing to the Danish Defence II.1.2)CPV-Code Hauptteil 18100000 II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: The objective of this framework agreement is to ensure that the Danish Defence can acquire work and functional clothing suitable for all job positions in the complete organization of the Danish Defence where work and functional clothing are required. II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.1.7)Gesamtwert der Beschaffung (ohne MwSt.) Wert ohne MwSt.: 43 650.00 DKK II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 18100000 18113000 18110000 18130000 18330000 II.2.3)Erfüllungsort NUTS-Code: DK II.2.4)Beschreibung der Beschaffung: The objective of this framework agreement is to ensure that the Danish Defence can acquire work and functional clothing suitable for job positions in the complete organization of the Danish Defence where work and functional clothing are required. As described in Appendix A (Requirements Specification), DALO requires a range of Mandatory products (these are marked M). Furthermore, the tenderer has the possibility to offer a range of products categorized as Supplementary Assortment Products (these are marked E). Please be advised that DALO will perform a test as part of the evaluation. Consequently, the tenderers are required to deliver test samples as part of the offer, ref. enclosure 3 to the ITT. Please be advised that DALO has previously published contract notices number [8]2018/S 184-415764 and [9]2018/S 135-307500, which also regarded acquisition of work and functional clothing to the Danish Defence. Both tenders have been annulled, cf. [10]2019/S 024-052610 and [11]2018/S 160-366649. DALO has in this tender made several changes to the tender material. Accordingly, the tenderers should disregard the previously published tender material as it is does not apply to this tender. II.2.5)Zuschlagskriterien Qualitätskriterium - Name: Supplementary assortment products / Gewichtung: 10 Qualitätskriterium - Name: Genereal evaluation requirement / Gewichtung: 4 Qualitätskriterium - Name: Inspection desk test (functionality) / Gewichtung: 28 Qualitätskriterium - Name: User test (comfort) / Gewichtung: 28 Preis - Gewichtung: 30 II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben The framework agreement is not divided into lots on the grounds that a division of the contract would not ensure a sufficient competition in the current market. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement. Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [12]2019/S 119-291358 IV.2.8)Angaben zur Beendigung des dynamischen Beschaffungssystems IV.2.9)Angaben zur Beendigung des Aufrufs zum Wettbewerb in Form einer Vorinformation Abschnitt V: Auftragsvergabe Auftrags-Nr.: 1 Bezeichnung des Auftrags: Tender for Acquisition of Work and Functional Clothing to the Danish Defence Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 25/02/2020 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 2 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Bacher A/S Nationale Identifikationsnummer: 10626870 Ort: Kastrup NUTS-Code: DK Postleitzahl: 2770 Land: Dänemark Der Auftragnehmer ist ein KMU: ja V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Gesamtwert des Auftrags/Loses: 43 650.00 DKK V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt VI: Weitere Angaben VI.3)Zusätzliche Angaben: The value stated in section II.1.7) and V.2.4) is the technical evaluation price calculated in connection with the tender evaluation and hence is used for evaluation purposes only. As stated in the contract notice ([13]2019/S 119-291358), section VI.3), the estimated total value is 10 000 000 DKK-12 000 000 DKK. The stated range is due to the uncertainty as regards the estimated value of the framework agreement. The lower limit of the interval thus reflects DALO's most qualified estimate of the total value of the framework agreement at this time, whereas the upper limit of the interval reflects the estimated maximum total value of the framework agreement. The date stated in V.1) is the date for contract signing. Notice regarding the contract award decision was sent out to the tenderers on 6.2.2020. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Klagenævnet for Udbud Postanschrift: Nævnenes Hus, Toldboden 2 Ort: Viborg Postleitzahl: 8800 Land: Dänemark E-Mail: [14]klfu@naevneneshus.dk Telefon: +45 72405600 Internet-Adresse: [15]https://erhvervsstyrelsen.dk/klagevejledning-0 VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Pursuant to section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at [16]www.retsinformation.dk), the following time limits for filing a complaint apply: Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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 Public Procurement Act, 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 Public Procurement Act. 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 Procurements own guidance note concerning complaints is available at the internet address stated in section VI.4.1). VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Konkurrence- og Forbrugerstyrelsen Postanschrift: Carl Jacobsens Vej 35 Ort: Valby Postleitzahl: 2500 Land: Dänemark E-Mail: [17]kfst@kfst.dk Telefon: +45 41715000 Internet-Adresse: [18]http://www.kfst.dk VI.5)Tag der Absendung dieser Bekanntmachung: 27/02/2020 References 6. mailto:somi@kammeradvokaten.dk?subject=TED 7. http://www.fmi.dk/Pages/forside.aspx 8. https://ted.europa.eu/udl?uri=TED:NOTICE:415764-2018:TEXT:DE:HTML 9. https://ted.europa.eu/udl?uri=TED:NOTICE:307500-2018:TEXT:DE:HTML 10. https://ted.europa.eu/udl?uri=TED:NOTICE:052610-2019:TEXT:DE:HTML 11. https://ted.europa.eu/udl?uri=TED:NOTICE:366649-2018:TEXT:DE:HTML 12. https://ted.europa.eu/udl?uri=TED:NOTICE:291358-2019:TEXT:DE:HTML 13. https://ted.europa.eu/udl?uri=TED:NOTICE:291358-2019:TEXT:DE:HTML 14. mailto:klfu@naevneneshus.dk?subject=TED 15. https://erhvervsstyrelsen.dk/klagevejledning-0 16. http://www.retsinformation.dk/ 17. mailto:kfst@kfst.dk?subject=TED 18. http://www.kfst.dk/ OT: 02/03/2020 S43 Supplies - Contract award notice - Open procedure Denmark-Ballerup: Occupational clothing, special workwear and accessories 2020/S 043-101377 Contract award notice Results of the procurement procedure Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Forsvarsministeriets Materiel- og Indkøbsstyrelse National registration number: 16287180 Postal address: Lautrupbjerg 1 Town: Ballerup NUTS code: DK Postal code: 2750 Country: Denmark Contact person: KAPS Sofie Dreyer Mikkelsen E-mail: [6]somi@kammeradvokaten.dk Internet address(es): Main address: [7]http://www.fmi.dk/Pages/forside.aspx I.2)Information about joint procurement 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: Acquisition of Work and Functional Clothing to the Danish Defence II.1.2)Main CPV code 18100000 II.1.3)Type of contract Supplies II.1.4)Short description: The objective of this framework agreement is to ensure that the Danish Defence can acquire work and functional clothing suitable for all job positions in the complete organization of the Danish Defence where work and functional clothing are required. II.1.6)Information about lots This contract is divided into lots: no II.1.7)Total value of the procurement (excluding VAT) Value excluding VAT: 43 650.00 DKK II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 18100000 18113000 18110000 18130000 18330000 II.2.3)Place of performance NUTS code: DK II.2.4)Description of the procurement: The objective of this framework agreement is to ensure that the Danish Defence can acquire work and functional clothing suitable for job positions in the complete organization of the Danish Defence where work and functional clothing are required. As described in Appendix A (Requirements Specification), DALO requires a range of Mandatory products (these are marked M). Furthermore, the tenderer has the possibility to offer a range of products categorized as Supplementary Assortment Products (these are marked E). Please be advised that DALO will perform a test as part of the evaluation. Consequently, the tenderers are required to deliver test samples as part of the offer, ref. enclosure 3 to the ITT. Please be advised that DALO has previously published contract notices number [8]2018/S 184-415764 and [9]2018/S 135-307500, which also regarded acquisition of work and functional clothing to the Danish Defence. Both tenders have been annulled, cf. [10]2019/S 024-052610 and [11]2018/S 160-366649. DALO has in this tender made several changes to the tender material. Accordingly, the tenderers should disregard the previously published tender material as it is does not apply to this tender. II.2.5)Award criteria Quality criterion - Name: Supplementary assortment products / Weighting: 10 Quality criterion - Name: Genereal evaluation requirement / Weighting: 4 Quality criterion - Name: Inspection desk test (functionality) / Weighting: 28 Quality criterion - Name: User test (comfort) / Weighting: 28 Price - Weighting: 30 II.2.11)Information about options Options: no 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 framework agreement is not divided into lots on the grounds that a division of the contract would not ensure a sufficient competition in the current market. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement. 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 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 Notice number in the OJ S: [12]2019/S 119-291358 IV.2.8)Information about termination of dynamic purchasing system IV.2.9)Information about termination of call for competition in the form of a prior information notice Section V: Award of contract Contract No: 1 Title: Tender for Acquisition of Work and Functional Clothing to the Danish Defence A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 25/02/2020 V.2.2)Information about tenders Number of tenders received: 2 The contract has been awarded to a group of economic operators: no V.2.3)Name and address of the contractor Official name: Bacher A/S National registration number: 10626870 Town: Kastrup NUTS code: DK Postal code: 2770 Country: Denmark The contractor is an SME: yes V.2.4)Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 43 650.00 DKK V.2.5)Information about subcontracting Section VI: Complementary information VI.3)Additional information: The value stated in section II.1.7) and V.2.4) is the technical evaluation price calculated in connection with the tender evaluation and hence is used for evaluation purposes only. As stated in the contract notice ([13]2019/S 119-291358), section VI.3), the estimated total value is 10 000 000 DKK-12 000 000 DKK. The stated range is due to the uncertainty as regards the estimated value of the framework agreement. The lower limit of the interval thus reflects DALO's most qualified estimate of the total value of the framework agreement at this time, whereas the upper limit of the interval reflects the estimated maximum total value of the framework agreement. The date stated in V.1) is the date for contract signing. Notice regarding the contract award decision was sent out to the tenderers on 6.2.2020. VI.4)Procedures for review VI.4.1)Review body Official name: Klagenævnet for Udbud Postal address: Nævnenes Hus, Toldboden 2 Town: Viborg Postal code: 8800 Country: Denmark E-mail: [14]klfu@naevneneshus.dk Telephone: +45 72405600 Internet address: [15]https://erhvervsstyrelsen.dk/klagevejledning-0 VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: Pursuant to section 3 of the Danish Consolidation Act No 593 of 2.6.2016 on the Complaints Board for Public Procurement (available at [16]www.retsinformation.dk), the following time limits for filing a complaint apply: Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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 Public Procurement Act, 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 Public Procurement Act. 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 Procurements 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 Official name: Konkurrence- og Forbrugerstyrelsen Postal address: Carl Jacobsens Vej 35 Town: Valby Postal code: 2500 Country: Denmark E-mail: [17]kfst@kfst.dk Telephone: +45 41715000 Internet address: [18]http://www.kfst.dk VI.5)Date of dispatch of this notice: 27/02/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de