23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på MedTechNews
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2021/S 197-513136
Offentliggjort
11.10.2021
Udbudstype
Offentligt udbud

Udbyder

Rigspolitiet

Vindere

Lot 1 - Evidence Preservation

(16.05.2022)
NORAD A/S
Grenaavej 955
8541 Skoedstrup

Forensic Products and Consumables (reannouncement)


Rigspolitiet

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Rigspolitiet
National registration number: 17143611
Postal address: Polititorvet 14
Town: København V
NUTS code: DK Danmark
Postal code: 1567
Country: Denmark
Contact person: Koncernindkøb
E-mail: cgr013@politi.dk
Telephone: +45 30449765
Internet address(es):
Main address: https://permalink.mercell.com/164455848.aspx
Address of the buyer profile: http://www.politi.dk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/164455848.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/164455848.aspx
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
Public order and safety

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Forensic Products and Consumables (reannouncement)

Reference number: 2021-078703
II.1.2) Main CPV code
33000000 Medical equipments, pharmaceuticals and personal care products
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Danish National Police is tendering framework agreements for the purchases of forensic products and consumables. The tender include various forensic products and consumables primarily used to secure evidence in relation to crime scene investigations and for laboratories and institutions examinations. The products will be used to store, develop and secure evidence that can be used in investigations. The Danish National Police wishes to enter into three framework agreements. For further description of the three lots, please see section II.2).

The contracting authority points out that this notice is a reannouncement of the tender (cf. the notice 2021/S 192-499438).

II.1.5) Estimated total value
Value excluding VAT: 33 200 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Lot 1 - Evidence Preservation

Lot No: 1
II.2.2) Additional CPV code(s)
33922000 Cadaver transport bags
33950000 Clinical forensics equipment and supplies
35200000 Police equipment
II.2.3) Place of performance
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

The products included in Lot 1 - Evidence preservation are primarily used for securing evidence from crime scene investigations and for the collection of evidence from effects that subsequently will be examined at laboratories and institutions. The purpose is, to the greatest possible extent, to store and secure evidence that will/can be used in investigations, such that it is not ruined or contaminated. 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 16 800 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
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

It should be noted that the estimated value provided in section II.2.6) is an estimate of the expected maximum value for the individual lot. The estimated range for lot 1 is DKK 12.800.000-16.800.000. For further information please see section VI.3) Additional information

II.2) Description
II.2.1) Title:

Lot 2 - Consumables and protective equipment

Lot No: 2
II.2.2) Additional CPV code(s)
33140000 Medical consumables
II.2.3) Place of performance
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

The products included in lot 2 - Consumables and protective equipment are primarily used for protecting  personnel in connection with the securing of evidence during crime scene investigations, including in connection with the storage/transport of effects. In addition, the products are used for the protection of personnel in the examination of evidence in laboratories. The consumables included are furthermore used for cover surfaces on examination tables and crime scenes.

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
Value excluding VAT: 2 400 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
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

It should be noted that the estimated value provided in section II.2.6) is an estimate of the expected maximum value for the individual lot. The estimated range for lot 2 is DKK 1.200.000. - 2.400.000. For further information please see section VI.3) Additional information

II.2) Description
II.2.1) Title:

Lot 3 - Procedure packages

Lot No: 3
II.2.2) Additional CPV code(s)
33140000 Medical consumables
II.2.3) Place of performance
NUTS code: DK0 Danmark
II.2.4) Description of the procurement:

The products/kits included in lot 3 Procedure packages are used for securing evidence from personal examinations, crime scene investigations and for the collection of evidence from effects that subsequently will be examined at laboratories and institutions.

This lot concerns delivery of completely packed procedure packages with specified items.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 14 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
</div>
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

It should be noted that the estimated value provided in section II.2.6) is an estimate of the expected maximum value for the individual lot. The estimated range for lot 2 is DKK 10.000.000 kr. - 14.000.000. For further information please see section VI.3) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

The tenderer must submit the European Single Procurement Document ("ESPD") with the following information:

The tenderer's total annual turnover in the three latest financial years available.

The tenderer's solvency ratio in the two latest financial years available (Calculated as equity/ total assets x 100)

If the tenderer relies on the economic and financial capacity of other entities, the contracting entity requires that the tenderer and the entities in question undertake joint and several liability for the performance of the contract.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

Upon the contracting entity's request, the following documentation of economic and financial capacity must be submitted:

Regarding turnover: A statement regarding the operator's total turnover in the three latest annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this turnover are available. For groups of operators (e.g. a consortium), the information in the three latest annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

Regarding solvency ratio: A statement regarding the operator's solvency ratio in the two latest annual reports/financial statements available, depending on when the operator was set up or started trading, if the figures for this solvency ratio is available. For groups of operators (e.g. a consortium), the information in the two latest annual reports/financial statements available must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, a sister company or a subcontractor), information for such other entities must be provided as well.

Minimum level(s) of standards possibly required:

Regarding turnover for lot 1 and 3: The tenderer must have had, a total annual turnover of at least DKK 4.000.000 in each of the three latest annual reports/financial statements available. If the tenderer relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in each of the three latest annual reports/financial statements available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available.

Regarding turnover for lot 2: The tenderer must have had a total annual turnover of at least DKK 500.000 in each of the three latest annual reports/financial statements available. If the tenderer relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in each of the three latest annual reports/financial statements available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the three latest annual reports/financial statements available. The information is to be stated in the ESPD.

Regarding solvency ratio for lot 1, 2 and 3: The tenderer must have had a positive solvency ratio in one of the latest two financial years. If the tenderer relies on the capacity of other entities, the solvency ratio is to be calculated as the total solvency ratio of the tenderer and such other entities in each of the two latest annual reports/financial statements available. For groups of operators (e.g. a consortium), the solvency ratio is calculated as the solvency ratio of the operators in each of the two latest annual reports/financial statements available. The information is to be stated in the ESPD.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention no. 94 on labour clauses in public contracts and Circular no. 9471 of 30 June 2014.

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
Framework agreement with a single operator
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: 2021/S 060-148948
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/11/2021
Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.7) Conditions for opening of tenders
Date: 08/11/2021
Local time: 10:00
Information about authorised persons and opening procedure:

The tenderers are not allowed to attend the opening of the tenders.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

The contracting entity expects to publish a contract notice for a new agreement in 2025.

VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see section I.3). For access to the procurement documents, the tenderer must be registered or register as a user. Interested operators are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact Mercell Sourcing Services.

If the tender contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, must be by way of the electronic tendering system. Question must be submitted in English; see Tender specifications.

Any costs incurred by the tenderer by participating in the tender procedure will not be compensated by the contracting entity.

The tenderer must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1) paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the tenderer relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies.

The tenderer will be excluded from participation in the tender procedure if the tenderer is subject to the compulsory grounds for exclusion set out in sections 135-136 of the Danish Public Procurement Act and section 137(1) para 2 of the Danish Public Procurement Act, unless the tenderer has submitted sufficient documentation of its reliability in accordance with section 138 of the Danish Public Procurement Act.

Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act. If the tenderer relies on the economic and financial capacity of other entities, cf. section III.1.2), the tenderer must upon request submit a letter of commitment or other documentation proving that the tenderer has the required resources at its disposal including that the entity/entities on which the candidate relies has/have undertaken joint and several liability and has a legal obligation towards the tenderer.

It should be noted that section II.1.5 is an estimate of the expected total maximum value for all lots. The estimated value for all lots are expected to lie in the range DKK 24.000.000 DKK - 33.200.000 DKK. The ranges indicated above and the range for the individual lots indicated in section II.2.14) are based on the uncertainty as to the final value of the individual lots. The lower limit of the range thus expresses the contracting entity's estimate of the framework agreement's expected minimum value of all contracts awarded in the term of the framework agreement, whereas the upper limit of the range is an expression of the expected maximum value of all contracts awarded in the term of the framework agreement. The contracting entity's expectations based on the most likely amount of business on the framework agreement are thus taken into account, as well as the expected uncertainty of this estimate. It is emphasised that the tenderers are not guaranteed any minimum business. The contracting entity's estimate is based on historical consumption. Essential to the estimated value of the framework agreement will i.a. be the general development in type of and need for forensic examinations.

The contracting entity may use the procedure of section 159(5) and (6) of the Danish Public Procurement Act in the event that applications or tenders do not comply with the formal requirements of the procurement documents.

Regarding IV.2.4) The tenders must be submitted in English, however technical documentation can be submitted in English or Danish.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Nævnenes Hus
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Fax: +45 33307799
Internet address: http://www.naevneneshus.dk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Dan-ish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory ef-fect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board's own complaints procedure is available at https://klfu.naevneneshus.dk/

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: kfst@kfst.dk
Telephone: +45 41715000
Fax: +45 41715100
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
06/10/2021
Annonce Annonce
BREAKING
{{ article.headline }}
0.046|