Dynamic Purchasing System for Transport Container systems, PREFAB system, Design, Service and Repair/Maintenance

DALO is looking to set up a Dynamic Purchasing System (hereafter DPS) for Container systems, PREFABS and service (hereafter CS-PREFAB). The DPS is a purchasing method, where an economic operator can apply for prequalification in the DPS. The DPS is a purchasing method, where an economic operator can apply for …

CPV: 34000000 Equipos de transporte y productos auxiliares, 34220000 Remolques, semirremolques y contenedores móviles, 50000000 Servicios de reparación y mantenimiento
Lugar de ejecución:
Dynamic Purchasing System for Transport Container systems, PREFAB system, Design, Service and Repair/Maintenance
Organismo adjudicador:
Danish Ministry of Defence Acquisition and Logistics Organisation
Número de premio:
2024/005731 Dynamic Purchasing System

1. Buyer

1.1 Buyer

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Dynamic Purchasing System for Transport Container systems, PREFAB system, Design, Service and Repair/Maintenance
Description : DALO is looking to set up a Dynamic Purchasing System (hereafter DPS) for Container systems, PREFABS and service (hereafter CS-PREFAB). The DPS is a purchasing method, where an economic operator can apply for prequalification in the DPS. The DPS is a purchasing method, where an economic operator can apply for prequalification in the DPS. Approved economic operators will be participants in the DPS. When an economic operator has been prequalified as participant in the DPS, the economic operator (now participant in the DPS) can submit offers on published tenders in the DPS. There is no limit on the number of economic operators that may join the DPS. New economic operators can also apply to join the DPS at any point during the lifetime of the DPS. Economic operators should note however, that admission into the DPS is not a guarantee of being awarded any contracts, and there is also no guarantee of volume or value of tenders in the DPS. The DPS is divided into eight categories where it shall be possible to buy items and accessories. Common characteristics for the container systems is that they are all corresponding to ISO container standards and have a variety of sizes from 10FT to 40FT with 20FT being the standard size. They are intended for common ISO handling tools and are to be transported via road, sea, air and rail - both nationally and internationally with all kind of goods. All of the Container Systems in this DPS is ex-pected to be or to be based on standard commercial products (COTS). Category 1 – Standard Transport Container Systems - Used. These Container Systems will be used by the Danish Defence for transport and storage of goods or for donation purposes. The Container Systems in this category are used transport containers with a random color and BIC code. Can upon DALO’s request be upgraded with optional price list items. Delivery time: Short. For immediate transportation demands and fast deployment. Category 2 – Standard Transport Container Systems - New. These Container Systems will be used by the Danish Defence for transport and storage of goods. The Container Systems in this section are new transport containers with a prespecified color and marked with DALO BIC code. Can upon DALO’s request be upgraded with optional price list items. Delivery time: Short to Medium. For immediate transportation demands and fast deployment. Category 3 - Special Transport Container Systems - New. These Container Systems will be used of the Danish Defence for transport and storage of goods that need to be lashed in a certain way and therefore requires a flexible anchoring/lashing system that is beyond what a standard transport container can accommodate. The Container Systems in this section are new transport containers modified with extra anchoring points, a prespecified color and marked with DALO BIC code. Can upon DALO’s request be upgraded with optional price list items. Delivery time: Medium to Long. Category 4 - Standard PREFAB Systems. These PREFAB Systems are for example used for office and administration, living, living space, storage, depot, dining rooms and infirmary facilities. The PREFAB systems will be in different types and in it must help to provide satisfactory living conditions and support operational, logistical and manage-rial activities over a longer period of time. The PREFAB should have the similar size to an 20´ISO container with the possible of connecting more than one together. It should further be possible to assemble the PREFAB on site, meaning that it is possible to stack and transport without exceeding the height of an 20´ ISO container. Category 5 - Special PREFAB Systems - DEMA (Danish Emergency Management Agency) will use this PREFAB for office, accommodations, kitchen, morgue, medical facility etc. DEMA is using the PREFAB primary for fast, easy and flexible solutions for operations in distressed areas around the world. The PREFAB is based on light-weight materials and assembled with simple tools, meaning that you can set it up with only a small group of people in a couple of hours and with no need of heavy lifting equipment. Category 6 - Service, repair/maintenance of new and old containers - Existing DALO Container Fleet This category will be used for Service, repair and maintenance of new and old containers in the fleet of Container Systems to secure that operational/functional, meets the statutory demands and are safe to use. This might include: • Repair and maintenance services • Man hours: Design, Documentation, Manufacturing, Service and Maintenance • Electrical services • Heating-system services • Plumbing services • Ventilation services • CSC recertification • Spareparts Category 7 – New Container Systems design or Modification for Existing Container Fleet This category will be used for complete new design, upgrade or modification of new and old containers. • Man hours: Design, Documentation, Manufacturing, Service and Maintenance • Components and semi-finished product • Installation services (except software) • Construction, engineering and inspection services Category 8 - Accessory This category includes all that is not system specific to the CS-PREFAB. It can be third party product that is not cover by the above 7 categories. Examples of accessories to the CS-PREFAB are: Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting). Electrical components and installations Emergency and security equipment Surface treatment, paint and colour Construction materials and associated items Site preparation work Multi-functional buildings construction work Transport services (excl. Waste transport) Education and training services
Procedure identifier : c719af9c-2c40-4707-8294-63aef77b5cd1
Internal identifier : 2024/005731 Dynamic Purchasing System
Type of procedure : Restricted
Main features of the procedure : The following stages are relevant in connection with establishment of the DPS. 1. Application for participation: - Applicants who wish to participate in the DPS submits an European Single Procurement Document (ESPD), a self-declaration on compliance with labour clause, CSR obligations and international sanctions and a cover letter, as specified in the Instructions regarding the DPS. - DALO examins the ESPD and the self-declaration on compliance with labour clause, CSR obligations and international sanctions - DALO decides on admission to the DPS based on the requirements specified in the Instructions to the DPS. - The applicant receives notice on admission or refusal - Applicants admitted to the DPS are now participants in the DPS At any time during the DPS new economic operators can apply to join the DPS. After the DPS is opened DALO will publish the individual tenders under the DPS, the following proces will then be relevant: - DALO will prepare requirement specification, contract and Invitation to submit tender for the specific purchase. - DALO receives the offers from the participants in the DPS. Regarding tenders conducted by DALO the offer shall include a self-declaration regarding Regulation (EU) No 833/2014, as amended, which must be submitted in connection with the submission of the offer. - DALO evaluates the received offers in accordance with the described award criteria for the specific purchase - DALO makes the decision concerning award of the contract - The winning participant in the DPS must provide documentation for the statements in the ESPD prior to DALO’s decision concerning award of the individual contract - DALO gives notice regarding the winner of the individual tender and the reasons for rejec-tion - The contract for the individual tender is signed

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34220000 Trailers, semi-trailers and mobile containers

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be described in the individual tenders.

2.1.3 Value

Estimated value excluding VAT : 200 000 000 DKK
Maximum value of the framework agreement : 200 000 000 DKK

2.1.4 General information

Additional information : DALO demands that the participants in the DPS undertake joint and several liability for the performance of the contract. The use of the ESPD is a precondition for participation in the procurement procedure, cf. §148 of the Public Procurement Act. DALO shall require that the applicant apply the ESPD as preliminary evidence that the applicant is not subject to the grounds of exclusion stipulated in §135 and 136 of said Act. The applicant must use the electronic version of the ESPD available at Ethics' web portal. The ESPD shall be fullfilled and submitted at Ethics' web portal in accordance with the instructions given by Ethics. It is not necessary for the applicant to sign the ESPD document. If the applicant is a group of entities (consortiums), each participant's ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the application for participation in the DPS to sign his ESPD document. Prior to decision on award of a contract in connection with each individual tender under the DPS, DALO shall require that the participant in the DPS to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§151-155 of the Public Procurement Act. Further information can be found in the document "Instructions to DPS" which can be accessed in Ethics Sourcing Services. The processing of an application to participate in the DPS will take place in accordance with the Public Procurement Act §104. DALO does not provide remuneration for the participants in the DPS. Please notice that there is no guarantee of volume or value of the tender in the DPS. Upon submission of an offer the participant in the DPS is required to submit a Declaration regarding Regulation (EU) NO 833/2014. For further information please see the document "Instructions to the DPS".
Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Corruption : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for corruption, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 3 of the Convention on the fight against corruption involving officials of the European Communities or officials of Member States of the European Union, OJ C 195, 25.6.1997, p. 1, and in Article 2(1) of Council Framework Decision 2003/568/JHA of 22 July 2003 on combating corruption in the private sector (OJ L 192, 31.7.2003, p. 54). This exclusion ground also includes corruption as defined in the national law of the contracting authority (contracting entity) or the economic operator.
Participation in a criminal organisation : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for participation in a criminal organisation, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Council Framework Decision 2008/841/JHA of 24 October 2008 on the fight against organised crime (OJ L 300, 11.11.2008, p. 42).
Money laundering or terrorist financing : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for money laundering or terrorist financing, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 1 of Directive 2005/60/EC of the European Parliament and of the Council of 26 October 2005 on the prevention of the use of the financial system for the purpose of money laundering and terrorist financing (OJ L 309, 25.11.2005, p. 15).
Fraud : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for fraud, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? Within the meaning of Article 1 of the Convention on the protection of the European Communities' financial interests (OJ C 316, 27.11.1995, p. 48).
Child labour and other forms of trafficking in human beings : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for child labour and other forms of trafficking in human beings, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council of 5 April 2011 on preventing and combating trafficking in human beings and protecting its victims, and replacing Council Framework Decision 2002/629/JHA (OJ L 101, 15.4.2011, p. 1).
Guilty of misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Can the economic operator confirm that: a) It has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria, b) It has withheld such information, c) It has not been able, without delay, to submit the supporting documents required by a contracting authority or contracting entity, and d) It has undertaken to unduly influence the decision making process of the contracting authority or contracting entity, to obtain confidential information that may confer upon it undue advantages in the procurement procedure or to negligently provide misleading information that may have a material influence on decisions concerning exclusion, selection or award?
Purely national exclusion grounds : Other exclusion grounds that may be foreseen in the national legislation of the contracting authority's or contracting entity's Member State. Has the economic operator breached its obligations relating to the purely national grounds of exclusion, which are specified in the relevant notice or in the procurement documents?
Conflict of interest due to its participation in the procurement procedure : Is the economic operator aware of any conflict of interest, as indicated in national law, the relevant notice or the procurement documents due to its participation in the procurement procedure?
Direct or indirect involvement in the preparation of this procurement procedure : Has the economic operator or an undertaking related to it advised the contracting authority or contracting entity or otherwise been involved in the preparation of the procurement procedure?
Guilty of grave professional misconduct : Is the economic operator guilty of grave professional misconduct? Where applicable, see definitions in national law, the relevant notice or the procurement documents.
Payment of social security contributions : Has the economic operator breached its obligations relating to the payment social security contributions, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Payment of taxes : Has the economic operator breached its obligations relating to the payment of taxes, both in the country in which it is established and in Member State of the contracting authority or contracting entity if other than the country of establishment?
Terrorist offences or offences linked to terrorist activities : Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein been the subject of a conviction by final judgment for terrorist offences or offences linked to terrorist activities, by a conviction rendered at the most five years ago or in which an exclusion period set out directly in the conviction continues to be applicable? As defined in Articles 1 and 3 of Council Framework Decision of 13 June 2002 on combating terrorism (OJ L 164, 22.6.2002, p. 3). This exclusion ground also includes inciting or aiding or abetting or attempting to commit an offence, as referred to in Article 4 of that Framework Decision.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Category 1 – Standard Transport Container Systems - Used
Description : These Container Systems will be used by the Danish Defence for transport and storage of goods or for donation purposes. The Container Systems in this category are used transport containers with a random color and BIC code. Can upon DALO request be upgraded with optional price list items. Delivery time: Short. For immediate transportation demands and fast deployment.
Internal identifier : 2024/007041

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 25 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0002

Title : Category 2 – Standard Transport Container Systems - New
Description : These Container Systems will be used of the Danish Defence for transport and storage of goods. The Con-tainer Systems in this section are new transport containers with a prespecified color and marked with DA-LO BIC code. Can upon DALO request be upgraded with optional price list items. Delivery time: Short to Medium. For immediate transportation demands and fast deployment.
Internal identifier : 2024/007043

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 50 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0003

Title : Category 3 - Special Transport Container Systems - New
Description : These Container Systems will be used of the Danish Defence for transport and storage of goods that needs to be lashed in a certain way and therefore requires a flexible anchoring/lashing system that is beyond what a standard transport container can accommodate. The Container Systems in this section are new transport containers modified with extra anchoring points, a prespecified color and marked with DALO BIC code. Can upon DALO request be upgraded with optional price list items. Delivery time: Medium to Long.
Internal identifier : 2024/007044

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 25 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0004

Title : Category 4 - Standard PREFAB Systems
Description : These PREFAB Systems is for office and administration, living, living space, storage, depot, dining rooms and infirmary facilities. The PREFAB systems will be in different types and in it must help to provide satis-factory living conditions and support operational, logistical and managerial activities over a longer period of time. PREFAB must have as energy-efficient a profile as possible in order to optimize resource consump-tion. The PREFAB should have the similar size to an 20´ISO container whit the possible of connecting more than one together. It should further be possible to Assemble the PREFAB on site, meaning that it is possible to stack and transport without exciting the height of an 20´ISO container.
Internal identifier : 2024/007047

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 20 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0005

Title : Category 5 - Special PREFAB Systems - DEMA
Description : The DEMA (Danish Emergency Management Agency) will use this PREFAB for office, accommodations, kitchen, morgue, medical facility etc. DEMA is using the PREFAB primary for fast, easy and flexible solu-tions for operations in distressed areas around the world. The PREFAB is based on lightweight materials and assembled with simple tools, meaning that you can set it up with only a small group of people in a cou-ple of hours and with no need of heavy lifting equipment.
Internal identifier : 2024/007049

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 50 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0006

Title : Category 6 - Service, repair/maintenance of new and old containers - Existing DALO Container Fleet
Description : This category will be used of the Danish Defence for Service, repair and maintenance of new and old con-tainers in the fleet of Container Systems to secure that operational/functional, meets the statutory demands and are safe to use. • Repair and maintenance services • Man hours: Design, Documentation, Manufacturing, Service and Maintenance • Electrical services • Heating-system services • Plumbing services • Ventilation services • CSC recertification • Certification • Spareparts
Internal identifier : 2024/007050

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 10 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0007

Title : Category 7 – New Container Systems design or Modification for Existing DALO Container Fleet
Description : This category will be used of the Danish Defence for complete New design, upgrade or modification of new and old containers. • Man hours: Design, Documentation, Manufacturing, Service and Maintenance • Components and semi-finished product • Installation services (except software) • Construction, engineering and inspection services
Internal identifier : 2024/007051

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 10 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

5.1 Lot technical ID : LOT-0008

Title : Category 8 - Accessory
Description : This category includes all that is not system specific to the CS-PREFAB. It can be third party product that are agnostic to the above 7 categories. Examples of accessory to the CS-PREFAB are: • Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting). • Electrical components and installations • Emergency and security equipment • Surface treatment, paint and colour • Construction materials and associated items • Site preparation work • Multi-functional buildings construction work • Transport services (excl. Waste transport) • Education and training services An applicant can apply for acceptance in one, more or all eight categories.
Internal identifier : 2024/007052

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 2 027 YEAR

5.1.5 Value

Estimated value excluding VAT : 10 000 000 DKK

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA)

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Financial ratio
Description : Financial ratio Description (English): Concerning the financial ratios specified in the relevant notice, the procurement documents or the ESPD, the economic operator declares that the actual values for the required ratios are as follows: The equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years available. The tenderer must have an equity ratio of at least 10 per cent in each of the last 3 financial years available. The tenderer and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. The equity and total assets must be stated in EUR. If the tenderer 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 tenderer 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 tenderer’s and the entity’s/entities’ equity with the sum of the tenderer’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. Upon request from DALO, the tenderer must submit the following documentation: Annual reports or excerpts thereof or other documentation stating the tenderer’s equity and total assets at the end of the last 3 financial years available if publication of annual reports is required under the law of the country in which the tenderer is established. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or other entities (e.g. a parent or sister company or a subcontractor), the documentation must also be provided for each such entity or entities.
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Use of this criterion : Not used

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : See the individual tender documents.
Weight (percentage, exact) : 100

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 31/12/2027 23:59 +01:00
Terms of contract :
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
Dynamic purchasing system, only usable by buyers listed in this notice

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen
TED eSender : Mercell Holding ASA

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : ORG-16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Ulrik Rasmussen
Telephone : +45 40459729
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : ORG-37795526
Postal address : Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Vestjylland ( DK041 )
Country : Denmark
Contact point : Klagenævnet for Udbud
Telephone : +45 72405600
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : ORG-10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Contact point : Konkurrence- og Forbrugerstyrelsen
Telephone : +45 41715000
Information exchange endpoint (URL) : https://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

10. Change

Version of the previous notice to be changed : b2e758fd-c98e-4484-abb6-5dd4d79b30d2-01
Main reason for change : Information updated
Description : Previous the Time limit for requests to participate in the DPS April 19, 2024 at 13:00 Changes to "Time limit for requests to participate in the DPS April 26, 2024 at 13:00" Previous the "Clarification meeting April 01, 2024 at 13:00 – 14:00" Changes to "New Clarification meeting April 24, 2024 at 13:00 – 14:00" Previous the "Opening of the DPS May 06, 2024" Changes to "Opening of the DPS May 13, 2024

11. Notice information

11.1 Notice information

Notice identifier/version : a4e03e4e-bb2b-4553-a270-52b93aec7e39 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/04/2024 17:42 +00:00
Notice dispatch date (eSender) : 18/04/2024 17:43 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00236091-2024
OJ S issue number : 79/2024
Publication date : 22/04/2024