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

Fakta om udbudet

EU-nr
2016/S 093-167838
Offentliggjort
17.05.2016
Udbudstype
Begrænset udbud

Udbyder

Danish Defence Acquisition and Logistics Organization

Installation services of machinery and equipment


Danish Defence Acquisition and Logistics Organization

Contract notice

Services

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1) Name, addresses and contact point(s)

Danish Defence Acquisition and Logistics Organization
Lautrupbjerg 1
For the attention of: Charlotte Glavind
2750 Ballerup
DENMARK
Telephone: +45 72572395
E-mail: fmt-id-s506@mil.dk

Internet address(es):

General address of the contracting authority/entity: http://www.forsvaret.dk

Electronic access to information: http://permalink.mercell.com/56487159.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/56487159.aspx

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity
Defence
I.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Installations related to the Danish Defence fleet of combat vehicles.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
Main site or location of works, place of delivery or of performance: The installations will be performed at the suppliers location.

NUTS code DK

II.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7

Duration of the framework agreement

Duration in years: 7

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 0 and 50 000 000 DKK
II.1.5) Short description of the contract or purchase(s):
This contract notice concerns The Danish Defence Acquisition and Logistics Organization (DALO) award of a framework agreement that covers DALO's need for external assistance in the series production related to the installed equipment / modifications of DALO's operational vehicles and containers. The series production will be based on documented prototypes / documented installation instructions, which typically will be developed by the relevant system house under applicable system agreement. Series production could for example cover installation of communication systems in defence vehicles.
The combat vehicles of the Danish Defence fleet are various types, brands and functionality with different GFE installations and weapon systems. Some of the vehicles are armoured whereas others are not. The vehicles are including but not limited to the following: Leopard 1, Leopard 2, APC M113, CV-9035 DK combat vehicle, Durable Robust, Eagle IV, MAN trucks and containers.
In connection with the installations, the supplier shall be able to do mechanical, electric and software tasks. The tasks can for example be mechanical, electric or software tasks.
The mechanical tasks are for example production of mechanical components (e.g. brackets, framework, substructures, racks, etc.), processing of all types of metal including armoured steel; stamping, welding, cutting and bending, etc., surface treatment including rinsing (e.g. sandblasting etc.), primer, paint and top coat, etc. and mounting/dismounting of assemblies.
The electric tasks are for example production of cables: Mounting/Fitting, including plug/connector, wire, shielding, sealing and casting, etc., general soldering, high current and voltage, Test (e.g. Functional, vibration, humidity, EMC, RADHAZ, etc.) and CAN bus in vehicles.
Software are for example overall system test of integrated subsystems and overall functional test of individual components (e.g. computers, radios, monitors, etc.).
The installations will be awarded through a light tender procedure, where the specific installations will be described. The conditions for the light tender procedure is described in the tender material. After the supplier has performed an installation, the buyer shall be able to purchase the parts (e.g. cables and brackets) which the supplier has delivered as a part of the installation, from the supplier who has performed the installation.
When the supplier is participating in a light tender procedure, the light tender procedure can require that the supplier shall have a safety clearance for working with the Danish Defence at a specific level. Part of the GFE are ITAR (US International Traffic Arms Regulations) restricted materiel and documents. The supplier shall then have a ITAR approval. If the supplier does not have the right clearance the supplier cannot participate in the specific light tender procedure and must wait for the next light tender procedure. Some tasks will require that the supplier sign a Non Disclosure Agreement (NDA).
The framework agreement is intended to be in force for 7 years. It will, however, be possible for DALO to terminate the agreement within this time-frame.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser: http://permalink.mercell.com/56487159.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

51500000, 35400000, 35700000, 51300000, 51550000

II.1.7) Information about subcontracting
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 0,00 and 50 000 000,00 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference is made to the tender documents with regard to the payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. At present, this is Danish consolidation Act. No 798 of June 2007 which requires invoicing to be done electronically. Exact terms will be stated in the contract.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint 1 supplier to represent the group.
III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
Candidates should note that the contract will include a labour clause in Appendix B.
III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation
III.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: The 3 latest annual reports or a declaration stating the candidate's equity ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the preceding 3 financial years, in so far as information such information is available. Reference is made to Section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required: The candidate must have had an average equity ratio of at least 10 % (percent) for the preceding 3 Financial years. If the application is submitted by a joint group of suppliers (e.g. a consortium) or if the candidate is relying on the capacity of other entities the equity ratio is calculated by adding up the equity for the candidate applying and the equity for the other entities, and adding up the total assets for the candidate applying and the equity for the other entities. Then the equity ratio is calculated as dividing the total equity by the total assets for the applying candidate and the other entities together.
III.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met:
A list of the most important similar deliveries carried out over the past 5 years. The list should preferably include: — A description of each delivery, including a description of the installation, the vehicle type — armoured/not armoured and the extent of mechanical, electric and software tasks, etc. — Information on when it was carried out; — The size (number of covered vehicles); — Value of the deliveries; and — The recipients of the deliveries, including (specific names/countries are preferred, but need not necessarily be included: if no country specific information is included the candidate is asked to provide as much generic information as possible about the delivery). Reference is made to Section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required
The candidate must demonstrate experience with 1 or more similar deliveries within the past 5 years. Deliveries is considered similar when the candidate has made installations as described in Section II.1.5)
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 10
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in Section II.1.5) above, in terms of the nature and quantity of the previous deliveries. It is weighted positive if the candidate has demonstrated experience with armoured vehicles, deliveries to military customers and NATO countries.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction has been used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
14.6.2016 - 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service: http://permalink.mercell.com/56487159.aspx

The application for pre-qualification cannot be submitted by e-mail.
DALO have prepared a pre-qualification questionnaire which candidates are strongly encouraged to use when submitting their applications. The questionnaire contains questions, forms and templates for providing information, etc. in accordance with the requirements in this Contract Notice. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.

The questionnaire is available via Mercell Sourcing Service: http://permalink.mercell.com/56487159.aspx

When submitting the offers (but not the application for pre-qualification), the tenderers must submit a solemn declaration stating to which degree the tenderer has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in the country in which the candidate is established and in Denmark. A template for the declaration will be provided with the tender documents.
According to the EU public procurement directives, a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate wants to rely on other entities and wishes that the capacity of other entities is taken into account when DALO assesses the suitability of the candidate, the candidate must prove that the other entities will and shall put the relevant resources at the disposal of the candidate.
A template for a declaration from the supporting entity to this effect is included in the pre-qualification questionnaire referred to above.
DALO reserves the right — but is not obliged — to use remedies equal to the remedies provided for in Section 159(5) of the Danish Act No 1564 of 15.12.2015 on tender procedures if applications or tenders do not fulfil the formalities of the tender documents.
In relation to Section II.1.2) it is noted that the installations will be performed at the suppliers locations.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Pursuant to Danish Act on The Complaints Board for Public Procurement (Act No 492 of 12.5.2010 with subsequent amendments — available at: www.retsinformation.dk), the following time limits for filing a complaint apply.

Complaints regarding a candidate not being pre-qualified must be filed with The Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, provided that the notification includes a short account of the relevant reasons for the decision.
Other complaints must be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date).
2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision.
3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. the principle in § 185(2) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 — available at www.retsinformation.dk).

The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the standstill period, cf. § 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 is granted delaying effect, cf. § 12(1) of the said act.
The e-mail of The Complaints Board for Public Procurement is stated in Section VI.4.1)
The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the internet address stated in Section VI.4.1)
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
Valby 2500
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
12.5.2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.041|