23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 167-301138
Offentliggjort
31.08.2016
Udbudstype
Begrænset udbud

Udbyder

Danish Defence Acquisition and Logistics Organization (DALO)

Framework agreement regarding Rugged Communication and Information Systems (CIS) Material


Danish Defence Acquisition and Logistics Organization (DALO)

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Danish Defence Acquisition and Logistics Organization (DALO)
Lautrupbjerg 1
For the attention of: Ann Nørskov Rasmussen
2750 Ballerup
Denmark
Telephone: +45 72572347
E-mail: fmt-id-s516@mil.dk

Internet address(es):

General address of the contracting authority/entity: http://permalink.mercell.com/60381388.aspx

I.2) Type of the contracting authority
I.3) Main activity
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:
Framework agreement regarding Rugged Communication and Information Systems (CIS) Material.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

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 a single operator

Duration of the framework agreement

Duration in years: 4

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

Estimated value excluding VAT: 37 000 000 DKK
II.1.5) Short description of the contract or purchase(s):
This notice concerns the establishment of 9 (nine) framework agreements regarding the acquisition of Rugged CIS Materiels. The framework agreements will have a duration of 4 (four) years, with the option to extend for another 3 (three) years. DALO and the Signal Regiment of the Danish Armed Forces are implementing a new generation of CIS applications and network to be used by the Armed Forces on both domestic and foreign missions.
Staff and command personnel shall have access to modern IT systems to support their work with C2IS. The primary use is keeping personnel automatically updated with an operational picture to improve the situational awareness and by that optimize the foundation on which to make faster and better decisions. CIS shall deliver modern IT work places with access to applications and data no matter the location of the units. Modern IT will support better communication through command- & control systems, mail, chat, IP-telephony and video conferencing.
The users of the systems will be personnel with an appropriate education in handling and servicing the equipment.
In support of this effort, DALO seeks to establish 9 framework agreements, including acquisition and minor degrees of repairment, with multiple divisions of C2IS equipment; Network equipment (router, switch, 3G/4G modem), Personel computers (workstations, keyboards), video monitors (for mounting in 19" racks), servers (servers, NAS), mobile (tablet, PCs, small laptop), power (power supplies, uninterruptable power supplies, power adaptor), converter (media converter), KVM switch, and Multi WAN routers. This equipment will be built into armored vehicles which places a demand on the equipment to have low power usage, thermal and electromagnetic emissions and that the equipment should be rugged to withstand the diverse and harsh operation environments the vehicles are subject to. The equipment is envisioned to be used across The Danish Defence.
Besides what is specified by DALO, the supplier is required to offer similar related products/assortment, which may be relevant for this specific category.
To be able to fulfil the requirements in the tender the supplier shall; be able to deliver IT-equipment that complies with MIL-STD 810 G (or F) method 503, 509, 514, 515 and 516., be able to deliver IT-equipment that complies with MIL-STD 461 F, section 5.3 table V, ground army, be able to deliver IT-equipment that complies with MIL-STD 1275D, and be able to deliver IT-equipment that complies with EU Directive 2001/95/EF on products safety.
The Network equipment, computers, servers, power and KVM shall be 19”/2 wide or less, and shall be delivered with mounting kit, in order to mount in 19”/2 rack, and shall be maximum 60 cm deep. Also it shall in part be fitted with fibre optics connections.
The category network equipment and Multi WAN router shall be delivered with Cisco chipset and OS.
The category Multi WAN router shall be full 19" wide.
Furthermore the category monitors shall all be rack mounted and some shall be stowed in the racks, and the category converters shall be able to deliver both analog and digital video and audio converters as well as Ethernet and fiber optic converters.
The category mobile: Touchpad and touch screen shall be resistive touch, in order to operate the equipment wearing combat gloves
As part of the suppliers deliveries according to the framework agreement, it shall be possible to get delivered hardware or attachment which for now can't be specified by DALO, including cables, plugs, or the like, when the hardware or attachments can be used as a natural connection and as a interconnected and integrated part of the deliveries in the framework agreement.
The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any
tender documents, you must copy and paste the link below into the adress-part on your browser.

http://permalink.mercell.com/60381388.aspx Then choose the relevant tender. If you are not a licensee of

Mercell Denmark A/S, fill out a registration of your company. This registration is required for your continued
participation and is free of charge. After sending the registration you have free access to all tender documents.

You will receive access codes to www.mercell.dk during normal working hours. With regard to clause II.1.8): In

this public procurement we wish to enter into an agreement with nine (9) lots, with one (1) supplier per lot.
II.1.6) Common procurement vocabulary (CPV)

30200000, 35710000

II.1.7) Information about subcontracting
II.1.8) Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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: 37 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3) Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Network equipment (router, switch, 3G/4G modem)
1) Short description
Contains 19”/2 router, switch, and 3G/4G modem. The equipment will primarily be installed in armoured vehicles alongside with other 19”/2 equipment. The router and switch shall be based on Cisco chipset and the OS shall be Cisco as well.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30236000, 31730000, 32260000, 32400000, 32410000, 32412000, 32412100, 32412120, 32413100, 32415000, 32420000, 32422000, 32424000, 32552410, 32570000, 32571000, 32580000, 32581000, 32582000

3) Quantity or scope
Estimated value excluding VAT: 9 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 2 Lot title: Personal computers (workstations, keyboards)
1) Short description
Contains 19”/2 workstations and keyboard. The computers will primarily be installed in armoured vehicles alongside with other 19”/2 equipment. The OS will be Windows 7 or newer or Linux.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30213000, 30213300, 30232000, 30234000, 30236200, 30237000, 30237460, 31730000, 32580000

3) Quantity or scope
Estimated value excluding VAT: 6 500 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 3 Lot title: Video monitors (for mounting in 19" racks)
1) Short description
Contains monitors that will be mounted in 19” racks. 1 type is for fixed mounting on the rack, and 1 type is a drawer type, where the monitor can be stowed inside the rack.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30231300, 30231310, 30236000, 31730000, 32323000, 32323100, 32351200

3) Quantity or scope
Estimated value excluding VAT: 1 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 4 Lot title: Servers (servers, NAS)
1) Short description
Contains 19”/2 small server and network attached storage (NAS). The servers will primarily be installed in armoured vehicles alongside with other 19”/2 equipment. The OS will be Windows Serer 2008 or newer.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30213300, 30233000, 30233100, 30234000, 30236200, 31730000, 32580000

3) Quantity or scope
Estimated value excluding VAT: 5 500 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 5 Lot title: Mobile (tablet PCs, small laptop)
1) Short description
Contains a small and a large tablet PC and a small laptop PC. The OS will be Linux or Windows. The tablet PC and laptop PC will be used in many different places and systems.
The framework agreement will contain both acquisitions and minor repairs.
The equipment will be installed in the armoured vehicles in docking stations.
2) Common procurement vocabulary (CPV)

30200000, 30213000, 30213100, 30213200, 30234000, 30236200, 31730000, 32580000

3) Quantity or scope
Estimated value excluding VAT: 5 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 6 Lot title: Power (power supplies, uninterruptable power supplies, power adaptor)
1) Short description
Contains 19”/2 power panel, uninterruptable power supply (UPS), and a power adapter. The equipment will primarily be installed in armoured vehicles alongside with other 19”/2 equipment.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30236000, 30237000, 31730000

3) Quantity or scope
Estimated value excluding VAT: 5 500 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 7 Lot title: Converter (media converter)
1) Short description
Contains a fiber/Ethernet media converter. The supplier shall be able to deliver both analog and digital video and audio converters as well. The converters will be installed in the armoured vehicle in a rack.
2) Common procurement vocabulary (CPV)

30200000, 30236000, 31730000

3) Quantity or scope
Estimated value excluding VAT: 3 500 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 8 Lot title: KVM switch
1) Short description
Contains 19”/2 keyboard, video, and mouse switch (KVM-switch). The equipment will primarily be installed in armoured vehicles alongside with other 19”/2 equipment. The KVM-switches are used to bring down the number of monitors needed in the confined space offered in military vehicles. The switches shall be remote controlled, in order to stow away the KVM-switch together with the computers, switches and other equipment.
The framework agreement will contain both acquisitions and minor repairs.
2) Common procurement vocabulary (CPV)

30200000, 30232000, 30236000, 31730000

3) Quantity or scope
Estimated value excluding VAT: 1 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots
Lot No: 9 Lot title: Multi WAN router
1) Short description
Contains a full 19" router with minimum four routed ports and minimum 2 swiched ports. The equipment will primary be installed in armoured vehicles. The router shall be based on CISCO chipset and the OS shall be CISCO as well.
2) Common procurement vocabulary (CPV)

30200000, 30236000, 31730000, 32260000, 32400000, 32410000, 32412000, 32412100, 32412120, 32413100, 32415000, 32420000, 32422000, 32424000, 32570000, 32571000, 32580000, 32581000, 32582000

3) Quantity or scope
Estimated value excluding VAT: 1 000 000 DKK
4) Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5) Additional information about lots

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 one (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 framework agreement will include a labour clause, cf. appendix B
Pursuant to ILO Convention No 94 on work clauses in public contracts, the supplier shall ensure that workers employed by the supplier and any subcontractors who contribute to the performance of the agreements are secured pay, including special allowances, hours off work and other working conditions which are not less favourable than those established for work of the same character under a collective agreement entered into by the most representative organizations of workers and employers in Denmark in the trade or industry concerned being in force throughout the territory of Denmark. In addition to the above the supplier and any subcontractors shall ensure that the workers are informed of the provisions of the labour clause.
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 three latest annual reports or a declaration stating the candidate's solvency ratio at the end of the preceding 3 financial years, in so far as information is available. References 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 a solvency ratio of at least 10 percent for each of the three preceding financial years.
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:
The Tenderer must submit a list of the most important similar deliveries carried out over the past 3 years. If the supplier submits more than 5 references, DALO will only take the first 5 references into account. The list should preferably include: — A description of each delivery — Information on when it was carried out — The size and value of the deliveries.
Minimum level(s) of standards possibly required
The candidate must demonstrate experience with as a minimum one similar delivery within the past 3 years.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

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 4
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 purchases described in the section II 1.5), in terms of the nature and quantity of the previous deliveries regarding the products in the relevant lot.
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
29.9.2016 - 13:00
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
Danish. 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:
Re. Section IV.1.2) Please notice that DALO prequalifies a maximum of 4 operators per lot.
Prequalification Questionnaire: DALO have prepared a prequalification 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 cf. Section II 1.5. Candidates are asked to submit applications for prequalification via Mercell Sourcing Service cf. Section II 1.5). The application cannot be submitted via email. Re. Section III.2.1): Solemn declaration regarding the candidate's payment of taxes and social security contributions When submitting the offers (but not the application for prequalification), 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. Re. Section III.2): Relying on the capacities of other entities: 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 prequalification questionnaire referred to above. Non-compliance with formal requirements: 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.
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 stand-still period, cf. § 6(4) of the act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still 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).

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
2500 Valby
Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
26.8.2016

Send til en kollega

0.078