Fakta om udbudet
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
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)
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: FCA Incoterms 2010 (The Supplier's place of business).
NUTS code
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.
38113000, 38110000, 37412240, 38114000
Estimated value excluding VAT:
Range: between 4 000 000 and 6 000 000 DKK
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)
Section III: Legal, economic, financial and technical information
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.
Section IV: Procedure
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.
Section VI: Complementary information
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.
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
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.
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