Fakta om udbudet
Anmodning om deltagelse
Udbyder
The Danish Defence Acquisition and Logistics Organization (DALO)
Chemical Detectors
The Danish Defence Acquisition and Logistics Organization (DALO)
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
The Danish Defence Acquisition and Logistics Organization (DALO)
Lautrupbjerg 1-5
2750 Ballerup
DENMARK
Internet address(es):
Electronic access to information: http://permalink.mercell.com/51942936.aspx
Electronic submission of tenders and requests to participate: http://permalink.mercell.com/51942936.aspx
Further information can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/51942936.aspx
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/51942936.aspx
Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/51942936.aspx
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: DK-6500 Vojens, Jutland, Denmark.
NUTS code DK032
Duration of the framework agreement
Duration in years: 4Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 40 000 000 and 50 000 000 DKK
This notice concerns the establishment of a framework agreement regarding the acquisition of chemical detectors. The framework agreement will have a duration of 4 (four) years, with the possibility of renewal for a duration of 1 (one) year. DALO is procuring chemical detectors to secure that the Danish forces are able to detect Chemical War Agents (CWA) and Toxic Industrial Chemicals (TIC) when they are deployed in missions. Further, the chemical detectors are used for training for such operations. The chemical detectors will function as the units’ primary detector for surveying the environment for chemical threats. By rapid and reliable point detection of vaporized CWA and TIC, the chemical detectors shall provide a decision foundation for the unit’s protective measures. The protective measures shall ensure: a) that the individual protective measures against CWA and TIC can be put on in due time, so the combat force is not affected by CWA or TIC; b) that the individual and collective protective measures against CWA and TIC are not used unnecessarily, so the combat force is not diminished; c) that the individual and collective protective measures against CWA and TIC can be called off as quickly as possible, so the combat force is not diminished unnecessarily. The chemical detectors will be used both as a personal detector and as a remote detector. When used as a personal detector it will be carried by a soldier in the unit for surveillance of chemical threats in the environment. When used as a remote detector it will be mounted on a land vehicle or a warship, placed in the perimeter of a temporary camp or in the projected trajectory of a known contamination for surveillance of chemical threats in the environment. When the chemical detectors are used as a remote detector, point detection will be done separate from the personnel that are monitoring the detection. Further, when used as a remote detector DALO will integrate the detector with the Danish Defence Sensor Connectivity Information Management (SCIM), in order to transfer alarms and data of the detected chemicals to the Battle Management System (BMS) and CBRN-Analysis. 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 address-part on your browser. http://permalink.mercell.com/51942936.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.
Cf. section II.1.5.35113200
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Candidates are specifically made aware that it may be a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen). Candidates should also note that the Danish legislation on industrial cooperation has been amended and that — as of 1.7.2014 — new rules on industrial cooperation have entered into force. Pursuant to the new rules, industrial cooperation may be required, in so far as a concrete assessment shows that such cooperation is necessary in order to safe-guard essential Danish security interests. Such an assessment is currently being made in relation to this contract. Prequalified tenderers will be informed of the outcome. The new rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperation-in-denmark.pdf
Candidates should note that the contract will include a labour clause.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 3 (three) years. The list should preferably include: a) A description of each delivery; b) Information on when it was carried out; c) The size and value of the deliveries; d) The recipients of the deliveries (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 (one) or more similar deliveries within the past 3 (three) years.
Section IV: Procedure
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. Please note that any ambiguities and/or incomprehensibilities in the information submitted under section III.2.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
Other previous publications
Notice number in the OJEU: 2014/S 134-240273 of 16.7.2014
Section VI: Complementary information
User tests: Candidates are made aware that DALO will perform user tests on the chemical detectors offered in the submitted offers. Hence, candidates should note that DALO will require submission of a minimum of 2 (two) chemical detectors and that it will be a condition for acceptance of offers. A Borrowing Agreement will be included in the tender documents and may become effective if so required by the candidate. Non-compliance with formal requirements: DALO reserves the right — but is not obliged — to use the remedies provided for in Section 12 of the Danish statutory order on procedures for the award of public supply contracts, public service contracts and public construction contracts (Order no. 712 of 15.6.2011) if applications or tenders do not fulfil the formalities of the tender documents.
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
Other complaints must be filed with The Complaints Board for Public Procurement within 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).
However, if the tender concerns a framework agreement complaints must be filed with The Complaints Board for Public Procurement within 6 months 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.
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. The complainant shall state whether the complaint has been lodged in the stand-still period. If the appeal has not been lodged in the stand-still period, the appellant must also state whether it is requested that the appeal is granted delaying effect.
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