23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 173-314903
Offentliggjort
08.09.2015
Udbudstype
Udbud efter forhandling

Udbyder

Danish Defence Acquisition and Logistics Organization (DALO)

Opdateringer

Rettelse
(24.09.2015)

I stedet for:

II.1.5)

Short description of the contract or purchase(s):

Through purchase under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) is planning to purchase military spare parts for the main part of the fleet of military vehicles and military components for SAAB training system BT46 of the Danish Defence.

The framework agreement covers the purchase of military spare parts for military vehicles from the following manufacturers:

— Hägglunds Bandvagn 208 (Bv 208);

— MOWAG Durable Robust (DURO);

— MOWAG Eagle IV (Eagle IV);

— CV-9035 DK combat vehicle (IFV);

— Leopard 1 (LEO 1);

— Leopard 2 (LEO 2);

— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);

— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);

— Armored personnel carrier M113 (M113);

— General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3).

Some of the military spare parts are repairable. Thus, the framework agreement includes a service framework agreement regarding repair of those spare parts.

As mentioned above, the framework agreement also covers the purchase of military components for SAAB training system BT46. SAAB training system BT46 enables the soldier to perform live precision gunnery and combat training.

The main part of the spare parts/components that DALO intends to purchase in accordance with the framework agreement are stated in a list in an appendix to the framework agreement. These spare parts/components shall be awarded to a supplier by way of a direct award. The spare parts for the above mentioned military vehicles and the components for SAAB training system BT46 of the Danish Defence that are not stated in the list mentioned and the spare parts/components that substitute the spare parts/components on this list shall, however, be awarded by way of a mini-competition procedure among all the suppliers that have been awarded the framework agreement.

The spare parts/components shall be delivered to locations of the Danish Defence throughout Denmark.

The spare parts/components shall be original spare parts or spare parts of matching quality.

The framework agreement is intended to be in force for 7 years. It will, however, be possible for DALO to terminate the agreement within this timeframe.

Læses:

II.1.5)

Short description of the contract or purchase(s):

Through purchase under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) is planning to purchase military spare parts for the main part of the fleet of military vehicles and military components for SAAB training system BT46 of the Danish Defence.

The framework agreement covers the purchase of all military spare parts for military vehicles, however except spare parts applicable to section 28(1)(c) of the Defence Directive (Directive 2009/81/EC), i.e. spare parts which for technical reasons or reasons connected with the protection of exclusive rights may only be awarded to a particular economic operator.

The military vehicles that the military spare parts cover are from the following manufacturers:

— Hägglunds Bandvagn 208 (Bv 208);

— MOWAG Durable Robust (DURO);

— MOWAG Eagle IV (Eagle IV);

— CV-9035 DK combat vehicle (IFV);

— Leopard 1 (LEO 1);

— Leopard 2 (LEO 2);

— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);

— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);

— Armored personnel carrier M113 (M113); — General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3).

Some of the military spare parts are repairable. Thus, the framework agreement includes a service framework agreement regarding repair of those spare parts.

As mentioned above, the framework agreement also covers the purchase of military components for SAAB training system BT46. SAAB training system BT46 enables the soldier to perform live precision gunnery and combat training.

The main part of the spare parts/components that DALO intends to purchase in accordance with the framework agreement are stated in a list in an appendix to the framework agreement. These spare parts/components shall be awarded to a supplier by way of a direct award. The spare parts for the above mentioned military vehicles and the components for SAAB training system BT46 of the Danish Defence that are not stated in the list mentioned and the spare parts/components that substitute the spare parts/components on this list shall, however, be awarded by way of a mini-competition procedure among all the suppliers that have been awarded the framework agreement.

The spare parts/components shall be delivered to locations of the Danish Defence throughout Denmark.

The spare parts/components shall be original spare parts or spare parts of matching quality.

The framework agreement is intended to be in force for 7 years. It will, however, be possible for DALO to terminate the agreement within this timeframe.

Military spare parts for the fleet of military vehicles and military components for SAAB training system BT46 of the Danish Defence


Danish Defence Acquisition and Logistics Organization (DALO)

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

I.1) Name, addresses and contact point(s)

Danish Defence Acquisition and Logistics Organization (DALO)
Lautrupbjerg 1-5
For the attention of: Sofie Husum
2750 Ballerup
DENMARK
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk

Internet address(es):

General address of the contracting authority/entity: http://forsvaret.dk/FMI/ENG

Further information can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
For the attention of: Sofie Husum
1660 Copenhagen V
DENMARK
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk
Internet address: http://kammeradvokaten.dk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
For the attention of: Sofie Husum
1660 Copenhagen V
DENMARK
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk
Internet address: http://kammeradvokaten.dk

Tenders or requests to participate must be sent to: Kammeradvokaten
Vester Farimagsgade 23
For the attention of: Sofie Husum
1660 Copenhagen V
DENMARK
Telephone: +45 25100595
E-mail: sohu@kammeradvokaten.dk
Internet address: http://kammeradvokaten.dk

I.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity
Defence
I.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Military spare parts for the fleet of military vehicles and military components for SAAB training system BT46 of the Danish Defence.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code DK

II.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 30

Duration of the framework agreement

Duration in months: 84

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 100 000 000 and 120 000 000 DKK
II.1.5) Short description of the contract or purchase(s):
Through purchase under a framework agreement the Danish Defence Aquisition and Logistics Organization (DALO) is planning to purchase military spare parts for the main part of the fleet of military vehicles and military components for SAAB training system BT46 of the Danish Defence.
The framework agreement covers the purchase of military spare parts for military vehicles from the following manufacturers:
— Hägglunds Bandvagn 208 (Bv 208);
— MOWAG Durable Robust (DURO);
— MOWAG Eagle IV (Eagle IV);
— CV-9035 DK combat vehicle (IFV);
— Leopard 1 (LEO 1);
— Leopard 2 (LEO 2);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg HX (MAN HX);
— Rheinmetall Maschinenfabrik Augsburg-Nürnberg SX (MAN SX);
— Armored personnel carrier M113 (M113);
— General Dynamics European Land Systems-Mowag GmbH Piranha 3 (Piranha 3).
Some of the military spare parts are repairable. Thus, the framework agreement includes a service framework agreement regarding repair of those spare parts.
As mentioned above, the framework agreement also covers the purchase of military components for SAAB training system BT46. SAAB training system BT46 enables the soldier to perform live precision gunnery and combat training.
The main part of the spare parts/components that DALO intends to purchase in accordance with the framework agreement are stated in a list in an appendix to the framework agreement. These spare parts/components shall be awarded to a supplier by way of a direct award. The spare parts for the above mentioned military vehicles and the components for SAAB training system BT46 of the Danish Defence that are not stated in the list mentioned and the spare parts/components that substitute the spare parts/components on this list shall, however, be awarded by way of a mini-competition procedure among all the suppliers that have been awarded the framework agreement.
The spare parts/components shall be delivered to locations of the Danish Defence throughout Denmark.
The spare parts/components shall be original spare parts or spare parts of matching quality.
The framework agreement is intended to be in force for 7 years. It will, however, be possible for DALO to terminate the agreement within this timeframe.
II.1.6) Common procurement vocabulary (CPV)

34300000, 34330000, 34320000, 34310000

II.1.7) Information about subcontracting
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
Estimated value excluding VAT:
Range: between 100 000 000 and 120 000 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Duration in months: 84 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Reference is made to the tender documents with regard to the payment terms. Invoicing must be done in accordance with the at any time applicable Danish legislation on public payments. At present this is the Danish consolidation act. no. 798 of June 2007 which demands that invoicing must be done electronically. Exact terms will be stated in the framework agreement.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
No special legal form is required. If the framework agreement is awarded to a group of suppliers (e.g. a consortium) the participants are required to undertake joint and several liabilities and to appoint one supplier to represent the group.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:

Candidates are specifically made aware that it may be a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen). Candidates should also note that the Danish legislation on industrial cooperation has been amended and that — as of 1.7.2014 — new rules on industrial cooperation have entered into force. Pursuant to the new rules, industrial cooperation may be required, in so far as a concrete assessment shows that such cooperation is necessary in order to safe-guard essential Danish security interests. Such an assessment is currently being made in relation to this contract. Pre-qualified tenderers will be informed of the outcome. The new rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperation-in-denmark.pdf

Further, applicants should note that the framework agreement will include a labour clause requiring the supplier to ensure that the wages, including allowances, hours of work and other conditions of labour of his and any subcontractors' employees are no less favourable than those applicable to work of an equal nature within the trade or industry in the country where the work is performed pursuant to any collective agreement, arbitration award or national legislation or administrative regulations. The supplier will contractually be required to demonstrate that the labour clause is complied with. Failure to comply can result in sanctions in the form of retention requirements, penalties and possible termination of the contract upon default of the labour clause.
III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation
III.2.2) Economic and financial ability

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 candidate's solvency 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 such information is available.
Reference is made to section IV.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 average solvency ratio of at least 10 % (percent) for the preceding 3 financial years.
III.2.3) Technical and/or professional capacity

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 candidates must submit:
A list of the most important deliveries carried out over the past 3 years regarding similar deliveries. The list should preferably include:
— A description of each delivery,
— information on when it was carried out,
— the size and value of the deliveries, and
— 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).
A list of the most important experience with logistic solutions similar to the solution in this case. Reference is made to section VI.3) with regard to the candidates' possibility of relying on the capacity of other entities.
Minimum level(s) of standards possibly required
The candidates shall demonstrate that they during the past 3 years have had experience with commercial sales of military spare parts/military components of at least one of the brands covered by the framework agreement.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Negotiated
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 30 and maximum number 50
Objective criteria for choosing the limited number of candidates: The selection of the candidates that will be invited to submit offers will be based on the information provided by the candidates under section III.2.3) concerning technical capacity. DALO will primary rely on candidates who 1) are based in a NATO or a PfP (Partnership for Peace) member country, and 2) can demonstrate commercial sales of military spare parts/military components to all or many of the brands covered by the framework agreement within the past year. Please note that any ambiguities and/or incomprehensibilities in the information submitted under III.2.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2) Award criteria
IV.2.1) Award criteria
Lowest price
IV.2.2) Information about electronic auction
An electronic auction has been used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
IV.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2014/S 149-267928 of 6.8.2014

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4) Time limit for receipt of tenders or requests to participate
6.10.2015 - 13:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information:
Candidates are asked to submit applications for pre-qualification in 3 hardcopies and electronically on a USB or an equivalent medium in a sealed envelope marked ‘Military spare parts for the fleet of military vehicles and military components for BT46 — application for pre-qualification. Must not be opened in the reception’. In case of discrepancy between the hardcopy and the electronic version, the hardcopy shall take precedence. The application for pre-qualification cannot be submitted by e-mail.
DALO has prepared a pre-qualification questionnaire (PQQ) which candidates are strongly encouraged to use when submitting their application for pre-qualification. The PQQ contains questions, forms and templates for providing information etc. in accordance with the requirements in this Contract Notice. However, it is emphazied that it is the candidate's sole responsibility to make sure that the information provided in the application fulfills the requirements in this Contract Notice. The PQQ is available upon request from the contact person stated in section I.1.
Re. section I.1) and section IV.3.3) It should be noticed, that there is no further information, specifications or documents available at this point in time. The tender material will be submitted only to the candidates who are pre-qualified to participate in the tender.
Re. section III.2.1) When submitting the offers (but not the application for participation) 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 accordance with the legal provisions of the country in which the candidate is established and in Denmark in accordance with consolidation act no. 336 of 13.5.1997 regarding public payments. A template for the declaration will be provided with the tender documents.
Re. section III.2) According to directive 2004/18, art. 47(2) and art. 48(3) and directive 2009/81, art. 41(2) and art. 42(2), 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 included when establishing 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 (e.g. by submitting a co-operation agreement or an undertaking to that effect), and provide the same type of information regarding the other entities as the candidate coording to section III.2) is obliged to provide on its own behalf. A template for a declaration from the supporting entity to this effect is included in the PQQ referred to above.
DALO reserves the right — but is not obliged to — use the remedies provided for in Section 12 of the Danish statutory order on procedures for the award of public supply contracts, public service contracts and public construction contracts (Order no. 712 of 15.6.2011) if applications or offers do no fulfil the formalities of the tender documents.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 33307621
Internet address: http://www.klfu.dk
Fax: +45 33307799

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: As a consequence of the Danish act no. 492 of 12.5.2010 with subsequent amendments regarding enforcement of the rules for procurement etc., 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, if 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 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). However, if the tender concerns a framework agreement complaints must be filed with The Complaints Board for Public Procurement within 6 months after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement if the notification included a short account of the relevant reasons for the decision. The complainant must inform the contracting authority of the appeal in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint has been lodged in the stand-still period. If the appeal has not been lodged in the standstill period, the appellant must also state whether it is requested that the appeal is granted delaying effect.
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 72268000
Internet address: http://www.kfst.dk
Fax: +45 33326144

VI.5) Date of dispatch of this notice:
3.9.2015

Send til en kollega

0.062