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 249-454705
Offentliggjort
28.12.2015

Udbyder

Danish Defence Acquisition and Logistics Organization

Satellite-related communications equipment


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)

Danish Defence Acquisition and Logistics Organization
Lautrupbjerg 1-5
For the attention of: Sofie Schummel Larsen
2750 Ballerup
DENMARK
Telephone: +45 51594165
E-mail: asla@kammeradvokaten.dk

Internet address(es):

General address of the contracting authority/entity: http://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: Kammeradvokaten
Vester Farimagsgade 23
Contact point(s): Kammeradvokaten
For the attention of: Sofie Schummel Larsen
1606 Copenhagen V
DENMARK
Telephone: +45 51594165
E-mail: asla@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 of WGS certified SATCOM-at-the-halt (SATH) terminals.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code DK0

II.1.3) Information on framework agreement
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s):
The Danish Defence Acquisition and Logistics Organization (DALO) intend to buy a number of new Wideband Global SATCOM (WGS) certified SATCOM-at-the-halt (SATH) terminals, designed for mounting on vehicles.
The SATH terminal shall only be operational while the vehicle is stationary. After the vehicle has come to a halt, the terminal shall automatically and within minutes set up a data connection via the WGS satellite. Before the vehicle starts to move, the antenna must be folded to a stowed position. When stowed, the antenna dimensions and shape must be optimized for minimum risk of damage when the vehicle is moving.
The SATH terminal shall have a robust construction and shall be tested for the harsh environment on a military vehicle and be designed for operation in both hot and cold climate zones. The terminal will be installed on either a tracked vehicle or a vehicle with wheels. The antenna part of the terminal will be installed on top of a military vehicle while the terminal control unit will be located inside the vehicle.
Connection to the Danish Anchor station shall be established via WGS satellites, operating in the military Ka-band. The antenna aperture size should be equivalent to a circular parabolic diameter of around 1 meter.
Terminal control shall be an easy one-man operation via a Graphical User Interface (GUI). The terminal must have an integrated WGS certified modem and be able to support IP based communication technology based on the iDirect platform.
The SATH terminal shall be delivered with an initial package of spare parts sufficient to ensure availability of parts during the defect liability period and all necessary documentation to operate, maintain and repair the SATH terminal included in the delivery.
A help-desk shall be made available during the defect liability period for both operational and technical assistance.
The delivery will also include a framework agreement concerning training courses regarding the delivered systems and spare parts for a period of 7 years from commencement.
II.1.6) Common procurement vocabulary (CPV)

32530000, 32531000, 35710000

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:
14 WGS certified SATCOM-at-the-halt (SATH) terminals, help-desk, initial spare part package and documentation supplemented with a framework agreement for the necessary additional spare parts and training.
Option for up to 14 additional WGS certified SATH terminals and 6 antenna mounting structure.
Estimated value excluding VAT:
Range: between 30 000 000 and 40 000 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: Option for:
a) up to 14 additional WGS certified SATH terminals; and
b) 6 antenna mounting structure.
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 84 (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 to which the performance of the contract is subject, in particular with regard to security of supply and security of information:

Candidates are specifically made aware that it may be a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen). Candidates should also note that the Danish legislation on industrial cooperation has been amended and that — as of 1.7.2014 — new rules on industrial cooperation have entered into force. Pursuant to the new rules, industrial cooperation may be required, in so far as a concrete assessment shows that such cooperation is necessary in order to safe-guard essential Danish security interests. Such an assessment is currently being made in relation to this contract. Pre-qualified tenderers will be informed of the outcome. The new rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperation-in-denmark.pdf

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 to which degree the candidate has fulfilled his obligations relating to the payment of direct and indirect taxes and social 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 must be submitted together with the tender, but is not required in application for pre-qualification. The solemn declaration must be dated 30 days or less prior to the deadline for submitting tenders. If the tender is submitted by a joint group of suppliers (e.g. a consortium) each member of the consortium must submit the solemn declaration, cf. section VI.3) below. As an alternative to a solemn declaration, a report from the Danish Business Authority (in Danish: ‘Service attest’) may be submitted. The report must be issued within the last 6 months before the deadline for submitting tenders. If the tender is submitted by a joint group of suppliers (e.g. a consortium) each member of the consortium must submit the report, cf. section VI.3) below.
III.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: The three latest annual reports or 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 5 000 000 EUR in each of the preceding three 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).
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) A list of the most important similar deliveries, cf. section II.1.5) 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 (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.
B) A list of deliveries of WGS certified satellite communication equipment within the past 5 years.
Minimum level(s) of standards possibly required
A) The candidate must demonstrate experience with five or more similar deliveries, , cf. section II.1.5) within the past 5 years.
B) Further the candidate must demonstrate experience with delivery of WGS certified satellite communication equipment within the past 5 years. The equipment does not need to be SATH equipment.
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 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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
Lowest price
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
4.2.2016 - 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.

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:
Candidates are asked to submit applications for pre-qualification in 3 hard copies and electronically on a USB or equivalent medium in a sealed envelope marked ‘Tender for SATH. Must not be opened in the reception’. In case of discrepancy between the hard copy and the electronic version, the hard copy shall take precedence.
The application for pre-qualification cannot be submitted by e-mail.
DALO have prepared a pre-qualification questionnaire (PQQ) which candidates are strongly encouraged to use when submitting their applications. The PQQ 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 in this Contract Notice. The PQQ is available upon request from the contact point stated in I.1) above. The candidate must in the request for the PQQ state which lot(s) the candidate intends to apply for pre-qualification for.
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.
Re. Section IV.1.1) This tender is conducted according to the negotiated procedure, cf. directive 2009/81/EC, article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers. However in regard to IV.1.1 DALO reserves the right to waive the negotiation procedure and to assign the contract on the basis of the first offer.
Re. Section IV.3.4) The stated time 13:00 is local Danish time.
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:
22.12.2015
Annonce Annonce
BREAKING
{{ article.headline }}
0.078|instance-web03