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 132-237312
Offentliggjort
12.07.2016
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Vindere

TV distribution equipment

(22.12.2016)
Seasat A/S
Theilgaards Torv 4
4600 Køge

TV-distribution equipment


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets Materiel- og Indkøbsstyrelse / Danish Defence Acquisition and Logistics Organization
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Martin Sigsgaard
Telephone: +45 72572424
E-mail: fmt-id-s214@mil.dk
NUTS code: DK0

Internet address(es):

Main address: www.forsvaret.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/56715016.aspx
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
Defence

Section II: Object

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

 

TV-distribution equipment.

 

II.1.2) Main CPV code
32000000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

The Royal Danish Navy (RDN) operates a wide range of different vessels, primarily in Denmark, but also in various foreign locations. The purpose of this tender, is to establish a framework agreement on TV-distribution equipment, which is able to distribute TV-transmissions and internal information to TV's (and other kind of TV-receivers) on-board the vessels. The framework agreement will cover the purchase of the equipment and spare parts.

 

II.1.5) Estimated total value
Value excluding VAT: 1 800 000.00 DKK
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)
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

 

The Royal Danish Navy (RDN) operates a wide range of different vessels, primarily in Denmark, but also in various foreign locations.

The purpose of this tender, is to establish a framework agreement on TV-distribution equipment, which is able to distribute TV-transmissions and internal information to TV's (and other kind of TV-receivers) on-board the vessels. RDN is currently in need of 12-14 new head-end-units in various configurations.

On-board the ships, TV-transmissions are collected from multiple sources in different formats. These TV-transmissions are distributed to several users, who individually can choose any desired channel on the system. The Infrastructure for distribution to users, is previously installed. Most vessels contains a combination of Local Area Networks (LAN) (either cobber or fiber based) for digital distribution and coaxial cables for analog distribution. Some vessels contains only analog, coaxial distribution.

The TV-distribution equipment (Head-end-unit) will be integrated with existing equipment.

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/56715016.aspx then choose the relevant tender.

 

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: 1 800 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

 

1x12 months.

 

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

 

DALO has decided not to divide the contract into lots, due to low complexity nature of the project, as this would unduly increase the cost for all concerned. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

 

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:

 

The candidate must use the European Single Procurement Document as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the the standards required, cf. § 148(1), cf. § 145(2) of the Danish Act on Public Procurement (act no 1564 of 15.12.2015 — available at: www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with§ 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

In this respect the following documentation shall be submitted:

The 3 latest annual reports or a declaration stating the annual turnover for the last 3 Financial years available, in so far as the information on such turnovers are available.

The 3 latest annual reports or extract here of or other documentation stating the candidate's equity ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the preceding 3 financial years, in so far as such information is available).

 

Minimum level(s) of standards possibly required:

 

The candidate must have had an annual turnover of at least 3 600 000 DKK in each of the preceding 3 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). The information must be stated in the European Single Procurement Document, section IV.B.

The candidate must have had an equity ratio of at least 10 percent for each of the preceding 3 financial years. The information must be stated in the European Single Procurement Document, section IV.B.

Please note, that the candidate may rely on the capacities of other entities (e.g. a parent or sister company or a sub-supplier), regardless of the legal nature of the links between them. Where a tenderer wants to rely on the capacities of other entities, it shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract. If such documentation is not provided DALO cannot take the other entities’ capacities into account. DALO has made a form for submission of the commitment which is available at: http://permalink.mercell.com/56715016.aspx and which must be completed in addition to the European Single Procurement Document. DALO strongly encourages the tenderers to use this form when submitting their offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.

If the offer is submitted by a joint group of suppliers (e.g. a consortium) or if the candidate is relying on the capacity of other entities the equity ratio is calculated by adding up the equity for the candidate applying and the equity for the other entities, and adding up the total assets for the candidate applying and the equity for the other entities. Then the equity ratio is calculated as dividing the total equity by the total assets for the applying candidate and the other entities together.

DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liability for the performance of the contract.

 

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

 

The candidate must use the European Single Procurement Document as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the standards required, and how the candidate fulfils the objective and non-discriminating criteria, cf. § 148(1), cf. § 145(2) of the Danish Act on Public Procurement (act no 1564 of 15.12.2015 — available at: www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with § 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

In this respect the following documentation shall be submitted:

A list of the most important similar deliveries carried out over the past 3 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, including size of recipient (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).

 

Minimum level(s) of standards possibly required:

 

The candidate must demonstrate experience with as a minimum 1 similar delivery within the past 3 years. With "Similar delivery" DALO means a product/service which fulfils the requirements presented in the tender material and which is suitable for the purpose intended by DALO. The information must be stated in the European Single Procurement Document, section IV.C.

DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liability for the performance of the contract.”

Please note, that the candidate may rely on the capacities of other entities (e.g. a parent or sister company or a sub-supplier), regardless of the legal nature of the links between them. Where a tenderer wants to rely on the capacities of other entities, it shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract. If such documentation is not provided DALO cannot take the other entities’ capacities into account.

DALO has made a form for submission of the commitment which is available at: http://permalink.mercell.com/56715016.aspx and which must be completed in addition to the European Single Procurement Document. DALO strongly encourages the tenderers to use this form when submitting their offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.

 

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

 

The Framework must to a relevant extend be performed while observing the conventions underlying the principles of the UN Global Compact initiative, and as expressed in the OECD guidelines for multinational companies. Additionally, DALO is obliged, pursuant to ILO nr 94, to ensure, that the Supplier and any subcontractor ensure 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 favourable 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. Candidates should note that the contract will include an appendix concerning Corporate Social Responsibility with a labour clause, cf. Appendix B clause 2.3.

 

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
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/08/2016
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Date: 15/08/2016
Local time: 13:00

Section VI: Complementary information

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

 

In accordance with the Danish Act on Public Procurement (act no 1564 of 15.12.2015 — available at: www.retsinformation.dk) § 148 DALO must demand that the candidate completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the requirements listed in § 148(1) of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

A candidate participating alone and who does not rely on the capacity of other entities to fulfil the criteria, cf. III.1.2) and III.1.3) shall only complete 1 European Single Procurement Document.

A candidate participating alone who does rely on the capacity of other entities to fulfil the criteria shall ensure that DALO receives his own European Single Procurement Document together with a separate European Single Procurement Document with the relevant information for each of the entities that the candidate relies on. Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in section II-IV.

Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. §§ 151 and 152 of the said Act. Further information and the applicable time limit is found in the tender documents. DALO further reserves the right to at any stage of the tender procedure to request a candidate/tenderer to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DALO will set an appropriate time limit for submission of the documentation. DALO shall exclude a candidate/tenderer from participation in the tender procedure, if the candidate/tenderer is subject to 1 of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The candidate/tenderer shall submit information in this respect in the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act.

Please refer to The Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Procurement Document.

Candidates are asked to submit offers via Mercell Sourcing Service: http://permalink.mercell.com/56715016.aspx The offer cannot be submitted by e-mail.

Any questions and answers with respect to the tender procedure will be made available on: http://permalink.mercell.com/56715016.aspx Interested parties are encouraged to hold themselves updated at the website.

Please note, that each tenderer can only submit 1 offer. If the same legal entity is a part of or in any other way participates in several offers, e.g. submits his own offer and at the same timed participates in a consortium which also tenders, the candidates shall ensure that the same legal entity's participation does not provide for opportunity for mutual coordination of the different candidates offers. DALO reserves the right to request the candidates to establish that the same legal entity's participation does not provide opportunity for coordination of the different tenderers' offers, including that steps have not been taken that could threaten the transparency and distort competition between the tenderers.

For further information see the ‘additional information’ document available at the URL address in Section I.3)

 

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

Internet address:http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

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:

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 standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill 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 41715000
E-mail: kfst@kfst.dk

Internet address:http://kfst.dk

VI.5) Date of dispatch of this notice:
07/07/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web02