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
2016/S 117-207688
Offentliggjort
20.06.2016
Udbudstype
Begrænset udbud

Udbyder

Danish Meteorological Institute (DMI)

Delivery, installation and commissioning of three dual-pol C-band radars


Danish Meteorological Institute (DMI)

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Meteorological Institute (DMI)
DK
Lyngbyvej 100
København Ø
2100
Denmark
Contact person: Anette Boiesen Petersen
Telephone: +45 39157500
E-mail: radar@dmi.dk
NUTS code: DK021

Internet address(es):

Main address: www.dmi.dk

Address of the buyer profile: http://radarproject.dmi.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://radarproject.dmi.dk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

 

Delivery, installation and commissioning of three dual-pol C-band radars.

 

Reference number: Radar 2015-383
II.1.2) Main CPV code
38127000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

Please see Section II.2.4.

 

II.1.5) Estimated total value
Value excluding VAT: 3 500 000.00 EUR
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
38127000
II.2.3) Place of performance
NUTS code: DK0
NUTS code: DK050
NUTS code: DK032
NUTS code: DK022
Main site or place of performance:

 

Sindal: Teklaborgvej 125, DK-9870 Sindal, Denmark,

Rømø: Vestervej, Juvre, DK-6782 Rømø, Denmark,

Stevns: Mandehoved 10A, Sigerslev, DK-4660 Store Heddinge, Denmark.

 

II.2.4) Description of the procurement:

 

The Danish Meteorological Institute (DMI) hereby procures an acquisition contract concerning the delivery, installation and commissioning of three (3) dual-pol C-band radars including a radome for each radar.

The acquisition furthermore includes an obligation to deliver spare parts and services, both on site services and a service hotline on a hourly basis. The opportunity of buying spare parts and services is determined to a period of 4 years.

The 3 new radars will replace existing radars in the DMI network, leaving the number of operational weather radars in the resulting DMI network unchanged at five.

The technical requirements for the dual-pol C-band radars are outlined in the Appendix 2 of the contract. This appendix includes several minimum requirements and competitive requirements of which some are weighted higher in terms of evaluation matters.

Please note that the tender material will only be available at the website http://radarproject.dmi.dk. The Tenderer can access and download the material with the following log in information.

— username: ‘wram16tender’

— password: ‘DMIradar16’

The delivery includes:

— three dual-pol C-band radars

— a radome for each radar,

— complete duplicates of the three radar servers for the purpose of back up

— a platform solution for each radar. Please note: DMI prefers the existing platforms to be reused.

— delivery on site

— installation on the on sites mentioned below,

— documentation covering both the hardware and the software

The installation at the three radar sites shall be implemented and completed within the following time windows:

— Installation at Sindal, Teklaborgvej 125, DK-9870 Sindal, Denmark, 1.4.2017 — 20.5.2017

— Installation at Rømø, Vestervej, Juvre, DK-6782 Rømø, Denmark, 20.8.2017 — 15.9.2017

— Installation at Stevns, Mandehoved 10A, Sigerslev, DK-4660 Store Heddinge, Denmark, 1.10.2017 — 27.10.2017

Please note that installation of the radars may not take place at the same time.

DMI will make the sites ready for the radar installations, e.g. remove redundant equipment beforehand.

 

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: 3 500 000.00 EUR
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 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 carried out over the past 3 years in comparison to the contract/purchases described in section II.2.4, 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.1.3 may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

 

DMI has decided not to divide the contract into lots as this would undnuly increase the cost for the tender and the price for the radars. Furthermore the procurement of 1 overall contract will ensure technical and qualitative unified and standardized radars, which ensures the compatibility within the Danish weather radar network.

 

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

Equity: The candidate must submit the candidate's annual Equity for the most recent financial years available, so far as information on such turnovers is available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group.

Turnover: The candidate must submit the candidate's annual Equity for the most recent financial years available, so far as information on such turnovers is available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group.

 

Minimum level(s) of standards possibly required:

 

Equity: As a minimum requirement, an equity is required of at least 10 000 000 DKK in the most recent financial year available. If the operator relies on the capacity of other entities, the equity is calculated as the total equity of the operator and such other entities for the most recent financial year available. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the participants for the most recent financial year available.

Turnover in the most recent financial year: As a minimum requirement, a total annual turnover of at least 40 000 000 DKK in the most recent financial year available is required. If the applicant relies on the capacity of other entities, the turnover is calculated as the total turnover of the applicant and such other entities for the most recent financial year available. For groups of operators (e.g. a consortium), the equity is

calculated as the total equity of the members of the group for the most recent financial year available.

The applicant has to state the above demanded information in the ESPD (European Single Procurement Document), Part IV, section B.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

A list of references in respect of the principal deliveries similar to those referred to in Sections II.2.4), delivered and installed under similar climate conditions to Denmark (Appendix 14) and effected by the applicant in the past three years, depending on the date when the applicant was set up or started trading. The contracting authority would prefer that the list includes a short description of the project and the role undertaken by the applicant in connection with its performance, with the sum, dates and recipients involved.

For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group.

 

Minimum level(s) of standards possibly required:

 

Technical qualifications and know how: As a minimum requirement, the applicant has to provide at least one (1) reference of deliveries similar to those referred to in Sections II.2.4), delivered and installed under similar climate conditions to Denmark (Appendix 14) and effected by the applicant in the past three years, depending on the date when the applicant was set up or started trading.

The applicant has to state the above demanded information in the ESPD (European Single Procurement Document), Part IV, section C.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

In the contract, the corporate social responsibility requirement, as laid down in the conventions on the basis of which the principles of the UN Global Compact are worded and as laid down in the OECD Guidelines for Multinational Enterprises, will be incorporated to the extend relevant. It will furthermore be a contractual that workers employed by the supplier and any subcontractors who contribute to the performance of the contract are secured pay, including special allowances, hours of Work and other working conditions which are not less favorable than those established for Work of the same character under a collective agreement entered into by the most representative organizations of workers and employers in Denmark in the trade or industry concerned being in force throughout the territory of Denmark, see ILO Convention no. 94 concerning labor clauses in public contracts and Circular no. 9471 of 30.6.2014. ‘Contribute to the performance of the Contract’ means

Work performed in Denm.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S: 2014/S 181-319069
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/07/2016
Local time: 08:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 22/07/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.3) Additional information:

 

The application for pre-qualification cannot be submitted by e-mail.

Regarding the Contract in question:

1) As regards Section II.1.5 and II.2.6) please note that the amount is an estimate of the expected contract price for the entire duration of the contract, including services and spare parts.

2) As regards Section II.2.7) please note that the duration of the contract stated is from signing of the contract.

3) Any questions and answers in connection with requests for pre-qualification will be published at the procurement website: http://radarproject.dmi.dk. Those interested are encouraged to stay informed by regularly accessing the website.

4) A site visit of relevant radar facilities will be possible for the operators that are invited to participate after the pre-qualification, cf. section IV.1.2). The site visit is arranged to provide the tenderers with more details regarding the radar sites before submitting their tenders. However, the tenderers must base their tenders on the written information stated in the tender documents. During the site visit/inspection, the tenderers may ask questions which are directly related to the subject matter of the site visit/inspection and which are not of

material significance to the call for tenders. Any other questions must be put in writing. The contracting authority will draw up brief minutes of the site visit/inspection.

5) As regards Section II.2.9) please note that each applicant may only submit one request for pre-qualification. If the same legal entity is part of or otherwise participates in several requests for pre-qualification, for example submits its own request and, at the same time, participates in a consortium, such applicants must ensure that the participation of the same legal entity does not entail an opportunity to mutually influence the content of the tenders of the various tenderers. The contracting authority reserves the right to request applicants to substantiate that the participation of the same legal entity does not entail an opportunity of mutually influencing the content of the tenders of the various tenderers, including that a practice is not followed which may threaten transparency and distort competition between the bidders.

6) The contracting authority would prefer that the request for pre-qualification is sent in 5 hard copies and in 5 electronic versions (e.g. on a USB stick or equivalent). The request for pre-qualification and the tender may not be submitted by e-mail. In the event of possible differences between the hard copy version and the electronic version, the hard copy version will take precedence. The envelope should be marked ‘Prequalification/Tender regarding the delivery, installation and commissioning of dual-pol C-band radars for the Danish weather radar

network — May not be opened by the internal mail department’.

7) DMI reserves the right — but is not obliged — to use the remedies provided for in Section 159(5) of the Danish Act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk) if applications or offers do not fulfil the formalities of the tender documents.

8) This tender procedure is conducted subject to the achievement of the necessary funding basis.

9) As regards Section IV.2.4) it is noted, that the daily verbal work language also will be English.

Please note that additional information to this contract notice is stated in a separate document Enclosure 4 to the Instructions to Tenderer named ‘Additional information to the contract notice’. This document has to be read carefully together with the contract notice.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Dehlerups Pakhus, Langelinie Allé 17
København Ø
2100
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:http://kflu.dk

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

Pursuant to Danish Act on The Complaints Board for Public Procurement (act no. 492 of 12.5.2010 with subsequent amendments — available at www.retsinformation.dk), the following time limits for filing a complaint apply:

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, cf. § 171(2) of of the Danish act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk) or § 2(1) of the Danish Act on The Complaints Board for Public Procurement, 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:

1) 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).

2) 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that

the contracting authority has entered into a contract based on a framework agreement through reopening of

competition or a dynamic purchasing system, provided that the notification includes a short account of the

relevant reasons for the decision.

3) 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers

involved that the contracting authority has entered into the framework agreement, cf. § 2(2) or § 171(4) of

the Act on Public Procurement, provided that the notification included a short account of the relevant

reasons for the decision.

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his

decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement.

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 stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The e-mail of The Complaints Board for Public Procurement is stated in section VI.4.1.

The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the internet address stated in section VI.4.1.

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715100
E-mail: kfst@kfst.dk

Internet address:http://kfst.dk

VI.5) Date of dispatch of this notice:
15/06/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|