23948sdkhjf

Fakta om udbudet

EU-nr
2019/S 096-231483
Offentliggjort
20.05.2019
Udbudstype
Udbud efter forhandling

Udbyder

Danmarks Meterologiske Institut

Vindere

Framework Agreement: Delivery of Data Loggers and MIPS Software Including Related Services

(17.01.2020)
Scanmatic AS
Bedriftsveien 17
4841 Arendal

Framework Agreement: Delivery of Data Loggers and MIPS Software Including Related Services


Danmarks Meterologiske Institut

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danmarks Meterologiske Institut
1815 9104
Lyngbyvej 100
København Ø
2100
Denmark
Contact person: DMI - Eva Howe
E-mail: eho@dmi.dk
NUTS code: DK

Internet address(es):

Main address: www.dmi.dk

Address of the buyer profile: www.eu-supply.com/ka.asp

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=239140&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=239140&B=KA
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
General public services

Section II: Object

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

Framework Agreement: Delivery of Data Loggers and MIPS Software Including Related Services

II.1.2) Main CPV code
38128000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This call for tenders concerns the procurement for the purchase of data loggers and MIPS software including related services. The scope of this tender is to procure a Framework Agreement, which enables the DMI to purchase data loggers, MIPS software and related services over a 4-year period, to support the DMI strategic objective of modernizing parts of the network of automated meteorological observation stations. The data loggers will be installed in meteorological observation stations in Denmark and Greenland. The installation is not part of this tender. The tendered data loggers are divided into 2 categories; a general data logger and an extended data logger. The deliveries will consist of:

I. data logger hardware and software;

II. MIPS software to manage the data loggers and collect observation data;

III. Support and training to the DMI staff operating the observation stations.

II.1.5) Estimated total value
Value excluding VAT: 5 000 000.00 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)
38128000
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

Kingdom of Denmark.

II.2.4) Description of the procurement:

This call for tenders concerns the procurement for the purchase of data loggers and MIPS software including related services. The scope of this tender is to procure a Framework Agreement, which enables the DMI to purchase data loggers, MIPS software and related services over a 4-year period, to support the DMI strategic objective of modernizing parts of the network of automated meteorological observation stations. The data loggers will be installed in meteorological observation stations in Denmark and Greenland. The installation is not part of this tender. The tendered data loggers are divided into 2 categories; a general data logger and an extended data logger. The deliveries will consist of:

I. Data logger hardware and software;

II. MIPS software to manage the data loggers and collect observation data;

III. Support and training to the DMI staff operating the observation stations.

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: 5 000 000.00 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.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:

The limitation of candidates invited to tender will take place after an evaluation of which candidates have documented the most relevant references, (see Section III.1.3), of the supplies covered by the contract, (see the description in Sections II.1.4 and II.2.4).

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

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
List and brief description of conditions:

The applicant must provide information as to whether the applicant is subject to any of the mandatory grounds for exclusion as set out in Section 135(1) and (3) of the Danish Public Procurement Act, cf. Section 153 of the Danish Public Procurement Act. An applicant which is subject to any of the aforementioned exclusion grounds or the exclusions grounds of Section 136 (1-3) of the Danish Public Procurement Act cannot participate in the tender procedure unless the applicant provides evidence to the effect that measures taken by the applicant are sufficient to demonstrate its reliability despite the existence of a relevant ground for exclusion, cf. Section 138 of the Danish Public Procurement Act.

Documentation: upon request, the applicant must provide documentation that the applicant is not subject to the mandatory grounds for exclusion, e.g. a “serviceattest” from the Danish Business Authority (Erhvervsstyrelsen) or equivalent documentation. The documentation must be issued no later than 1.5.2019.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

Equity: the applicant must submit the applicant's equity for the most recently approved financial year, i.e. the most recent financial year for which there is audited review or report. For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Turnover: the applicant must submit the applicant's annual turnover for the most recently approved financial year, i.e. the most recent financial year for which there is audited review or report. For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Minimum level(s) of standards possibly required:

Equity: as a minimum requirement, an equity is required of at least 3 000 000 DKK in the most recent financial year available. If the applicant relies on the capacity of other entities for the fulfillment of the minimum level of economic and financial standing, the equity is calculated as the total equity of the applicant and such other entities for the most recently approved financial year, i.e. the most recent financial year for which there is audited review or report. For groups of applicants (e.g.a consortium), the equity is calculated as the total equity of the participants for the most recent financial year available.

Turnover in the most recent financial year: as a minimum requirement, a total annual turnover of at least 10 000 000 DKK in the most recent financial year available is required. If the applicant relies on the capacity of other entities for the fulfillment of the minimum level of economic and financial standing, the turnover is calculated as the total turnover of the applicant and such other entities for the most recently approved financial year, i.e. the most recent financial year for which there is audited review or report. For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the members of the group for the most recent financial year available.

The applicant has to state the above demanded information in the ESPD (European Single Procurement Document), Part IV, Section B.

Documentation: upon request, the applicant must provide an audited review or report of the most recent financial year. The tenderer is only to submit the documentation if DMI cannot access said documentation through publicly available channels, e.g. cvr.dk.

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

A list of references of “similar deliveries”, see definition below III.1.3 (minimum level) fulfilled (i.e. on-going or executed) by the applicant in the past five (5) years prior to the deadline for submission of the application for pre-qualification. The Contracting Authority would prefer that the list includes a short description of the project and the role undertaken by the applicant in connection with its performance, with the sum, dates and recipients involved.

For groups of applicants (e.g. a consortium), the information must be submitted for each participating applicant in the group.

Minimum level(s) of standards possibly required:

As a minimum requirement, the applicant has at least three (3) references of “similar deliveries”. In the context of this tender, “similar deliveries” shall mean deliveries containing:

(a) data loggers applied within meteorology (connected to meteorological sensors/instruments);

(b) data loggers to be used in climate conditions similar to Denmark and Greenland;

(c) MIPS software; and

(d) support and training.

The applicant has to state the above demanded information in the ESPD (European Single ProcurementDocument), Part IV, Section C.

Documentation: DMI does not intend on asking the applicants to provide further documentation for the information provided in the ESPD regarding technical and professional ability. However, DMI reserves the right to contact the applicant and/or the recipients of the deliveries in order to verify the information stated in application.

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

The contract has to the relevant extent incorporated the corporate social responsibility considerations as laid down in the conventions on the basis of which the principles of the UN Global compact are worded and as laid down in the OECD Guidelines for multinational enterprises. The contract furthermore lays down requirements pursuant to ILO Convention No 94 on labour clauses in public contracts and Circular No 9471 of 30.6.2014.

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
Competitive procedure with negotiation
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 18/06/2019
Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 27/06/2019
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

Section VI: Complementary information

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

Participation in the tendering procedure may only take place by electronic means via the electronic tendering system used by the contracting entity, see the address set out in Section I.3). The tendering procedure may be accessed under the tab “Ongoing public procedures”. For access to the procurement documents, the tenderer must be registered or register as a user.

If the tender contains several versions of the same document, the latest uploaded version will apply.

All communication in connection with the tender procedure, including questions and answers, must be by way of the electronic tendering system. Questions must be submitted not later than 6.6.2019. Questions asked after this date will be answered if they are received in time for the contracting entity to provide the information required and communicate the answers not later than 6 days before expiry of the application deadline. Questions received later than 6 days before expiry of the deadline cannot expect to be answered.

Interested applicants are requested to keep updated via the electronic tendering system. If the applicant encounters problems with the system, please contact support by e-mail, dksupport@eu-supply.com, or telephone (+45) 70 20 80 14.

The applicant must as its application submit an ESPD as preliminary documentation of the circumstances set out in Section 148(1) paras (1)-(3) of the Danish Public Procurement Act (udbudsloven). For groups of applicants (e.g. a consortium), a separate ESPD must be submitted for each participating applicant. If the applicant relies on the capacity of other entities to fulfil the minimum requirements, an ESPD must be submitted for each of the entities on which the applicant relies.

The applicant must also submit a letter of commitment from the entity/entities on which the applicant relies to fulfil the minimum requirements. The form is enclosed as an attachment to this Contract Notice.

Before the decision to award the contract is made, the applicant to whom the contracting entity intends to award the contract must provide documentation of the information submitted in the ESPD pursuant to Sections 151-152, cf. Section 153 of the Danish Public Procurement Act.

As regards Section II.2.6), it should be noted that the amount is an estimate of the expected contract price for the entire duration of the contract, including the price of all options. The estimate is based on The Suppliers Price -Appendix 2 of the Framework Agreement using the potential quantity of data loggers and an estimated price per unit.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405600
E-mail: klfu@naevneneshus.dk

Internet address: https://klfu.naevneneshus.dk/

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see Section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with Section 2(1), para (1) of the Act and Section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see Section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the Contracting Authority has published a notice in the Official Journal of the European Union that the Contracting Authority has entered into a contract. The deadline is calculated from the day after the day when the notice was published;

2) 30 calendar days calculated from the day after the day when the Contracting Authority has notified the candidates concerned that a contract based on a Framework Agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision;

3) 6 months after the Contracting Authority entered into a Framework Agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see Section 2(2) of the Act and Section 171(4) of the Danish Public Procurement Act;

4) 20 calendar days calculated from the day after the Contracting Authority has submitted notification of its decision, see Section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the Contracting Authority in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see Section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in Section VI.4.1).

The complaints board’s own complaints procedure is available at www. erhvervsstyrelsen.dk

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://www.kfst.dk

VI.5) Date of dispatch of this notice:
16/05/2019

Send til en kollega

0.063