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 237-429966
Offentliggjort
08.12.2015
Udbudstype
Begrænset udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Vindere

(28.04.2016)
ITW GSE ApS (AXA Power)
Smedebakken 31-33
5270 Odense N

Stationary and mobile power converters to deliver electrical power to aircrafts


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Forsvarsministeriets Materiel- og Indkøbsstyrelse
Lautrupbjerg 1
For the attention of: Johanne Liv Pedersen
2750 Ballerup
DENMARK
Telephone: +45 72571103
E-mail: fmt-id-s513@mil.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/53343974.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/53343974.aspx

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: Mercell Danmark A/S
DK
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
Telephone: +45 63133700
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/53343974.aspx

Tenders or requests to participate must be sent to: Mercell Danmark A/S
DK
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
Telephone: +45 63133700
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/53343974.aspx

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
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:
Stationary and mobile power converters to deliver electrical power to aircrafts.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Denmark.

NUTS code DK

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
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: 4

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

Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 DKK
II.1.5) Short description of the contract or purchase(s)
This framework agreement will cover converters to deliver electrical power to aircrafts. The stationary converters will primarily be used on airbases located in Denmark, and mobile converters will be used in shelters, aprons, hangars etc. on airbases in Denmark, as well as during deployment all over the world. The purpose with this tender, is to establish a framework agreement on stationary and mobile power converters, which is able to service the broad range of aircraft with 115 VAC, 400 Hz and/or 28 VDC electrical power. Therefore, the tenderer shall be able to deliver converters with 115 VAC, 400 Hz and 28 VDC electrical output.
Royal Danish Air Force (RDAF) are operating a wide range of different aircraft; small propeller aircrafts, fighter jets, helicopters and transportation aircraft from different airbases located in Denmark. Furthermore, RDAF are receiving visitors, who also expects to be serviced.
The duration of the framework agreement is 2 years, with the possibility of renewing the agreement on the same terms for a duration of 1 year. Renewal shall not take place more than 2 times. The duration of the agreement is therefore maximum 4 years total.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/53343974.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

31174000, 34960000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The quantity of converters to be purchased in the 4 year period is expected to be between 25-100.
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 24 (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:
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
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A declaration stating the candidate's solvency ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the preceding 3 financial years, in so far as such information is available. A declaration stating the annual turnover for the last 3 financial years available, in so far as information on such turnovers 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 15 000 000 DKK in each of the preceding 3 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 solvency ratio of at least 10 % for each of the preceding 3 financial years.
III.2.3) Technical capacity
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 years. If the list contains more than 10 references, only the first 10 will be considered. The list should preferably include: —A description of each delivery —Information on when it was carried out —The quantity of the delivered converters with power between 30-60 kVA —The quantity of the delivered converters with power above 60 kVA —The recipient airport of the deliveries (if no airport 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.
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
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on the following criteria, which will be weighted equally:
— the quantity of the delivered converters with power between 30-60 kVA, and
— the quantity of the delivered converters with power above 60 kVA, and
— the recipient airport of the deliveries.
We attach importance to the size of the airports delivered to, the quantity of converters delivered with power between 30-60 kVA, and of converters delivered with power above 60 kVA.
Please note that any ambiguities and/ or incomprehensibilities in the information submitted under 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 will be 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
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
11.1.2016 - 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.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
IV.3.8) Conditions for opening of tenders

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
Submission of applications for pre-qualification:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service (http://permalink.mercell.com/53343974.aspx).

The application for pre-qualification cannot be submitted by e-mail.
Pre-qualification Questionnaire:
DALO have prepared a pre-qualification 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 via Mercell Sourcing Service (http://permalink.mercell.com/53343974.aspx).

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 pre-qualification), 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 13.5.1997 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 pre-qualification questionnaire referred to above.
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.
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 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 (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:
3.12.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|