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 128-230495
Offentliggjort
06.07.2016
Udbudstype
Begrænset udbud

Udbyder

Forsvarsministeriets materiel- og indkøbsstyrelse

Opdateringer

Annullering
(16.07.2016)

Uafsluttet procedure
Ordretildelingsproceduren er forblevet resultatløs
Yderligere supplerende oplysninger
The contract notice have been published through Mercell (national tender platform).

End User Devices to use for dismounted soldiers


Forsvarsministeriets materiel- og indkøbsstyrelse

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Forsvarsministeriets materiel- og indkøbsstyrelse
Lautrupbjerg 1-5
For the attention of: Nurten Kayhan
2750 Ballerup
Denmark
E-mail: fmt-id-s503@mil.dk

Internet address(es):

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

Address of the buyer profile: http://permalink.mercell.com/59731031.aspx

Electronic access to information: http://permalink.mercell.com/59731031.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/59731031.aspx

Further information can be obtained from: DALO
2750
Ballerup
Denmark

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/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:
End User Devices to use for dismounted soldiers.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Hire purchase

NUTS code DK

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):

This tender Procedure concerns purchasing of End User Devices (EUD) in three sizes to use for the dismounted soldiers. DALO wish to purchase; EUD small EUD medium EUD Large These EUD's will be the soldier's communication equipment as mobil telephone and tablets. The EUD's shall be fittet with new software system and with extra plug. The EUD is to be used by the dismounted commanders and fire team leaders etc. to orient themselves on own forces location (blue force tracking), enemy reports, orders, messages and miscellaneous reports. At the same time the soldier could include digital maps and other image material for the specific mission. The Framework agreement is intended to be in force for 7 years. It will, however, be possible for DALO to terminate the agreement within this time-frame. The supplier shall have obtained the Technical Assistance Agreement (TAA) from Harris because the EUD's shall be able to communicate with Harris radio. This TAA is important, because United States government have a regulation, International Traffic in Arms Regulations (ITAR) that control export and import of defence-related articles and services on the United States Munitions List. These regulations implement the provisions of the Arms Export Control Act. The Technical Assisting Agreement (TAA) shall be present latest at the date of offer. The Purchaser is using Mercell sourcing service for this tender. To notify your interest and get access to any tender documents, you must copy and past the following link into the adress part on your browser http://permalink.mercell.com/59731031.aspx. Then choose the relevant tender. If you are not a license of Mercell Denmark A/S, fill out a registration on your company. This registration is required for your continued participation and is free of charge. After sending the registration you have free access to all tender documents. You will recieve access codes to www.mercell.dk during normal working hours.

II.1.6) Common procurement vocabulary (CPV)

32000000

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:
Estimated value excluding VAT: 38 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 10.9.2016. Completion 10.10.2023

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
.
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 should note that the contract will include labour clause in the Framework agreement.
III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation
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: .
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 list of the most important similar deliveries
carried out over the past five 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 — The recipients of the deliveries (specific names/countries are preferred, but need not necessarily be included; if no country specific information is included the candidates is asked to provide as much generic information as possible about the delivery).
Minimum level(s) of standards possibly required
The candidate must demonstrate experience with one or more similar deliveries within the past 5 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 minimum number 3 and maximum number 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/purchaser 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
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 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
2.8.2016 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
5.8.2016
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
Danish. 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:
Submission of applications for the prequalification: Candidates are asked to submit applications for prequalification via Mercell Sourcing Service The application for prequalification cannot 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, forms and templates for providing information ect. 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 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 the 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 the country in which the candidate is established and in
Denmark.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 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 not obliged — to use remedies equal to the remedies provided for in section 159 (5) of the Danish Act no. 1564 of 15.12.2015 on the tender procedures 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
Dahlerups Pakhus, Langelinie Allé 17
2100 København
Denmark
Telephone: +45 35291095
Internet address: http://erhvervsstyrelsen.dk/klagenævnet-for-udbud.

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: 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, 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, 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. the principle in § 185(2) of the Danish act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk).

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.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen
2500 København
Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://kfst.dk

VI.5) Date of dispatch of this notice:
1.7.2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|