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 215-392513
Offentliggjort
06.11.2015
Udbudstype
Udbud efter forhandling

Udbyder

The Danish Defence Acquisition and Logistics Organization

Opdateringer

Rettelse
(17.11.2015)

I stedet for:

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:

Envisaged number of operators 3

Læses:

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:

Envisaged number of operators 5

Purchase and sustainment of Tempest test receiver


The Danish Defence Acquisition and Logistics Organization

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

The Danish Defence Acquisition and Logistics Organization
Lautrupbjerg 1-5
For the attention of: Stine Maria Scheibel
2750 Ballerup
DENMARK
Telephone: +45 33152010
E-mail: stsc@kammeradvokaten.dk

Internet address(es):

General address of the contracting authority/entity: http://forsvaret.dk/FMI/ENG/Pages/default.aspx

Further information can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Stine Maria Scheibel
1606 Copenhagen K
DENMARK
Telephone: +45 33152010
E-mail: stsc@kammeradvokaten.dk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Stine Maria Scheibel
1606 Copenhagen K
DENMARK
Telephone: +45 33152010
E-mail: stsc@kammeradvokaten.dk

Tenders or requests to participate must be sent to: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Stine Maria Scheibel
1606 Copenhagen K
DENMARK
Telephone: +45 33152010
E-mail: stsc@kammeradvokaten.dk

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:
Purchase and sustainment of Tempest test receiver.
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: 7
Justification for a framework agreement, the duration of which exceeds seven years: N/A.

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

Estimated value excluding VAT:
Range: between 3 000 000 and 5 000 000 DKK
II.1.5) Short description of the contract or purchase(s):
DALO wishes to acquire a Tempest test receiver and provision of service and spare parts for a period of 7 years. The awarded contract will therefore consist of an acquisition agreement concerning the TEMPEST test receiver and a framework agreement concerning service and spare parts. The Tempest test receiver shall be used for the evaluation of equipment in accordance with NATO standard "SECAN Doctrine and Implementation Policy "27" (SDIP-27) or equivalent.
II.1.6) Common procurement vocabulary (CPV)

35700000, 35730000

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:
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented.
The financial institution has to be approved by DALO.
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 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.
Further, applicants should note that the contract will include a labour clause requiring the supplier to ensure that the wages, including allowances, hours of work and other conditions of labour of his and any subcontractors' employees are no less favourable than those applicable to work of an equal nature within the trade or industry in the district where the work is performed pursuant to any collective agreement, arbitration award or national legislation or administrative regulations. The supplier will contractually be required to demonstrate that the work provision is complied with. Failure to comply can result in sanctions in the form of retention requirements, penalties and possible termination of the contract upon default of the labour clause.
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 whether the applicant has fulfilled its obligations relating to the payment of taxes and contributions to social security schemes in accordance with the legal provisions of the country in which the applicant is established, and in Denmark.
Alternatively, the requirement is fulfilled by sending a service certificate, issued by the Danish Commerce and Companies Agency. The certificate shall be issued a maximum of 6 months before the tender deadline.
Foreign applicants transmitting a corresponding certificate from the authorities in the country in which they are domiciled shall also submit a solemn declaration concerning the obligations relating to the payment of taxes and contributions to social security schemes in Denmark.
If the applicant is a consortium, the declaration/certificate must be submitted for each member of the consortium.
III.2.2) Economic and financial ability
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 carried out over the past 5 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
—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).
Template 3 in DALO's pre-qualification questionnaire can be used in this regard. For further information regarding the pre-qualification questionnaire please see section VI.3) of this contract notice. Reference is also 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
To be pre-qualified the candidate shall demonstrate experience with at least 1 similar delivery within the past 5 years. To be considered a similar delivery the candidate shall demonstrate that the delivery concerned a Tempest test receiver.
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 3
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 purchase/services 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
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
4.12.2015 - 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:
Pre-Qualification Questionnaire:
DALO have prepared a pre-qualification questionnaire which applicants are strongly encouraged to use when submitting their applications. The pre-qualification questionnaire can be obtained by e-mailing a request to the contact person stated in section I.1. However, it is emphasized that it is the sole responsibility of the applicant that the information provided fulfils the requirements stated in this Contract Notice.
Submission of applications for pre-qualification:
Requests for participation may not be submitted by e-mail. Instead, requests for participation must sent by post (or handed over) to the contact person named in section I.1. Requests for participation should preferably be submitted in two copies in a sealed envelope marked ‘Tempest test receiver — request for participation. Must not be opened in the reception.’
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 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 May 1997 regarding public payments. 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.
Noncompliance with formal requirements:
DALO reserves the right — but is not obliged — to use remedies equal to 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 June 2011) 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
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

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 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 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.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
3.11.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.063|