23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Electronic Supply
Annonce
Annonce

Fakta om udbudet

EU-nr
2020/S 214-523671
Offentliggjort
03.11.2020
Udbudstype
Offentligt udbud

Udbyder

Danmarks Meterologiske Institut

Vindere

Framework Agreement: Delivery of Radiosonde Systems Including Related Services

(30.03.2021)
Modem
Rue DE Bessonville
77760 Ury

Opdateringer

Rettelse
(02.12.2020)



Additional information
Deadline has been extended.

Framework Agreement: Delivery of Radiosonde Systems Including Related Services


Danmarks Meterologiske Institut

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danmarks Meterologiske Institut
National registration number: 1815 9104
Postal address: Lyngbyvej 100
Town: København Ø
NUTS code: DKZZZ Extra-Regio NUTS 3
Postal code: 2100
Country: Denmark
Contact person: DMI — Mariann Richterhausen
E-mail: mri@dmi.dk
Telephone: +45 39157500
Internet address(es):
Main address: www.dmi.dk
Address of the buyer profile: www.eu-supply.com/ka.asp
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=270406&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=270406&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

Framework Agreement: Delivery of Radiosonde Systems Including Related Services

II.1.2) Main CPV code
38124000 Radiosonde apparatus
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The scope of this tender is to procure a framework agreement, which enables DMI to purchase radiosonde systems and related services over a 4-year period. This agreement will enable DMI to conduct and collect upper-air meteorological measurements that provide inputs to numerical weather predictions and additionally are used for other purposes consistent with DMI’s general work scope and obligations as National Meteorological Service and contributor to international collaboration. The radiosonde measurements will be conducted from DMI’s manually operated radiosonde stations (four in Greenland and three established onboard ships sailing between Denmark and Greenland). The deliveries will consist of:

(i) radiosonde instruments with measurement sensors (temperature, humidity and derived wind speed/direction and air pressure);

(ii) ground stations including all necessary hardware and software along with instructions;

(iii) support and training of DMI staff servicing the radiosonde systems.

II.1.5) Estimated total value
Value excluding VAT: 15 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38124000 Radiosonde apparatus
II.2.3) Place of performance
NUTS code: DKZZZ Extra-Regio NUTS 3
Main site or place of performance:

Greenland.

II.2.4) Description of the procurement:

The scope of this tender is to procure a framework agreement, which enables DMI to purchase radiosonde systems and related services over a 4-year period. This agreement will enable DMI to conduct and collect upper-air meteorological measurements that provide inputs to numerical weather predictions and additionally are used for other purposes consistent with DMI’s general work scope and obligations as National Meteorological Service and contributor to international collaboration. The radiosonde measurements will be conducted from DMI’s manually operated radiosonde stations (four in Greenland and three established onboard ships sailing between Denmark and Greenland).

The deliveries will consist of:

(i) radiosonde instruments with measurement sensors (temperature, humidity and derived wind speed/direction and air pressure);

(ii) ground stations including all necessary hardware and software along with instructions and general documentation;

(iii) support and training of the DMI staff operating and servicing the radiosonde systems.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 15 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:

Equity: the candidate must submit the candidate’s annual equity for the most recent financial years, i.e the most recent financial year for which there is audited review or report. For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Turnover: the candidate must submit the candidate’s annual turnover for the most recent financial years, i.e the most recent financial year for which there is audited review or report. For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Minimum level(s) of standards possibly required:

Equity: as a minimum requirement, an equity is required of at least DKK 3 million in the most recent financial year available. If the applicant relies on the capacity of other entities, the equity is calculated as the total equity of the applicant and such other entities for the most recent financial year, i.e the most recent financial year for which there is audited review or report. For groups of applicants (e.g.a consortium), the equity is calculated as the total equity of the participants for the most recent financial year available.

Turnover in the most recent financial year: As a minimum requirement, a total annual turnover of at least DKK 10 million in the most recent financial year available is required. If the applicant relies on the capacity of other entities, the turnover is calculated as the total turnover of the applicant and such other entities for the most recent financial year, i.e the most recent financial year for which there is audited review or report. For groups of applicants (e.g. a consortium), the equity is calculated as the total equity of the members of the group for the most recent financial year available.

The applicant has to state the above demanded information in the ESPD (European Single Procurement Document), Part IV, section B.

Documentation: upon request, the applicant must provide an audited review or report of the most recent financial year. The tenderer is only to submit the documentation if DMI cannot access said documentation through publicly available channels, e.g. cvr.dk

III.1.3) Technical and professional ability
List and brief description of selection criteria:

In order to participate, the tender has to be able to provide at least three references on similar past deliveries and have documented good experience with using the product in arctic environment.

A list of references of ‘similar deliveries’, see definition below III.1.3) (minimum level) fulfilled (i.e. on-going or executed) by the applicant in the past five (5) years prior to the deadline for submission of the application for pre-qualification, should be provided. The contracting authority would prefer that the list include a short description of the project and the role undertaken by the applicant in connection with its performance, with the sum, number of radiosonde systems delivered, dates and recipients involved.

For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Minimum level(s) of standards possibly required:

As a minimum requirement, the applicant has at least three (3) references of ‘similar deliveries’. In the context of this tender, ‘similar deliveries’ shall mean deliveries containing the following:

(a) radiosonde systems applied for professional meteorological use;

(b) radiosonde systems delivering meteorological measurements to a National Meteorological Service Institution or similar;

(c) support of radiosonde systems.

In addition, at least one of listed references of ‘similar deliveries’ should comprise the following:

(d) radiosonde systems that have been used in climate conditions similar to Greenland and/or the Arctic/the Antarctic regions.

The applicant has to state the above demanded information in the ESPD (European Single Procurement Document), Part IV, section C.

Documentation: DMI does not intend on asking the applicants to provide further documentation for the information provided in the ESPD regarding technical and professional ability. However, DMI reserves the right to contact the applicant and/or the recipients of the deliveries in order to verify the information stated in application.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The contract has incorporated the corporate social responsibility considerations, as appropriate, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises. The contract furthermore lays down requirements pursuant to ILO Convention No 94 on labour clauses in public contracts and Circular No 9471 of 30 June 2014.

The contract lays down requirements on compliance with the law on processing of personal data (including s.3(9) of the Danish Data Protection Act (databeskyttelsesloven)).

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 03/12/2020
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 03/12/2020
Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in section I.3). The tendering procedure may be accessed under the tab ‘Ongoing public procedures’. For access to the procurement documents, the tenderer must be registered or register as a user.

If the tender contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must be by way of the electronic tendering system. Questions must be submitted not later than 23 November 2020. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered.

Interested applicants are requested to keep updated via the electronic tendering system. If the tenderer encounters problems with the system, please contact support by email, dksupport@eu-supply.com or telephone (+45) 70208014.

The tenderer must as its application submit an ESPD as preliminary documentation of the circumstances set out in section 148(1) paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). For groups of operators (e.g. a consortium), a separate ESPD must be submitted for each participating operator. If the tenderer relies on the capacity of other entities, an ESPD must be submitted for each of the entities on which the tenderer relies.

The tenderer must also submit a letter of commitment in which the entity/entities on which the candidate relies has/have undertaken joint and several liability with the candidate if the candidate is awarded the contract. The form is enclosed as an attachment to the tender specifications.

The tenderer will be excluded from participation in the tender procedure if the tenderer is subject to the compulsory grounds for exclusion set out in sections 135 and 136 of the Danish Public Procurement Act.

Before the decision to award the contract is made, the tenderer to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to sections 151-152, cf. section 153 of the Danish Public Procurement Act.

VI.4) Procedures for review
VI.4.1) Review body
Official name: Klagenævnet for Udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://klfu.naevneneshus.dk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the European Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a Dynamic Purchasing System has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting entity entered into a framework agreement calculated from the day after the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The email address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board’s own complaints procedure is available at www. erhvervsstyrelsen.dk

VI.4.4) Service from which information about the review procedure may be obtained
Official name: Konkurrence- og Forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk
VI.5) Date of dispatch of this notice:
29/10/2020
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|