23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 211-383809
Offentliggjort
02.11.2016
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Vindere

Headlamp and Tactical Light System

(26.04.2017)
Precision Technic Defence A/S
Vaarstvej 331
9260 Gistrup

Headlamp and Tactical Light System


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets Materiel- og Indkøbsstyrelse
16287180
Lautrupbjerg 1
Ballerup
2750
Denmark
Contact person: Michael Gadgaard Thomasen
Telephone: +45 72814071
E-mail: fmi-id-sla11@mil.dk
NUTS code: DK

Internet address(es):

Main address: http://permalink.mercell.com/59241311.aspx

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/59241311.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/59241311.aspx
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:

Headlamp and Tactical Light System.

II.1.2) Main CPV code
31521300
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Danish Defence and Logistic Organization (DALO) are putting the acquisition of Headlamp and Tactical Light System up for tender. This tender procedure concerns the award of framework agreement of a (1)Tactical Light System and a (2) Simple Headlamp for the Danish Defence. DALO will award 1 framework agreement to the tenderer who offer the ‘best price-quality ratio’.

(1) The Tactical Light System should be understood as a light system that is able to operate in different tactical environments and for everyday use. The light system is intended to be used both on the soliders helmet, mounted on rails, on Mondular Lightweight load-carrying Equipment and with different soft headwear.

(2) The Simple Headlamp shall be able to be mounted on the head with an adjustable headband.

The framework agreement shall include:

1) Tactical Light System;

2) Simple Headlamp;

3) Assortment of lamps in same 2 categories (Optional).

II.1.5) Estimated total value
Value excluding VAT: 12 000 000.00 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)
31521320
35810000
35813000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

DK0.

II.2.4) Description of the procurement:

Danish Defence and Logistic Organization (DALO) are putting the acquisition of Headlamp and Tactical Light System up for tender. This tender procedure concerns the award of framework agreement of a (1)Tactical Light System and a (2) Simple Headlamp for the Danish Defence. DALO will award one framework agreement to the tenderer who offer the ‘best price-quality ratio’.

(1) The Tactical Light System should be understand as a light system that is able to operate in different tactical environments and for everyday use. The light system is intended to be used both on the soliders helmet, mounted on rails, on Mondular Lightweight load-carrying Equipment and with different soft headwear such as beanie, cap or a cold weather hat. In order to fulfil the different use purposes, the light system must be 1 lamp which is possible to mount or wear different places as described. The Tactical Light System must be moutable on the Danish Defence helmet (rail), in MOLLE and in a headband.

The primary use will be lighting up an area as far as three (3) meters in front of the solider, with the Tactical Light System worn on the head or mounted on a helmet (reading maps, see what is in front of the soldier etc.). The Tactical Light System will be used as a tool for solving a lot of general military tasks, but it is not intended for use were special equipment such as an explosive ordnance disposal (EOD) specific model is needed.

The best estimaed volume pr. year is 3 000 units — DALO are not obligated to buy this amount of Tactical Light Systems.

DALO expect an Initial Acquisition of Tactical Light System of: 10 000 units. DALO will not be obligated to any initial acquisition and its only an expected initial acquisition.

(2) The Simple Headlamp shall be able to be mounted on the head with an adjustable headband. The Simple Headlamp shall have a withe light and be able to light up with a area as far as 5 meters in front of the user. Lower consumption is appreciated.

The best estimated volume pr. year is 1 000 units. DALO are not obligated to buy this amount of Simple Headlamps.

(3) Assortment.

In addition to the mandatory products the tenderer also have the opportunity to offer an assortment of other similar alternative lamps in the same product category.

The framework agreement shall include:

1) Tactical Light System;

2) Simple Headlamp;

3) Assortment of lamps in same two categories (optional).

The Agreement is entered into by DALO. However all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence Subjected to the command of the Chief of Defence or other authorities herunder the Danish Police and the Danish Emergency Management Agency shall be entitled to use the Agreement for the purchase of products included in the Deliverables on the terms and conditions of the agreement.

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: 12 000 000.00 DKK
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.2.10) 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 the knowledge of the market that tenderers who would be able to offer a Tactical Light System also will be able to offer a Simple Headlamp. Diving the contract into lots would unduly increase the transaction costs for DALO.

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

The candidate must use 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 minimum requirement stated below with respect to the the standards required, and how the candidate fulfils the objective and non-discriminating criteria for prequalification, 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

Minimum level(s) of standards possibly required:

The candidate must demonstrate experience with as a minimum one similar delivery within the past 3 years. The information must be stated in the European Single Procurement Document, section IV.C.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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: 09/01/2017
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: 9 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 10/01/2017
Local time: 00:00

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.

The candidates must use the electronic version of the European Single Procurement Document (eESPD) available at http://ec.europa.eu/groth/tools-databases/espd/welcome. On this website the xml-file available at the URL adress in section I.3) must be imported and completed. No other versions of the European Single Procurement Document than the eESPD should be used.

A candidate participating alone and who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall only complete one European Single Procurement Document.

Please note that in relation to section III.1.2) and III.1.3), a candidate may rely on the capacities of other entities (eg. a parent or sister company or a subsupplier), regardless of the legal nature of the links between them. In this case, the candidate 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. Additionally, where the candidate wants to rely on the capacities of other entities, the candidate 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, e.g. by completing the form for submission of commitment which is available at the Instructions to Tenderers, Enclosue 5. The form for submission of commitment and the letter(s) of comfort herein must be completed in addition to the ESPD. DALO strongly encourages the candidates/tenderers to use this form when submitting their applications/offers. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements.

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. §§ 151-155 of the said Act. 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 one 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.

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, Nævnens Hus (Thye Complaints Board for Public Procurement)
Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.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 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 (The Danish Competition and Consumer Authorit)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41415000
E-mail: kfst@kfst.dk
VI.5) Date of dispatch of this notice:
28/10/2016

Send til en kollega

0.078