Dynamic Purchasing System for Trailers over 3500 kg and services pertaining thereto

DALO intends to implement a Dynamic Purchasing System (Hereafter “DPS”) concerning trailers over 3500kg and services pertaining thereto. The DPS is divided into 6 subcategories. DALO shall be entitled to purchase any configuration of trailers that fit the description of these categories. The categories in the DPS are: Category 1 …

CPV: 34000000 Oprema i pomoćni proizvodi u prijevozu, 34223000 Prikolice i poluprikolice, 34223300 Prikolice, 50111110 Usluge potpore voznom parku
mjesto izvršenja:
Dynamic Purchasing System for Trailers over 3500 kg and services pertaining thereto
registar:
Danish Ministry of Defence Acquisition and Logistics Organisation
nagradni broj:
DO-M-LA-0026-0

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 Trailers over 3500 kg and services pertaining thereto
Description : DALO intends to implement a Dynamic Purchasing System (Hereafter “DPS”) concerning trailers over 3500kg and services pertaining thereto. The DPS is divided into 6 subcategories. DALO shall be entitled to purchase any configuration of trailers that fit the description of these categories. The categories in the DPS are: Category 1 – Centre-axle trailers: A towed vehicle, equipped with a towing device which cannot move vertically (in relation to the trailer) and in which the axle(s) is (are) positioned close to the centre of gravity of the vehicle (when uniformly loaded) such that only a small static vertical load, not exceeding 10 percent of that corresponding to the maximum mass of the trailer or a load of 1,000 daN (whichever is the lesser) is transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle. Category 2 – Full trailers: A towed vehicle having at least two axles, and equipped with a towing device which can move vertically (in relation to the trailer) and controls the direction of the front axle(s), but which transmits no significant static load to the towing vehicle. One or more of the axles may be driven by the towing vehicle. Category 3 – Semi-trailers: A towed vehicle, in which the axle(s) is (are) positioned behind the centre of gravity of the vehicle (when uniformly loaded), and which is equipped with a connecting device permitting horizontal and vertical forces to be transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle. Category 4 - Special purpose trailers A vehicle for goods and/or for performing a special function for which special body arrangements and/or equipment are necessary. The category concerns the manufacturing of trailer types not commonly available, and which are not covered by categories 1, 2 and 3. Category 5 - Service, repair/maintenance of new and old trailers and vehicles relating to trailers over 3500 kg in the DALO Fleet (Existing DALO fleet): This category will be used by the Danish Defence for service, repair and maintenance of new and old trailers and vehicles related to trailers over 3.500 kg in DALO’s fleet. • Service, repair and maintenance services • Components used for service, repair and maintenance services • Repair of vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms. • Man hours: Service, Repair and Maintenance Category 6 – New systems design or Modification of new and old trailers, and vehicles relating to trailers over 3500 kg in DALO’s fleet: This category will be used of the Danish Defence for complete new design, upgrade or modification of new and old trailers, and vehicles relating to trailers over 3500 kg. • Man hours: Design, Documentation, Manufacturing, Upgrades and Modification • Components and semi-finished products • Installation services (except software) • Construction, engineering and inspection services • Work on vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.
Procedure identifier : fcd3d820-48ed-48ae-a663-ad92050e73d7
Previous notice : 118630-2024
Internal identifier : DO-M-LA-0026-0
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : The following outlines the process for applying for participation. 1) Applicants who wish to participate in the DPS submits: • A European Single Procurement Document (ESPD). The ESPD is available on the Electronic Tender Platform. Please note that the candidate 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 candidate and the entity or entities on which the candidate relies. In this case, the candidate must ensure that an ESPD from the entity or entities on which the candidate relies is submitted along with the candidate’s own ESPD. The ESPD of the entity or entities in question must include equivalent information. The Applicant and, if relevant, the participants in the group of entities and/or entities on which the Applicant relies, must use the ESPD, see section 148 of the Danish Public Procurement Act, as preliminary evidence that the Applicant and/or entities on which the Applicant relies, 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 Applicant and/or entities on which the Applicant relies fulfils the suitability requirements. It is not necessary for the Applicant to sign the ESPD document. If the Applicant is a group of entities (consortium), the participants not submitting the request to participate must sign their ESPD document. Any entities relied on must also sign the ESPD. If an Applicant/Participant relies on the capacity of other entities, then the Applicant/Participant shall upon request provice statements of support or other documentation proving that the Applicant/Participant has acces to the necessary economic and financial standing, and that the entity referred to has a legal obligation to the Applicant/Participant. If such documentation is not provided, DALO cannot take into account the economic and financial standing of such entity og entities. DALO has prepared a template (TEMPLATE 1 - Letter of comfort - Economic and financial standing - available in the electronic tender system) to be used to confirm legal obligation. • A Cover Letter stating relevant information on the Applicant and which category the Applicant applies for (Enclosure A) • A self-declaration on compliance with labour clause, CSR obligations and international sanctions (Enclosure B). Please note, that if the same legal entity is a part of or in any other way participates in several applications for the same category, e.g. submits his own application and at the same time participates in a consortium which also applies for the same category, the Applicant shall ensure that the legal entity’s participation does not provide for opportunity for mutual coordination of their applications. DALO reserves the right to request the Applicants to establish and reassure DALO that the same legal entity’s participation in the DPS does not threaten the transparency and distort competition between the Applicants. Also note that should the Contract be awarded to a joint group of Participants in the DPS (a consortium), the Participants of such consortium must assume joint and several liability and appoint a representative of the group. 2) DALO examines the ESPD and the self-declaration on compliance with labour clause, CSR obligations and international sanctions 3) DALO decides on admission to the DPS - The applicant receives notice on admission or refusal 4)Applicants admitted to the DPS are now participants in the DPS New economic operators may apply to join the DPS at any time during its lifetime. The following outlines the process for individual tenders. 1) DALO will send the requirement specification, contract, award criteria and Invitation to submit tender for the specific purchase, to each Participant in the category relevant for the tender. 2) 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. 3) DALO evaluates the received offers in accordance with the described award criteria for the specific purchase 4)DALO awards the contract to the highest scoring Participant 5) 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 6) DALO gives notice regarding the winner of the individual tender and the reasons for rejection 7) 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 ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers
Additional classification ( cpv ): 50111110 Vehicle-fleet-support services

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

2.1.3 Value

Estimated value excluding VAT : 100 000 000 Danish krone

2.1.4 General information

Additional information : The individual contracts of the dynamic purchasing system are 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, are entitled to enter into contracts with the Participants of the dynamic purchasing system, on the terms and conditions of the dynamic purchasing system as a whole. Further, the Danish Emergency Management Agency may enter into contracts with the Participants of the dynamic purchasing system, on the terms and conditions of the dynamic purchasing system as a whole. In accordance with section 134a of the Danish Public Procurement Act the contracting entity shall exclude an applicant from participation in a tender procedure where the applicant 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. 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 lifetime of the dynamic purchasing system 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 declaration that an award of the agreement will not conflict with the prohibition stated in Article 5k, section 1 of Regulation (EU) No 833/2014, as amended. In this connection, DALO reserves the right, at any time during the tender process, to let the tenderer rectify a missing or inadequately completed 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 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. Any questions regarding the request to participate must be submitted through the electronic tender system. Questions will be anonymised, and the answers will be posted in the electronic tender system. Questions received no later than 11 (eleven) days before the expiry of the deadline for submitting a request for participation will be answered by DALO no later than 6 (six) days before the deadline for submission of the request for participation. Questions received later than the date set out above will also be answered unless the nature of the question makes it disproportionately onerous for DALO to answer 6 (six) days before the deadline for submission of the request for participation. Answers to questions received later than 6 days before the deadline for submission of request for participation cannot be expected. On [dato, årstal, tidsrum] a digital information meeting will be held for all interested parties. It will only be possible to participate online in the information meeting. Applicants who have signed up for the information meeting for online participation will receive a link for the video conference. During the meeting, DALO will explain the background of the tender procedure and the purpose of the procurements conducted under the dynamic purchasing system. General information as to the structure and content of the tender documents will also be provided. Applicants are kindly asked to inform via the electronic tender system no later than three days before the meeting is held whether the Applicants will participate in the meeting and, in the affirmative, the number of persons accompanying the Applicant. Participants in online meeting must provide the following information: Company name and the full names of the participants. Questions may be asked during the information meeting. However, DALO reserves the right to refer the participants to present the questions in writing instead if, according to DALO, it is not suitable or possible to answer such questions during the meeting. This includes questions which require further consideration. DALO will prepare a brief summary of the information meeting which will subsequently be uploaded to the electronic tender system. DALO requires that the applicant presents documentation for the information stated in the ESPD, see sections 151-155 of the Danish Public Procurement Act as part of their application to participate in the dynamic purchasing system. DALO will through out the lifetime of the system, require new documentation for the information stated in the ESPD. 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 contracts awarded in the DPS. 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: Complaints regarding a candidate not being qualified to participate in the dynamic purchasing system must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after being notified thereof, see section 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision. In accordance with section 7(2) of the Act on The Complaints Board for Public Procurement, other complaints must be filed with The Complaints Board for Public Procurement within: Thirty calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a dynamic purchasing system has been entered into if the notification has included an explanation of the relevant grounds for the decision. 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. Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 6
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 6

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?
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 - Centre-axle trailers
Description : A towed vehicle, equipped with a towing device which cannot move vertically (in relation to the trailer) and in which the axle(s) is (are) positioned close to the centre of gravity of the vehicle (when uniformly loaded) such that only a small static vertical load, not exceeding 10 percent of that corresponding to the maximum mass of the trailer or a load of 1,000 daN (whichever is the lesser) is transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 13 000 000 Danish krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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 : Contracts will be awarded on the basis of the lowest price.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -
Organisation receiving requests to participate : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation processing tenders : Danish Ministry of Defence Acquisition and Logistics Organisation -

5.1 Lot technical ID : LOT-0002

Title : Category 2 - Full trailers
Description : A towed vehicle having at least two axles, and equipped with a towing device which can move vertically (in relation to the trailer) and controls the direction of the front axle(s), but which transmits no significant static load to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 12 000 000 Danish krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s /entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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 : Other
Use of this criterion : Not used
Criterion :
Type : Suitability to pursue the professional activity
Name : Equity Ratio
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 : Contracts will be awarded on the basis of the lowest price.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -
Organisation receiving requests to participate : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation processing tenders : Danish Ministry of Defence Acquisition and Logistics Organisation -

5.1 Lot technical ID : LOT-0003

Title : Category 3 - Semi-trailers
Description : A towed vehicle, in which the axle(s) is (are) positioned behind the centre of gravity of the vehicle (when uniformly loaded), and which is equipped with a connecting device permitting horizontal and vertical forces to be transmitted to the towing vehicle. One or more of the axles may be driven by the towing vehicle.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 57 000 000 Danish krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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
Name : Equity Ratio
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 : Contracts will be awarded on the basis of the lowest price.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -
Organisation receiving requests to participate : Danish Ministry of Defence Acquisition and Logistics Organisation -
Organisation processing tenders : Danish Ministry of Defence Acquisition and Logistics Organisation -

5.1 Lot technical ID : LOT-0004

Title : Category 4 - Special purpose trailers
Description : A vehicle for goods and/or for performing a special function for which special body arrangements and/or equipment are necessary. The category concerns the manufacturing of trailer types not commonly available, and which are not covered by categories 1, 2 and 3.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 34000000 Transport equipment and auxiliary products to transportation
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 418 000 000 Danish krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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
Name : Equity Ratio
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 : Contracts will be awarded on the basis of the most economically advantageous offer Price will weight between 25-45% depending on the specific contract. The exact weighting will be specified for each individual contract.
Category of award weight criterion : Fixed value (total)
Award criterion number : 45
Criterion :
Type : Quality
Name : Quality
Description : Contracts will be awarded on the basis of the most economically advantageous offer Quality will weight between 55-75% depending on the specific contract. The exact weighting will be specified for each individual contract. For each tender, Quality may be evaluated on different evaluation requirements or it may be evaluated on delivery time, however, quality may never be evaluated on the basis of both evaluation requirements and delivery times. Each individual tender conducted under category 4 will include a specified description of the evaluation, including a fixed percentage for each sub-criteria.
Category of award weight criterion : Fixed value (total)
Award criterion number : 55
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -

5.1 Lot technical ID : LOT-0005

Title : Category 5 - Service, repair/maintenance of new and old trailers and vehicles relating to trailers over 3500 kg in the DALO Fleet (Existing DALO fleet)
Description : This category will be used by the Danish Defence for service, repair and maintenance of new and old trailers and vehicles related to trailers over 3.500 kg in DALO’s fleet. • Service, repair and maintenance services • Components used for service, repair and maintenance services • Repair of vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms. • Man hours: Service, Repair and Maintenance

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 50111110 Vehicle-fleet-support services
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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 : Contracts will be awarded on the basis of the lowest price.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -

5.1 Lot technical ID : LOT-0006

Title : Category 6 – New systems design or Modification of new and old trailers, and vehicles relating to trailers over 3500 kg in DALO’s fleet
Description : This category will be used of the Danish Defence for complete new design, upgrade or modification of new and old trailers, and vehicles relating to trailers over 3500 kg. • Man hours: Design, Documentation, Manufacturing, Upgrades and Modification • Components and semi-finished products • Installation services (except software) • Construction, engineering and inspection services • Work on vehicles with relation to the trailers, ensuring trailers and vehicles are fully operational across the two platforms.

5.1.1 Purpose

Main nature of the contract : Services
Additional nature of the contract : Supplies
Main classification ( cpv ): 50111110 Vehicle-fleet-support services
Additional classification ( cpv ): 34223000 Trailers and semi-trailers
Additional classification ( cpv ): 34223300 Trailers

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information : Place of delivery will be specified in each individual tender.

5.1.3 Estimated duration

Duration : 15 Year

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Danish krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Green Procurement Criteria : No Green Public Procurement criteria

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Equity Ratio
Description : 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 financial year available. The candidate must have an equity ratio of at least 10 per cent in the last financial year available. The candidate and other entities, if any, must state the 1) equity, 2) total assets and 3) equity ratio as key figures in the ESPD. If the candidate 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 the last financial year available. If the candidate 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 candidate’s and the entity’s/entities’ equity with the sum of the candidate’s and the entity’s/entities’ total assets (the sum of equities/the sum of total assets x 100) in the last financial year available. Upon request from DALO, the candidate must submit the following documentation: Annual report or excerpts thereof or other documentation stating the candidate’s equity and total assets at the end of the last financial years available if publication of annual reports is required under the law of the country in which the candidate 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 candidate 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 : Contracts will be awarded on the basis of the lowest price.
Category of award weight criterion : Fixed value (total)
Award criterion number : 100
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 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, Danish
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
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 -

8. Organisations

8.1 ORG-0001

Official name : Danish Ministry of Defence Acquisition and Logistics Organisation
Registration number : 16-28-71-80
Postal address : Lautrupbjerg 1-5
Town : Ballerup
Postcode : 2750
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Nicklas Juel Frydkjær
Telephone : 51294373
Internet address : https://www.fmi.dk
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 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 : 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
Internet address : 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
Notice information
Notice identifier/version : 5e53e347-d81d-4624-90f1-40d78f2dd227 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 14/05/2025 08:09 +00:00
Notice dispatch date (eSender) : 14/05/2025 08:09 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00312353-2025
OJ S issue number : 93/2025
Publication date : 15/05/2025