Service plans for LC-orbitrap and GC-QTOF instrument

Tender of serviceplans of two instruments, one LC-Orbitrap and one GC-QTOF. It will cover the yearly maintenance and on-site repair and service inclusive all spare parts. The Danish Emergency Management Agency are also entitled to use the Contract. On-site yearly repair, service and maintenance of LC-Orbitrap instrument. It is used …

CPV: 50400000 Reparation og vedligeholdelse af medicinsk udstyr og præcisionsudstyr, 50410000 Reparation og vedligeholdelse af måle-, test- og prøveapparater
Henrettelsessted:
Service plans for LC-orbitrap and GC-QTOF instrument
Tildelende organ:
Danish Ministry of Defence Acquisition and Logistics Organisation
Tildelingsnummer:
2024/73

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 : Service plans for LC-orbitrap and GC-QTOF instrument
Description : Tender of serviceplans of two instruments, one LC-Orbitrap and one GC-QTOF. It will cover the yearly maintenance and on-site repair and service inclusive all spare parts. The Danish Emergency Management Agency are also entitled to use the Contract.
Procedure identifier : f6d5edb8-480e-46c0-b83d-910a7de2d72a
Previous notice : 07d9a2a3-27d0-4359-8ef9-dbedcbd34b1c-01
Internal identifier : 2024/73
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : As part of its offer, the tenderer must submit the European Single Procurement Document (ESPD). Please note that a tenderer may rely on the capacity of other entities (e.g. a parent or sister company or a subcontractor), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer must ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderer’s own ESPD. The ESPD of the entity or entities in question must include equivalent information. A tenderer may only submit one offer for each lot. The tenderer is asked to state in the ESPD which lot or lots the offer concerns. The tenderer and, if relevant, the participants in the group of entities and/or entities on which the tenderer relies, must use the ESPD, see section 148 of the Danish Public Procurement Act, as preliminary evidence that the participants are not subject to any of the exclusion grounds set out in sections 135 and 136 of the Danish Public Procurement Act, and that the tenderer fulfils the suitability requirements. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consortiums), the participants not submitting the offer must sign their ESPD document. Any entities relied on must also sign the ESPD.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50400000 Repair and maintenance services of medical and precision equipment

2.1.2 Place of performance

Postal address : Universitetsparken 2
Town : Copenhagen Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark

2.1.3 Value

Estimated value excluding VAT : 4 500 000 Danish krone

2.1.4 General information

Additional information : The Contract 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 Contract for procurement on the terms and conditions of the Contract. In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude a candidate or tenderer from participation in a procurement procedure where the candidate or tenderer is established in a country that is included in the EU list of non-cooperative jurisdictions for tax purposes and has not acceded to the WTO Government Procurement Agreement or other trade agreements committing Denmark to open the public procurement market to tenderers established in that country. However, for reasons of overriding public interest, the contracting entity may refrain from excluding a candidate or tenderer that is subject to the ground for exclusion. It is stressed, however, that the voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act do not apply for this procurement, irrespective of whether the text in this announcement (which is system-generated) may suggest this. No particular legal form is required. If the agreement is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liability and appoint one supplier to represent the group. It is pointed out that this procedure is subject to Article 5k of Regulation (EU) no. 833/2014, as amended. The provision contains a prohibition against award of contracts to Russian companies and Russian-controlled companies etc. (reference is made to Article 5k, section 1 for the exact delimitation of the operators that are subject to the prohibition). DALO reserves the right at any time during the tender process to require tenderers to prove that they are not subject to the prohibition, for example by requiring documentation regarding the tenderers’ and any subcontractors’ place of establishment and ownership. Regarding CSR: As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. In this connection, DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed self-declaration. DALO has uploaded a template (available in the electronic tender system) which must be used as declaration. Where groups of entities (e.g. consortiums), including temporary joint ventures, participate jointly in the tender procedure, the self-declaration must be submitted separately for each of the participating entities. DALO reserves the right – but is not obliged – to use the remedies provided for in section 159(5) of the Danish Public Procurement Act if offers do not fulfil the requirements of the tender documents. It should be noted that irrespective of the wording of the requirements of the tender documents to the effect that information, declarations and documentation must be submitted, e.g. concerning a description of the deliverables put up for tender, DALO is not prevented from obtaining additional information, etc., pursuant to section 159(5), cf. section 159(6) of the Danish Public Procurement Act. Prior to decision on award of the Contract, DALO requires that the tenderer to whom DALO intends to award the Contract presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act. The estimated value of the two Contracts are DKK 4500000, and the maximum value of the two Contracts is DKK 6000000. The reason for the difference between the stated values is the uncertainty regarding the final value of the Contracts, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the Contracts at the present moment, while the maximum value constitutes the maximum value of purchases under the Contracts in their duration. The uncertainty regarding the final value of the Contracts is primarily due to the fact that financial resources may be reallocated and/or injected during the term of the Contracts on the basis of various external factors and influences, such as changes in the resources needed or changes in the geopolitical situation. If more funds are allocated to cover than expected, this will likely lead to a larger expenditure under the Contracts . The offer shall be in the language stated in English. However, the tenderer may submit documents/certificates in English and/or Danish
Legal basis :
Directive 2014/24/EU
The Danish Public Procurement Act (Act no. 1564 of 15 December 2015, as amended). - The Danish Public Procurement Act implements the Public Procurement Directive (2014/24/EU) in Danish law.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LC-orbitrap instrument (System A)
Description : On-site yearly repair, service and maintenance of LC-Orbitrap instrument. It is used by the Danish Emergency Management Agency, Chemical Division to analyze different types of explosives, poison and other unknown chemicals.
Internal identifier : 2023/023143

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus

5.1.2 Place of performance

Postal address : Universitetsparken 2
Town : Copenhagen Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The Contract shall expire without notice 2 years after Commercement, unless DALO chooses to exercise the option for renewal of the contract. DALO shall be entitled to renew the Contract on the same terms for 2 years. Renewal shall not take place more than 3 times.

5.1.5 Value

Estimated value excluding VAT : 2 250 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The Danish Defence Acquisition and Logistics Organization (DALO) has decided to terminate the tender for Service plans for LC-orbitrap and GC-QTOF instrument without an award due to the fact that only irregular tenders was received. DALO intend to award the contract by a negotiated procedure without prior publication of a contract notice, cf. the Danish Act no. 1564/2015 paragraph 61, clause 1, no. 2 (“Com-petitive procedure with negotiation”). DALO therefore intends to enter into negotiation with the tenderers, who have submittet tenders for Lot 1, Lot 2 and Lot 3.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Lowest price
Category of award weight criterion : Fixed value (total)
Award criterion number : 325 000
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 additional information about the procurement procedure : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing offline access to the procurement documents : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

5.1 Lot technical ID : LOT-0002

Title : GC-QTOF instrument (System B)
Description : On-site yearly repair, service and maintenance of GC-QTOF-Orbitrap instrument. It is used by the Danish Emergency Management Agency, Chemical Division to analyze different types of explosives, poison and other unknown chemicals.
Internal identifier : 2023/023142

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50410000 Repair and maintenance services of measuring, testing and checking apparatus

5.1.2 Place of performance

Postal address : Universitetsparken 2
Town : Copenhagen Ø
Postcode : 2100
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The Contract shall expire without notice 2 years after Commercement, unless DALO chooses to exercise the option for renewal of the contract. DALO shall be entitled to renew the Contract on the same terms for 2 years. Renewal shall not take place more than 3 times.

5.1.5 Value

Estimated value excluding VAT : 2 250 000 Danish krone

5.1.6 General information

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

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Fixed value per year
Category of award weight criterion : Fixed value (total)
Award criterion number : 325 000
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 additional information about the procurement procedure : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing offline access to the procurement documents : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

6.1 Result lot ldentifier : LOT-0001

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : Other

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 3

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 : Bamo Jalal Tofig
Telephone : +45 29607486
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

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

11. Notice information

11.1 Notice information

Notice identifier/version : ef813df7-b06f-4afc-aeed-d40f26401e0e - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 26/02/2025 10:59 +00:00
Notice dispatch date (eSender) : 26/02/2025 11:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00130140-2025
OJ S issue number : 41/2025
Publication date : 27/02/2025