Fakta om udbudet
Udbyder
Forsvarsministeriets Materiel- og Indkøbsstyrelse / Danish Defence and Logistics Organisation (DALO)
Repair and alignment services for Travelling Wave Tube Amplifiers (TWTA)
Forsvarsministeriets Materiel- og Indkøbsstyrelse / Danish Defence and Logistics Organisation (DALO)
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Forsvarsministeriets Materiel- og Indkøbsstyrelse / Danish Defence and Logistics Organisation (DALO)
Lautrupbjerg 1
For the attention of: Martin Sigsgaard
2750 Ballerup
Denmark
Telephone: +45 72572424
E-mail: fmi-id-slu04@mil.dk
Internet address(es):
General address of the contracting authority/entity: www.forsvaret.dk/fmi
Electronic access to information: http://permalink.mercell.com/58264163.aspx
Electronic submission of tenders and requests to participate: http://permalink.mercell.com/58264163.aspx
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: The above mentioned contact point(s)
Section II: Object of the contract
Main site or location of works, place of delivery or of performance: Maintenance and repair services.
NUTS code DK
Duration of the framework agreement
Duration in months: 84Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 DKKThe contract shall cover repair/renovation of defective TWTAs at fixed prices and test alignment of complete TWTAs at fixed prices. The total population of TWTAs is 21.
Repair service: An operating TWTA utilizes a Coupled Cavity Travelling Wave Tube (TWT), NSN 5960015755603. The repair service of the TWT is NOT included in this contract, and defective TWTAs may be submitted for service without TWTs.
Test and alignment: When submitted to test and alignment, the TWTA will be submitted including the TWT.
35722000, 34932000, 35723000, 38115000, 38115100
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Section III: Legal, economic, financial and technical information
The financial institution has to be approved by DALO.
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.
participants are required to undertake joint and several liabilities and to appoint one supplier to represent the
group.
a labour clause, cf. Appendix B clause 2.3.
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 three financial years available, in so far as information on such turnovers is available. The three latest annual reports or a declaration 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 three financial years, in so far as information such information 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 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 candidate must have had a positive equity ratio for each of the preceding three financial years.
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:The following documentation shall be submitted: 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 candidate is asked to provide as much generic information as possible about the delivery) 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 as a minimum one similar delivery within the past five years. By similar delivery means that the candidate must demonstrate knowledge in repairing high power electronics employing velocity modulated vacuum tubes.
Section IV: Procedure
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.
Section VI: Complementary information
permalink.mercell.com/58264163.aspx.
The application for prequalification cannot be submitted by e-mail.
DALO have prepared a prequalification questionnaire which candidates are strongly encouraged to use
when submitting 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/58264163.aspx.
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 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 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 prequalification
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.
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
8800 Viborg
Denmark
E-mail: klfu@erst.dk
Telephone: +45 35291095
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud
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 simultaneouslywith 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 inter-net address stated in section VI.4.1.
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://kfst.dk