23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 130-233645
Offentliggjort
08.07.2016
Udbudstype
Udbud efter forhandling

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Variable Message Format Data Modems


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
For the attention of: Tanja Goth-Eriksen
2750 Ballerup
Denmark
Telephone: +45 72571135
E-mail: fmt-ja17@mil.dk

Internet address(es):

Electronic access to information: http://permalink.mercell.com/59634352.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/59634352.aspx

Further information can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
Denmark
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/59634352.aspx

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
Denmark
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/59634352.aspx

Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
Denmark
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/59634352.aspx

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:
Variable Message Format Data Modems.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
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):
The Danish Defence Acquisition and Logistics Organization (DALO) wishes to procure 29 ea. Variable Message Format Data Modems including Special Tools, Test Equipment, Test Software, and Training with an option to procure additional 8 ea. Variable Message Format Data Modems and options for additional Support and Integration for the Royal Danish Air Force (RDAF) F-16 fighter aircraft in S1.1 avionics configuration.
The RDAF F-16 in S1.1 Operational Flight Program (OFP) configuration is capable of receiving messages in the Air Force Applications Program Development (AFAPD) format. The VMF-IDM shall translate between VMF messages (radio side) and AFAPD messages (aircraft side). The integration of the VMF IDM should to the extent possible utilize the existing AFAPD MMC interface to handle VMF CAS messages. In the cases where a direct translation is not possible the Supplier shall propose an alternative method for the implementation of the VMF message. The existing legacy Air-to-Ground (A/G) AFAPD communication protocols shall be retained. The Tactical Fire Direction System (TACFIRE) communications protocols should be retained. The VMF-IDM shall not negatively influence other existing subsystems. The VMF IDM shall — if requested by
DALO — be tested with the F-16 OFP in the Systems Integration Laboratory (SIL) at Hill Air Force Base. DALO may request the F-16 System Program Office (SPO) at Wright Patterson Air Force Base to issue a Flight Clearance before delivery.
The tenderer should as part of the offer perform a Ground Demonstration in Denmark.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/59634352.aspx. Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

35700000, 35640000, 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:
DALO wishes to procure 29 ea. Variable Message Format Data Modems, including Special Tools, Test Equipment, Test software and Training with an option to procure additional 8 ea. Variable Message Format Data Modems and additional Support and Integration.
Estimated value excluding VAT:
Range: between 10 000 000 and 15 000 000 DKK
II.2.2) Information about options
Options: yes
Description of these options: DALO wishes to include an option for additional 8 ea. Variable Message Format Data Modems and an option to purchase support and integration test of the VMF IDM in the SIL, and an option to purchaser documentation / source data for integration into the F-16 Joint Mission Planning System (JMPS).
Provisional timetable for recourse to these options:
in months: 24 (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
Duration in months: 24 (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 should note that the contract will include a labour clause 4.10.
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: 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 the country in which the candidate is established and in Denmark. A template for the declaration will be provided with the tender documents.
III.2.2) Economic and financial ability
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 (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 -The recipients 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) If the application is submitted by a joint group of suppliers (e.g. a consortium) this information should be provided for each member of the group. 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 deliveries within the past five years in all of the below mentioned areas:
— integrating subsystems onto a MMC-7000 (Modular Mission Computer) based F-16, and
— implementing VMF (Variable Message Format) protocols into airborne data modems, and
— working with the F-16 SPO (Systems Program Office), SIL (Systems Integration Laboratory) and Flight Testing activities, and
— editing source documentation for use in the USAF (United States Air Force) Technical Order documentation system.
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 of the 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 limiter 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
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
5.8.2016 - 09:00
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:
Negotiated procedure
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. As part of the negotiations the tenderers are invited to perform a Ground Demonstration test as part of the negotiations.
Submission of applications for pre-qualification:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service http://permalink.mercell.com/59634352.aspx.

The application for pre-qualification cannot be submitted by e-mail.
Pre-qualification Questionnaire:
DALO have prepared a pre-qualification questionnaire which candidates are strongly encouraged to use when submit-ting 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 via Mercell Sourcing Service http://permalink.mercell.com/59634352.aspx.

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.
Non-compliance with formal requirements:
DALO reserves the right — but is 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 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 (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 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.
The 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.4.3) 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:
5.7.2016

Send til en kollega

0.095