Retender - Job and Safety Footwear

The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated overboots etc. The tender procedure concerns the award of a Framework Agreement and Appendices hereto regarding job- …

CPV: 18800000 Schuhwerk, 18811000 Wasserdichtes Schuhwerk, 18812000 Schuhe mit Teilen aus Gummi oder Kunststoff, 18812300 Straßenschuhe mit Oberteil aus Gummi oder Kunststoff, 18813000 Schuhe mit Oberteil aus Leder, 18813300 Straßenschuhe, 18814000 Schuhe mit Oberteil aus Textilien, 18830000 Sicherheitsschuhe, 18831000 Fußbekleidung mit Zehenschutz aus Metall
Ausführungsort:
Retender - Job and Safety Footwear
Vergabestelle:
Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Vergabenummer:
4019230

1. Buyer

1.1 Buyer

Official name : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Legal type of the buyer : Central government authority
Activity of the contracting authority : Defence

2. Procedure

2.1 Procedure

Title : Retender - Job and Safety Footwear
Description : The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated overboots etc. The tender procedure concerns the award of a Framework Agreement and Appendices hereto regarding job- and safety footwear and also includes a fitting service. The Tender must provide all types of footwear for work in all kinds of weather. It is necessary for the Tender to provide a wide assortment of shoes and working shoes in different widths and generally with the possibility to change insoles. This is to ensure that all kinds of feet, (men and women) can fit the footwear. The tender was originally published in July 2024 and was conducted as an open procedure, with a submission deadline of August 26, in accordance with the contract notice. As all four received tenders were non-compliant, DALO proceeded with a negotiated procedure without prior publication of a new contract notice pursuant to Section 61(1)(2) of the Public Procurement Act, inviting the four bidders from the open procedure to submit tenders, in accordance with Section 61(4) of the Public Procurement Act. DALO decided to award the contract based on INDO1, and therefore, no negotiations were held.
Procedure identifier : 05c99280-9db1-4460-b320-28803cbd8bcc
Previous notice : 6e444967-15b7-4a32-bf22-936a0b7464b1-01
Internal identifier : 4019230
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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. 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 mandatory exclusion grounds set out in sections 135 and 136 of the Danish Public Procurement Act, or the exclusion grounds set out in section 137(1), para (2) 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. If a tenderer relies on the capacity of other entities, see the section "Economic and financial standing", the candidate shall upon request provide statements of support or other documentation proving that the candidate has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the candidate. If such documentation is not provided, DALO cannot take into account the economic and financial standing and/or the technical and professional capacity of such entity or entities. DALO has prepared a template (available in the electronic tender system) to be used to confirm the legal obligation.

2.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 18831000 Footwear incorporating a protective metal toecap

2.1.2 Place of performance

Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Supplier shall be able to deliver the supplies and services in any part of Denmark, excluding Greenland and the Faroe Islands.

2.1.4 General information

Additional information : 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. The voluntary exclusion ground regarding bankruptcy, section 137(1), para (2) Danish Public Procurement Act does apply for this tender. It is stressed, however, that none of the other voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act apply for this procurement, irrespective of whether the text in this Contract Notice (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. The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. 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. As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. If the self-declaration is not submitted or is inadequate, the tenderer cannot be taken into consideration for the framework agreement and may be excluded from participation in the procurement process. 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. As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections "Conditions of performance". 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 agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act. DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is DKK 40.000.000, and the maximum value of the agreement is DKK 100.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement, as well as the possibility of more employees and conscripts in the coming years. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment. Note, that the procurement documents are in English. However, it is permissible to submit offers in either Danish or English.
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-0000

Title : Retender - Job and Safety Footwear
Description : The Danish Ministry of Defence Acquisition and Logistics Organisation (DALO) wishes to renew the contract concerning all footwear, work and safety shoes as well as care products, shoelaces, inner soles, gaiters, icepicks, isolated overboots etc. The tender procedure concerns the award of a Framework Agreement and Appendices hereto regarding job- and safety footwear and also includes a fitting service. The Tender must provide all types of footwear for work in all kinds of weather. It is necessary for the Tender to provide a wide assortment of shoes and working shoes in different widths and generally with the possibility to change insoles. This is to ensure that all kinds of feet, (men and women) can fit the footwear. The tender was originally published in July 2024 and was conducted as an open procedure, with a submission deadline of August 26, in accordance with the contract notice. As all four received tenders were non-compliant, DALO proceeded with a negotiated procedure without prior publication of a new contract notice pursuant to Section 61(1)(2) of the Public Procurement Act, inviting the four bidders from the open procedure to submit tenders, in accordance with Section 61(4) of the Public Procurement Act. DALO decided to award the contract based on INDO1, and therefore, no negotiations were held.
Internal identifier : 4019230

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 18800000 Footwear
Additional classification ( cpv ): 18811000 Waterproof footwear
Additional classification ( cpv ): 18812000 Footwear with rubber or plastic parts
Additional classification ( cpv ): 18812300 Town footwear with rubber or plastic uppers
Additional classification ( cpv ): 18813000 Footwear with uppers of leather
Additional classification ( cpv ): 18813300 Town footwear
Additional classification ( cpv ): 18814000 Footwear with uppers of textile materials
Additional classification ( cpv ): 18830000 Protective footwear
Additional classification ( cpv ): 18831000 Footwear incorporating a protective metal toecap

5.1.2 Place of performance

Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Additional information : The Supplier shall be able to deliver the supplies and services in any part of Denmark, excluding Greenland and the Faroe Islands.

5.1.3 Estimated duration

Duration : 4 Year

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Information about previous notices :
Identifier of the previous notice : 83859-2022
Additional information : 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. The voluntary exclusion ground regarding bankruptcy, section 137(1), para (2) Danish Public Procurement Act does apply for this tender. It is stressed, however, that none of the other voluntary grounds for exclusion in section 137 of the Danish Public Procurement Act apply for this procurement, irrespective of whether the text in this Contract Notice (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. The agreement is not divided into lots since a division of the agreement will undermine the economies of scale obtainable by one agreement. 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. As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions. If the self-declaration is not submitted or is inadequate, the tenderer cannot be taken into consideration for the framework agreement and may be excluded from participation in the procurement process. 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. As part of the submission of offer, the tenderer must submit a self-declaration on compliance with labour clauses, CSR obligations and international sanctions, see sections "Conditions of performance". 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 agreement, DALO requires that the tenderer to whom DALO intends to award the agreement presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act. DALO demands that the tenderer and each of the legal entities on whose economic and financial capacities the tenderer relies undertake joint and several liability for the performance of the agreement. The estimated value of the framework agreement is DKK 40.000.000, and the maximum value of the agreement is DKK 100.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the agreement, see below. Hence, the estimated value constitutes DALO’s most qualified estimate of the value of the agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the agreement in its duration. The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the operational needs of the Danish Defence through the duration of the agreement, including in particular uncertainty about specific deployments and mission areas, which is not possible to foresee for the entire span of the agreement, as well as the possibility of more employees and conscripts in the coming years. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significantly larger expenditure under the agreement than what is expected at the moment. Note, that the procurement documents are in English. However, it is permissible to submit offers in either Danish or English.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The award criterion price is weighted at 30 %.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name : Quality
Description : The award criterion quality is weighted at 70 %
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 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 an agreement. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six 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). The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Additional buyer coverage : The agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence, is entitled to use the agreement for procurement on the terms and conditions of the agreement. In addition, a range of municipal fire and rescue services are entitled to use the agreement. See the tender documents in which these entities entitled to use the agreement are listed.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Consolidation (Act no. 593 of 2 June 2016, as amended) on the Complaints Board for Public Procurement, the following time-limits for filing a complaint apply: 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 an agreement. The deadline is calculated from the day after the day when the notice was published. 2) Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that an agreement based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 3) Six 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). The complainant must inform the contracting entity of the complaint in writing not later than simultaneously with the lodging of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, see section 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal be granted suspensory effect, see section 12(1). The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the Complaints Boards website.
Organisation providing additional information about the procurement procedure : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing offline access to the procurement documents : Forsvarsministeriet Materiel- og Indkøbsstyrelsen -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -
Organisation whose budget is used to pay for the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Organisation executing the payment : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6. Results

Maximum value of the framework agreements in this notice : 100 000 000 Danish krone
Approximate value of the framework agreements : 40 000 000 Danish krone

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 100 000 000 Danish krone
Re-estimated value of the framework agreement : 40 000 000 Danish krone

6.1.2 Information about winners

Winner :
Official name : Bacher Work Wear A/S
Tender :
Tender identifier : Bacher Work Wear A/S
Identifier of lot or group of lots : LOT-0000
Value of the tender : 40 000 000 Danish krone
The tender was ranked : no
The tender is a variant : no
Subcontracting : No
Contract information :
Identifier of the contract : 4600008127
Title : Framework Agreement regarding supply of job- and safety footwear
Date on which the winner was chosen : 26/03/2025
Date of the conclusion of the contract : 09/04/2025
The contract is awarded within a framework agreement : no
Organisation signing the contract : Forsvarsministeriet Materiel- og Indkøbsstyrelsen

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 4
Type of received submissions : Tenders from micro, small or medium tenderers
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders from tenderers registered in other European Economic Area countries than the country of the buyer
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders from tenders registered in countries outside of the European Economic Area
Number of tenders or requests to participate received : 0
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 4

8. Organisations

8.1 ORG-0001

Official name : Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Registration number : 16287180
Postal address : Lautrupbjerg 1
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : KAPS - Tórur Spangenfeldt Hansen
Telephone : +45 50257508
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation signing the contract
Organisation whose budget is used to pay for the contract
Organisation executing the payment

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Internet address : http://www.klfu.dk
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Bacher Work Wear A/S
Size of the economic operator : Micro, small, or medium
Registration number : 10626870
Postal address : Kirstinehøj 5
Town : Kastrup
Postcode : 2770
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Telephone : 0045 3250 5200
Internet address : https://www.bacher.com/
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0005

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 : 292750dd-0fad-45a7-9dad-23b4f5dd0ccc - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 22/04/2025 12:01 +00:00
Notice dispatch date (eSender) : 22/04/2025 12:01 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00260930-2025
OJ S issue number : 79/2025
Publication date : 23/04/2025