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
2015/S 162-296673
Offentliggjort
24.08.2015
Udbudstype
Udbud efter forhandling

Udbyder

Danish Defence Acquisition and Logistic Organizations (DALO)

Opdateringer

Rettelse
(17.10.2015)

I stedet for:

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate:

Objective criteria for choosing the limited number of candidates: The limitation of candidates who will be invited to participate will be based on the information submitted as response to section III.2.2) by assessing which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above. 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.

Læses:

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate:

Objective criteria for choosing the limited number of candidates: The limitation of candidates who will be invited to participate will be based on the information submitted as response to section III.2.3) by assessing which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above. 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.

Annullering
(23.11.2016)

Uafsluttet procedure
Kontrakten er ikke blevet tildelt
Yderligere supplerende oplysninger
The Danish Defence Acquisition and Logistics Organization (DALO) has decided to terminate the current tender procedure for the Acquisition of a Land based Electro Optical System (LEO) and related services without an award. The reason for the termination is that DALO has only received non-compliant and irregular offers.
As a consequence DALO has decided to change to the negotiated procedure in accordance with the Directive 2009/81/EC of the European Parliament and of the Council article 28, 1 (a).

Procurement of a Land based Electro Optical System (LEO system)


Danish Defence Acquisition and Logistic Organizations (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 Logistic Organizations (DALO)
Lautrupbjerg 1-5
Contact point(s): Danish Defence Acquisition and Logistics Organization
For the attention of: Christian Skodborg
2750 Ballerup
DENMARK
Telephone: +45 72571493
E-mail: fmt-pk-cep11@mil.dk

Internet address(es):

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

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:
Procurement of a Land based Electro Optical System (LEO system).
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
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
This contract notice concerns DALO's award of a contract for the procurement of a Land based Electro Optical system (LEO system) for the purpose of maritime surveillance and vessel identification.
The LEO system shall be a part of the Royal Danish Navy Command, Control and Information System (RDN CCIS) for general sea surveillance and vessel identification and integrated to the Maritime Domain Awareness system (MDA system) of the RDN CCIS.
The RDN CCIS system uses coastal surveillance radars, AIS receivers and other sources of surveillance to track and identify vessels transiting Danish waters.
The concept of the LEO system is to have a chain of 15 camera sites (9 primary sites and 6 secondary sites) covering the water traffic lanes, so that there is a high likelihood that vessels transiting Danish waters will be photographed by the LEO system when they pass one or more camera sites. The 15 LEO camera sites to be used have all been identified and will be prepared for installation of the LEO system by DALO. The contract will include the possibility for DALO to purchase further camera site equipment for locations not yet identified.
The LEO system is expected to provide high quality video and still pictures under all light conditions day and night only limited by the meteorological conditions. The purpose of the LEO system is to provide RDN CCIS with a highly automated maritime surveillance and vessel identification facility as well as a manually operated LEO System.
Due to the meteorological conditions in the Danish waters it cannot be expected that a vessel in the water traffic lane is visibly from a land based camera site at all times. A chain of camera sites is therefore needed to increase the likelihood of acquiring pictures usable for identification of the vessel. This chain shall be composed of 9 primary sites at the main water traffic lanes and 6 secondary sites at secondary water traffic lanes.
DALO expects the LEO system to have a high degree of automation in order to limit the number of operators needed to a minimum. Based on vessel track from the MDA system, obtained by radar and AIS, the LEO system is expected to perform an automatic video/picture acquisition of vessels, when they pass a camera site.
DALO expects the LEO system to include a software solution for identification of the vessels, which is expected to reduce the time the operator needs to identify a vessel.
DALO expects that the MDA operators will be able to select the LEO system functions from the existing RDN CCIS Operators Workstations (personal computers).
DALO expects that software deliveries under the contract can be organized and delivered in accordance with agile principles.
The contract covers the following deliveries:
1. The LEO system
2. Support and sustainment of the LEO system
3. Further software development services
4. Other services including education/training and documentation.
II.1.6) Common procurement vocabulary (CPV)

38651000, 72000000, 72200000, 72212000, 72231000, 35125000, 35123500

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:
See section II.1.5.
II.2.2) Information about options
Options: yes
Description of these options: Delivery of camera site equipment packages for locations not yet identified.
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:
The Supplier and any sub-supplier(s) are required to comply with NATO Security Regulations as implemented by the National Security Authority of the country in which the work is performed. The supplier will be required to ensure that only authorized security personnel have access to classified information or material in the course of performance of the contract.
III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: A solemn declaration stating to which degree the candidate has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in accordance with the legal provisions of the country in which the candidate is established and in Denmark in accordance with consolidation act no. 336 of 13.5.1997 regarding public payments.
A template for the declaration will be provided, cf. section VI.3 below.
As an alternative to a solemn declaration, a report from the Danish Business Authority (in Danish: ‘Service attest’) may be submitted. The report must be issued within the last six months before the deadline for submitting application.
Foreign candidates submitting an equal report from their country shall also submit a solemn declaration regarding obligations in Denmark. The report must be issued within the last six months before the deadline of prequalification.
If the application is submitted by a joint group of suppliers (e.g. a consortium) each member of the consortium must submit the required information, cf. section VI.3 below.
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 annual turnover for the last three financial years available, in so far as information on such turnovers is available.
The three latest annual reports or a declaration stating the candidate's equity at the end of the preceding three financial years, in so far as 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 annual turnover of at least 50 000 000 DKK in each of the preceding three financial years (if the turnover is not stated in said currency, the contracting authority will calculate the turnover based on the official exchange rate on the date this notice was published).
The candidate must have had a positive equity for each of the preceding three financial years.
If the application is submitted by a joint group of suppliers (e.g. a consortium) the information must be supplied for each member of the consortium. If the application is submitted by a joint group of suppliers (e.g. a consortium) or if the candidate relies on the capacity of other entities the minimum levels are calculated as the total sum of the candidate's and the other entity's or entities' turnover and as the total sum of the candidate's and the other entity's or entities' equity.
Reference is made to section VI.3 with regard to the candidate's possibility of relying on the capacity of other entities.
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 (references) carried out over the past five years. The list should preferably include:
— A description of each delivery
— Information on when it was carried out
—The size and value of the deliveries (if no specific information can be included the candidate is asked to provide as much generic information as possible about the delivery)
— The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included)
Reference is made to section VI.3 with regard to the candidate's possibility of relying on the capacity of other entities.
The list submitted must not exceed 5 deliveries (references). If the candidate submits more than 5 deliveries (references) DALO will only take the first 5 deliveries (references) into consideration when limiting the number of candidates invited to participate, cf. section IV.1.2 below.
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
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 7
Objective criteria for choosing the limited number of candidates: The limitation of candidates who will be invited to participate will be based on the information submitted as response to section III.2.2) by assessing which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above. 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.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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

Prior information notice

Notice number in the OJEU: 2013/S 213-369984 of 2.11.2013

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
30.10.2015 - 14:00
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 I.1) Further information
It shall be noticed, that currently are there no further information to be obtained regarding the tender procedure.
Submission of requests for participation:
Requests for participation may not be submitted by e-mail. Instead, requests for participation must be sent by post (or handed over) to the contact person named in section I.1). Requests for participation should preferably be submitted in a sealed envelope marked ‘LEO-System — Request for participation. Must not be opened in the reception’. Candidates are kindly asked to submit their application in 2 paper copies and 1 digital copy (USB token, CDROM or equivalent).
Re. Section II.3) Duration of the contract or time limit for completion:
The duration of the contract shall be 84 months from the time of delivery of the LEO System to the first camera site.
Re. Section III.2) Conditions for participation:
The application for pre-qualification must clearly state the official name of the legal entity that is applying for prequalification.
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 from the contact person named in section I.1).
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. The documentation must be submitted with the application.
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.
Re. IV.1.1) Type of procedure:
This tender is conducted according to the negotiated procedure, cf. directive 2009/81/EC, article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers.
Re. IV.1.3) Reduction of the number of operators during the negotiation:
After the pre-qualified candidates (the tenderers) have submitted their first indicative offer (INDO1), the number of tenderers is expected to be reduced to 3 based on the award criteria applicable at the time. These tenderers will be invited to negotiation meetings.
IV.3.4) Time limit for receipt of requests to participate:
The time is Danish local time.
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 no. 492 of 12.5.2010 with subsequent amendments on enforcement of the public procurement rules, complaints regarding a candidate not being prequalified 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 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.
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).
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:
18.8.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.079|