Fakta om udbudet
Udbyder
Danish Defence Acquisition and Logistics Organizations
Military electronic systems
Danish Defence Acquisition and Logistics Organizations
Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority/entity
Danish Defence Acquisition and Logistics Organizations
Lautrupbjerg 1-5
Contact point(s): Maria Højland Boesen
2750 Ballerup
Denmark
Telephone: +45 72814199
Internet address(es):
General address of the contracting authority/entity: https://www.ethics.dk/ethics/eo#/6180ee0e-1b18-4898-8afd-29b412b757a4/homepage
Electronic access to information: https://www.ethics.dk/ethics/eo#/6180ee0e-1b18-4898-8afd-29b412b757a4/homepage
Electronic submission of tenders and requests to participate: https://www.ethics.dk/ethics/eo#/6180ee0e-1b18-4898-8afd-29b412b757a4/homepage
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
Purchase
Main site or location of works, place of delivery or of performance: Place of delivery unknown.
NUTS code DK0
Duration of the framework agreement
Duration in months: 48Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:Range: between 1 000 000 and 6 000 000 DKK
The shot detection systems will be used by the Danish Defence in both domestic and international missions to provide warnings to the crew when a supersonic round is passing the vehicle. The system shall be able to geo-reference the location of the enemy shooters.
The system shall be a stand-alone system and work autonomously from other systems. By a stand-alone system, DALO means a shot detection system which consists of all the required components to identify, recognize and geo-reference the location of an enemy shooter, without the use of input from other 3rd party systems (examples of 3rd party systems are Battle Management Systems, INU and/or GPS feeds). The size of one sensor unit shall not exceed (H x W x L) 20 cm x 40 cm x 40 cm, as anonymity/discretion is required in some operations. The system will on an ad hoc basis be installed on different vehicles - both civilian and military non-armored vehicles.
The shot detection system is expected to operate both day and night in a variety of weather and climatic conditions ranging from freezing snowy conditions, through temperate wet and foggy conditions to hot conditions. The system shall furthermore be able to cope with i.a.vibrations and electromagnetic fields around the vehicles.
The system will be used on wheeled vehicles.
The framework agreement also covers related services including education, software updates and service, and support.
35700000, 35120000, 35710000, 35400000
Range: between 1 000 000 and 6 000 000 DKK
Number of possible renewals: 3
Section III: Legal, economic, financial and technical information
At present, this is Danish consolidation act. nº 798 of 6.2007 which requires invoicing to be done electronically. Exact terms will be stated in the contract.
The framework agreement contains a clause regarding information about the use of subcontractors.
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 request for participation), the tenderers must submit a solemn declaration stating to which degree the tenderer has unpaid overdue debt in relation to tax, duties or social security contributions under Danish law or under the law of the country in which the tenderer is established. A template for the declaration will be provided with the tender documents, and the tenderer is encouraged - but not obliged - to use it.Be advised, that DALO shall exclude a tenderer which has an unpaid overdue debt of DKK 100,000 or more to public authorities in relation to tax, duties or social security contributions under Danish law or under the law of the country in which the tenderer is established.
However, DALO may not exclude a tenderer which has provided sufficient documentation that the tenderer is reliable. DALO will decide whether the documentation is sufficient, hence the tenderer is considered reliable, based on the guidelines equal to the guidelines provided for in Section 138(1-4) of the Danish Act no. 1564 of 15.12.2015 - The Public Procurement Act.
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: Annual reports or excerpts hereof or other documentation stating the candidate's equity capital and 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 last 3 financial years, to the extent such information is available.Minimum level(s) of standards possibly required: The candidate must have had a positive equity capital in each of the last 3 financial years and furthermore an equity ratio of at least 5% for each of the last 3 financial years. The equity ratio is calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100).
If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity capital is the sum of all the participants’ equities and the equity ratio is calculated by dividing the sum of all the participants’ equities with the sum of all the participants’ total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.
If the candidate relies on the economic and financial standing of an entity or entities, the equity capital is the sum of the candidate’s and the entity or entities’ equity and the equity ratio is calculated by dividing the sum of the candidate’s and the entity or entities’ equity with the sum of the candidate’s and the entity or entities’ total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.
Please note that a candidate may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a sub-supplier), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies.
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 (references) cf. section II.1.5, carried out within the past 5 years prior to the deadline for the request to participate. Similar deliveries mean, deliveries of shot detection systems where the sensor unit is similar in nature to the purchases described in section II.1.5, thus does not necessarily have to be delivery of stand-alone systems.
Only the deliveries (references) performed at the time of the deadline for the request to participate will be considered when assessing if the minimum requirement for suitability stated below is fulfilled, which candidate has documented the most relevant previous deliveries.
If the delivery in question is ongoing, it is only the part of the supplies performed and completed at the time of the deadline for the request to participate which will be included in the assessment of the delivery (reference).
The list should preferably include a short description of each delivery. The description of the deliveries should include a clear indication of which specific parts the deliveries are similar to the supplies, described in section II.1.5, including preferable whether the sensor unit is similar in nature. The description should also include a description of the candidate's participation/role in the performance of the deliveries.
The description should also contain information on the date of the deliveries, the size and/or value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary if no country-specific information is included, the candidate is asked to provide as much generic information as possible about the delivery, including whether it was to a NATO country). When specifying the date for the deliveries, the candidate should state the date for the commencement and completion of the deliveries. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set.
Please note that a candidate may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub-supplier), irrespective of the legal nature of the relations between the candidate and the entity or entities on which the candidate relies.
Minimum level(s) of standards possibly required
The candidate must demonstrate experience with as a minimum 3 similar deliveries to one or more NATO countries within the past 5 years prior to the deadline for the request to participate.
Similiar deliveries mean, deliveries of shot detection systems where the sensor unit is similar in nature to the purchases described in section II.1.5, thus does not necessarily have to be delivery of stand-alone systems.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on an evaluation of those candidates that have documented the most relevant previous smilar deliveries of shot detection systems in comparison to the purchases described in section II.1.5) above.
Similiar deliveries mean, deliveries of shot detection systems where the sensor unit is similar in nature to the purchases described in section II.1.5, thus does not necessarily have to be delivery of stand-alone systems.
The evaluation will be based on the list of references submitted by the candidates according to section III.2.3).
Please note that any ambiguities and/or incomprehensibility in the information submitted may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
Prior information notice
Notice number in the OJEU: 2016/S 082-145835 of 27.4.2016
Section VI: Complementary information
Tenderers are expressly made aware that DALO reserves the right to regard the INDO as a best and final offer (BAFO) and to close the tender procedure and award the Contract on the basis of the submitted INDO, ie. without conducting any negotiations.
Please note, that each candidate can only submit 1 request for participation. If the same legal entity is a part of or in any other way participates in several applications, e.g. submits his own application and at the same time participates in a consortium which also applies, the candidates shall ensure that the same legal entity’s participation does not provide for opportunity for mutual coordination of their applications and offers.
DALO reserves the right to request the candidates to establish and reassure DALO that the same legal entity’s participation does not threaten the transparency and distort competition between the tenderers.
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, the Public Procurement Act, if applications or tenders do not fulfill the formalities of the tender documents.
DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on the undertake joint and several-liability for the performance of the contract.
Candidates are asked to submit their request to participate via ETHICS. The permalink is stated in section I.1). The request to participate 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 of this Contract Notice. However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfills the requirements.
The questionnaire is available via ETHICS. The permalink is stated in section I.1).
According to the EU defense directive, a candidate may rely on the economic and financial standing and/or technical and/or professional 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.
Klagenævnet for udbud (The Complaints Board for Public Procurement)
Nævnenes Hus
Toldboden 2
8800 Viborg
Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405708
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud.
Precise information on deadline(s) for lodging appeals: Pursuant to Section 3 of the Danish Consolidation Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement (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, cf. § 7(1) of the Act on the Complaints Board for Public Procurement, provided that the notification includes a short account of the relevant reasons for the decision.Other complaints must in accordance with § 7(2) of the Act on the Complaints Board for Public Procurement 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 the 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 Public Procurement Act (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 Complaints Board for Public Procurement’s own guidance note concerning complaints is available at the internet address stated in section VI.4.1.
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