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 249-454124
Offentliggjort
28.12.2015
Udbudstype
Begrænset udbud

Udbyder

Danish Defence Acquisition and Logistic Organization

Vindere

(20.05.2016)
Shark Marine Technologies Inc.
4-23 Nihan Drive, St. Catharines
L2N 1L2 Ontario

Handheld sonar systems for mine clearance divers.


Danish Defence Acquisition and Logistic Organization

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Danish Defence Acquisition and Logistic Organization
c/o Kammeradvokaten, Vester Farimagsgade 23
For the attention of: Jens Balle
1606 Copenhagen
DENMARK
Telephone: +45 72307855
E-mail: jens@kammeradvokaten.dk

Internet address(es):

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

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
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:
Handheld sonar systems for mine clearance divers.
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: FCA Incoterms 2010 (The Supplier's place of business).
NUTS code
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
DALO intends to procure five handheld sonar systems for the Royal Danish Navy's mine clearance divers. These shall be waterproof and be able to operate at a depth of at least 60 m. The systems are intended for use in mine clearance operations and should be non magnetic according to STANAG 2897, Class B.
The systems shall be of the type ‘Navigator’ manufactured by Shark Marine with an original dual frequency SONAR module. It is important that the systems are of the type Navigator from Shark Marines since they have to be integrated with other equipment and Autonome Underwater Vehicles.
The systems are expected to be delivered with integrated GPS and a list of other accessories specified in section II.2.2 and in detail in the tender material.
II.1.6) Common procurement vocabulary (CPV)

38113000, 38110000, 37412240, 38114000

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:
DALO intends to procure five sonar systems as further specified in section II.1.5.
Estimated value excluding VAT:
Range: between 4 000 000 and 6 000 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: DALO will have the option to purchase accessories to the sonar systems such as Surface GPS, Floating GPS, Doppler log, Magnetometer ect. These accessories and the number of each accessory will be further specified in the tender material.
Provisional timetable for recourse to these options:
in months: 6 (from the award of the contract)
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
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
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 three 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 (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)
— The recipients of the deliveries
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 demonstrate experience with one or more similar deliveries within the past three years.
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 an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above, in terms of the nature and quantity of the previous deliveries. 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
Lowest price
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
1.2.2016 - 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
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
The sonars:
The handheld sonar systems must be of the type Navigator from Shark Marines since they have to be integrated with other equipment and Autonome Underwater Vehicles.
Submission of applications for prequalification:
Candidates are asked to submit applications for prequalification in 2 hardcopies and electronically on a CD/ USB or equivalent medium in a sealed envelope marked ‘Handheld sonar systems — Application. Must not be opened in the reception’. In case of discrepancy between the hardcopy and the electronic version, the hardcopy shall take precedence.
The application for prequalification cannot be submitted by e-mail.
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 upon request from the contact point stated in I.1 above.
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.
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 constructioncontracts (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 (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: http://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: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
21.12.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|