23948sdkhjf

Fakta om udbudet

EU-nr
2021/S 129-342177
Offentliggjort
07.07.2021
Udbudstype
Annullering

Udbyder

Danish Defence Acquisition and Logistics Organization

Contract Concerning Midwave/Longwave Infrared Camera for Science Purpors


Danish Defence Acquisition and Logistics Organization

Contract award notice

Results of the procurement procedure

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Official name: Danish Defence Acquisition and Logistics Organization
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK02 Sjælland
Postal code: 2750
Country: Denmark
Contact person: Peter Hilliger Petersen
E-mail: fmi-sd-adt06@mil.dk
Telephone: +45 72814227
Internet address(es):
Main address: www.fmi.dk
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
Defence

Section II: Object

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

Contract Concerning Midwave/Longwave Infrared Camera for Science Purpors

II.1.2) Main CPV code
38000000 Laboratory, optical and precision equipments (excl. glasses)
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Danish Ministry of Defense Acquisition and Logistics Organization (DALO) has a need for an infrared Measurement System, that has:

— a spectral sensitivity in the mid-range and long-range infrared spectrum,

— the capability to capture multiple spectral sub bands at the same time,

— the capability to change between different lenses in order to optimize field of view for a given scene,

— a high signal to noise ratio,

— easy handling.

DALO’s need includes i.a. camera(s), lenses, calibration to the specific filters, software and user and maintenance manuals.

The Measurement System can be seen as containing two subsystems, which in regard to some of the technical requirement differs from one another.

DALO’s intended use is signature measurements of various military applications including air, land and sea units, mainly with the purpose of research and scientific use and primarily within the Danish borders.

II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
38651600 Digital cameras
II.2.3) Place of performance
NUTS code: DK02 Sjælland
II.2.4) Description of the procurement:

The Danish Ministry of Defense Acquisition and Logistics Organization (DALO) has a need for an infrared Measurement System, that has:

— a spectral sensitivity in the mid-range and long-range infrared spectrum,

— the capability to capture multiple spectral sub bands at the same time,

— the capability to change between different lenses in order to optimize field of view for a given scene,

— a high signal to noise ratio,

— easy handling.

DALO’s need includes i.a. camera(s), lenses, calibration to the specific filters, software and user and maintenance manuals.

The Measurement System can be seen as containing two subsystems, which in regard to some of the technical requirement differs from one another.

DALO’s intended use is signature measurements of various military applications including air, land and sea units, mainly with the purpose of research and scientific use and primarily within the Danish borders.

DALO’s current need is for 2 (two) Measurement Systems. In case DALO’s need should increase within 48 months of signature of the contract, DALO would like 2 (two) optional deliveries of 1 (one) Measurement System each. The Contract terms or the optional deliveries are similar to those for the main delivery.

II.2.5) Award criteria
Price
II.2.11) Information about options
Options: yes
Description of options:

DALO’s current need is for 2 (two) Measurement Systems. In case DALO’s need should increase within 48 months of signature of the contract, DALO would like 2 (two) optional deliveries of 1 (one) Measurement System each. The Contract terms or the optional deliveries are similar to those for the main delivery.

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 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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2021/S 091-235163
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: no
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected

Section VI: Complementary information

VI.3) Additional information:

Regarding section IV.2.4): Note, that the procure documents is in English. However, it is permissible to submit applications for participation and offers in either Danish or English. Questions submitted during the tender procedure shall be written in Danish or English and DALO will answer these questions in English.

The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act.

The tenderer and, if relevant, the participants in the group of entities or/and entities on which the tenderer relies on, must use the electronic version of the ESPD available at ETHICS’ web portal. The ESPD shall be fulfilled and submitted at ETHICS’ web portal in accordance with the instructions given by ETHICS. The ESPD document must be signed by the supporting entity. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document.

Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.

DALO shall exclude a tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 of the said Act unless the tenderer has provided sufficient documentation that the tenderer is reliable in accordance to § 138 of the said Act. Please note that certain voluntary exclusion grounds in Directive 2014/24/EU on public procurement have been made compulsory in § 136 of the said Act.

DALO does not provide remuneration for the participants in the tender.

DALO has not received any conditional offers, This is why the contract/ is not awarded. DALO has assessed that the conditions for proceeding with a tender with negotiation pursuant to the Public Procurement Act, § 61, subsection 1, no. 2 has been fulfilled, which is why DALO will now initiate this procedure.

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

Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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. The time limit is calculated from the day after the publication date.

2) 30 calendar days starting the day after the contracting authority has notified 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 an account of the reasons for the decision.

3) 6 months after the contracting authority has entered into the framework agreement starting the day after the contracting authority has sent notification to the candidates/tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the 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. § 185(2) of the Public Procurement Act.

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).

Contact information for 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 on the website stated in section VI.4.1).

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: www.kfst.dk
VI.5) Date of dispatch of this notice:
02/07/2021

Send til en kollega

0.11