23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 198-359312
Offentliggjort
13.10.2015
Udbudstype
Udbud efter forhandling

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Opdateringer

Rettelse
(04.11.2015)

I stedet for:

II.1.5)

Short description of the contract or purchase(s):

This contract notice concerns DALO's award of framework agreements for the procurement of an 4 x 4 armoured patrol vehicle (APV) system (consisting of different configurations of the APV), initial spare parts and documentation as well as sustainment services, training and additional spare parts for the APVs procured.

Procurement will be based on 2 agreements/contracts. Thus, DALO will award 1) a framework agreement concerning the acquisition of the APVs, initial spare parts and documentation (the ‘Acquisition Contract’) and 2) a framework agreement concerning certain services and additional spare parts related to the APVs (the ‘Sustainment Contract’). The Acquisition Contract and Sustainment Contract are to be seen as a whole and will be awarded to the same supplier.

The supplier shall offer the APV in the following configurations (text in brackets are functional descriptions):

— Patrol (Command and control (2C), Liaison, Troop Transport. 4-5 persons).

— Electronic warfare (Collect military intelligence from enemy communication systems through monitoring and processing their networks in order to support the Danish Contingent (DANCON) and external partners. 4-5 persons).

— Support (Line Logistic Equipment transport. 2-3 persons).

— RECCE open (The vehicle will primarily act in the role of a scout vehicle, covering Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons. Armaments, as in weapons, are expected to be the same as on the Patrol configuration, e.g. heavy machine gun on top).

— RECCE closed (Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons).

The APVs in configuration patrol, electronic warfare, RECCE closed and support shall have Level 4a/4b mine protection, and Level 3 Ballistic protection when mission ready according to STANAG 4569 AEP 55 vol. 1 edition 2 or later edition. The RECCE open configuration shall have minimum Level 2a/2b mine protection, and Level 2 Ballistic protection when mission ready, according to STANAG 4569 AEP 55 vil. 1 edition 2 or later edition. Meaning that the chassis (underbody) shall be designed with and provide the same protection as the RECCE closed configuration. Covered areas including ballistic windows (windshield) and the side of the vehicle shall provide the same protection as corresponding areas on the RECCE closed configuration.

Please note that certificates issued by a third party institute documenting the protection level required for the Patrol configuration, shall be presented to DALO no later than at the deadline for submission of Best And Final Offers (which is currently scheduled for January 2017). With regards to the other configurations such certificates shall be presented to DALO at the time of delivery, which — if these configurations are purchased — will be September 2018 at the earliest.

The certification must be approved by a National Authority. The National Authority shall be a government appointed expert from a NATO or PFP country. DALO is willing to act as a National Authority to facilitate evaluation of the certification. If certification has not already taken place, and, if DALO will not be acting as the National Authority, DALO would like to be present during the certification process as an observer. Please also note that it will be viewed positively in the evaluation of offers, if the APV has been subject to an overmatch test.

The APVs (all configurations) shall be certified for transport by C-130J, at the time of delivery. For one APV to be certified for transport by C-130J it shall not weigh more than 5896 kg. on each Axel and be located between loadstation 537-882 in the airplane.

The main engine shall as minimum fulfil EURO III emissions norm.

The APVs shall be fully operable in climate zones Intermediate (A3), Mild cold (C0), Intermediate cold (C1) according to AECTP-230.

Furthermore, the APVs shall comply with requirements related to occupational safety and environmental aspects.

Prior to delivery of APVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include remote controlled weapon stations, battle management systems, radio equipment, etc. The type of equipment will depend on the configuration in question.

The APVs will function in a full-spectrum operational environment from war to humanitarian missions with multiple and diverse threats presenting themselves. This demands that the APVs are flexible, highly mobile and agile in the terrain.

Also — since the APV is expected to be in use for at least 15 years — development potential in terms of payload (minimum 200 kg + mission configuration), power supply and integration of future technologies are considered essential.

As stated in section II.1.4) above, DALO expects to make an initial purchase of up to 36 APVs with expected delivery in 2018 as a supplement of the existing fleet for the Danish Army. The initial purchase is expected to be of APVs in the PATROL configuration, but DALO may decide that some of the APVs shall be in another configuration. During the lifetime of the Acquisition Contract, DALO retains the right to order additional APVs (in different configurations within the vehicle system).

The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility will be described in detail in the contracts.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/53567402.aspx Then choose the relevant tender.

VI.3)

Additional information:

Negotiated procedure:

This tender is conducted according to the negotiated procedure, cf. Directive 2009/81/EC, Article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers, including information on the submission of tenders. DALO reserves the right to award the contracts on the basis of the initial offers (INDO1) without negotiation.

Pre-Qualification Questionnaire:

DALO has prepared a pre-qualification 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/53567402.aspx

Submission of applications for pre-qualification:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx The application for pre-qualification cannot be submitted by e-mail.

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, which is available via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx

Contact information:

When submitting contact details, candidates are encouraged to submit as much information as possible and preferably also the e-mail address of the candidate's contact person.

Non-compliance with formal requirements:

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 tenders do not fulfil the formalities of the tender material.

Pre-qualification orientation meeting:

DALO will host a pre-qualification orientation meeting. At the meeting, DALO will give an introduction to the requirements for pre-qualification, including how to prepare requests for pre-qualification. The meeting will take place on 29.10.2015 at DALO, Lautrupbjerg 1, DK-2750 Ballerup. Candidates are kindly asked to register with the contact person named in section I.1) above no later than 22.10.2015. The minutes of meeting will be available to all candidates upon request.

Subsequent short listing of the pre-qualified candidates/tenderers:

After the pre-qualified candidates (the tenderers) have submitted their first indicative offer (INDO1), the number of tenderers is expected be reduced to 3 based on the award criteria applicable at the time. These tenderers will be invited to negotiation meetings and to submit their vehicle to testing.

Testing:

The shortlisted candidates will be required submit their vehicle to a series of tests. The test period is scheduled from August 2016 to the end of October 2016. The tests vary from terrain mobility and agility to technical analysis and evaluation of the vehicle structure/construction. The test will be conducted on one vehicle from each candidate through out the whole test period. The tests will take place primarily at the Army Combat and Fire Support Centre in Oksbøl.

Læses:

II.1.5)

Short description of the contract or purchase(s):

This contract notice concerns DALO’s award of framework agreements for the procurement of an 4x4 armoured patrol vehicle (APV) system (consisting of different configurations of the APV), initial spare parts and documentation as well as sustainment services, training and additional spare parts for the APVs procured.

Procurement will be based on two agreements/contracts. Thus, DALO will award 1) a framework agreement concerning the acquisition of the APVs, initial spare parts and documentation (the “Acquisition Contract”) and 2) a framework agreement concerning certain services and additional spare parts related to the APVs (the “Sustainment Contract”). The Acquisition Contract and Sustainment Contract are to be seen as a whole and will be awarded to the same supplier.

The supplier shall offer the APV in the following configurations (text in brackets are functional descriptions):

— Patrol (Command and control (2C), Liaison, Troop Transport. 4-5 persons)

— Electronic warfare (Collect military intelligence from enemy communication systems through monitoring and processing their networks in order to support the Danish Contingent (DANCON) and external partners. 4-5 persons)

— Support (Line Logistic Equipment transport. 2-3 persons)

— RECCE open (The vehicle will primarily act in the role of a scout vehicle, covering Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons. Armaments, as in weapons, are expected to be the same as on the PATROL configuration, e.g. heavy machine gun on top).

— RECCE closed (Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons).

The APVs in configuration patrol, electronic warfare, RECCE closed and support shall have Level 4a/4b mine protection according to STANAG 4569, AEP 55 vol. 2 edition 2 or later when mission ready, and Level 3 Ballistic protection according to STANAG 4569 AEP 55 vol. 1 edition 2 or later edition when mission ready. The RECCE open configuration shall have minimum Level 2a/2b mine protection according to STANAG 4569, AEP 55 vol. 2 edition 2 or later when mission ready, and Level 2 Ballistic protection according to STANAG 4569 AEP 55 vol. 1. Meaning that the chassis (underbody) shall be designed with and provide the same protection as the RECCE closed configuration. Covered areas including ballistic windows (windshield) and the side of the vehicle shall provide the same protection as corresponding areas on the RECCE closed configuration.

Please note that certificates issued by a third party institute documenting the protection level required for the PATROL configuration, shall be presented to DALO no later than at the deadline for submission of Best And Final Offers (which is currently scheduled for January 2017). With regards to the other configurations such certificates shall be presented to DALO at the time of delivery, which – if these configurations are purchased – will be September 2018 at the earliest.

The certification must be approved by a National Authority. The National Authority shall be a government appointed expert from a NATO or PFP country. DALO is willing to act as a National Authority to facilitate evaluation of the certification. If certification has not already taken place, and, if DALO will not be acting as the National Authority, DALO would like to be present during the certification process as an observer. Please also note that it will be viewed positively in the evaluation of offers, if the APV has been subject to an overmatch test.

The APVs (all configurations) shall be certified for transport by C-130J, at the time of delivery. For one APV to be certified for transport by C-130J it shall not weigh more than 5896 kg. on each Axel and be located between loadstation 537-882 in the airplane.

The main engine shall as minimum fulfil EURO III emissions norm.

The APVs shall be fully operable in climate zones intermediate (A3), mild cold (C0), intermediate cold (C1) according to AECTP-230.

Furthermore, the APVs shall comply with requirements related to occupational safety and environmental aspects.

Prior to delivery of APVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include remote controlled weapon stations, battle management systems, radio equipment, etc. The type of equipment will depend on the configuration in question.

The APVs will function in a full-spectrum operational environment from war to humanitarian missions with multiple and diverse threats presenting themselves. This demands that the APVs are flexible, highly mobile and agile in the terrain.

Also – since the APV is expected to be in use for at least 15 years – development potential in terms of payload (minimum 200 kg + mission configuration), power supply and integration of future technologies are considered essential.

As stated in section II.1.4) above, DALO expects to make an initial purchase of up to 36 APVs with expected delivery in 2018 as a supplement of the existing fleet for the Danish Army. The initial purchase is expected to be of APVs in the PATROL configuration, but DALO may decide that some of the APVs shall be in another configuration. During the lifetime of the Acquisition Contract, DALO retains the right to order additional APVs (in different configurations within the vehicle system).

The supplier shall have a full system responsibility. The exact terms and conditions for the supplier’s system responsibility will be described in detail in the contracts.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/53567402.aspx Then choose the relevant tender.

VI.3)

Additional information:

Negotiated procedure:

This tender is conducted according to the negotiated procedure, cf. Directive 2009/81/EC, Article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers, including information on the submission of tenders. DALO reserves the right to award the contracts on the basis of the initial offers (INDO1) without negotiation.

Pre-Qualification Questionnaire:

DALO has prepared a pre-qualification 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/53567402.aspx

Submission of applications for pre-qualification:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx The application for pre-qualification cannot be submitted by e-mail. Deadline to submit questions regarding the pre-qualification is set to the 5.11.2015.

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, which is available via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx

Contact information:

When submitting contact details, candidates are encouraged to submit as much information as possible and preferably also the e-mail address of the candidate's contact person.

Non-compliance with formal requirements:

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 tenders do not fulfil the formalities of the tender material.

Pre-qualification orientation meeting:

DALO will host a pre-qualification orientation meeting. At the meeting, DALO will give an introduction to the requirements for pre-qualification, including how to prepare requests for pre-qualification. The meeting will take place on 29.10.2015 at DALO, Lautrupbjerg 1, DK-2750 Ballerup. Candidates are kindly asked to register with the contact person named in section I.1) above no later than 22.10.2015. The minutes of meeting will be available to all candidates upon request.

Subsequent short listing of the pre-qualified candidates/tenderers:

After the pre-qualified candidates (the tenderers) have submitted their first indicative offer (INDO1), the number of tenderers is expected be reduced to 3 based on the award criteria applicable at the time. These tenderers will be invited to negotiation meetings and to submit their vehicle to testing.

Testing:

The shortlisted candidates will be required submit their vehicle to a series of tests. The test period is scheduled from August 2016 to the end of October 2016. The tests vary from terrain mobility and agility to technical analysis and evaluation of the vehicle structure/construction. The test will be conducted on one vehicle from each candidate through out the whole test period. The tests will take place primarily at the Army Combat and Fire Support Centre in Oksbøl.

Rettelse
(03.12.2015)

Uafsluttet procedureOrdretildelingsproceduren er blevet afbrudtKontrakten kan blive genstand for en fornyet offentliggørelse

Armoured Patrol Vehicles (APV)


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2009/81/EC

Section I: Contracting authority/entity

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

Forsvarsministeriets Materiel- og Indkøbsstyrelse
Lautrupbjerg 1
For the attention of: Tanja Goth-Eriksen
2750 Ballerup
DENMARK
Telephone: +45 72571135
E-mail: fmt-ja17@mil.dk

Internet address(es):

General address of the contracting authority/entity: www.forsvaret.dk/fmi

Electronic access to information: http://permalink.mercell.com/53567402.aspx

Electronic submission of tenders and requests to participate: http://permalink.mercell.com/53567402.aspx

Further information can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/53567402.aspx

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/53567402.aspx

Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/53567402.aspx

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:
Armoured Patrol Vehicles (APV).
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Hærens Kamp- og Ildstøttecenter (Army Combat and Fire Support Centre), Oksbøllejren, Grærup Havvej 2, 6840 Oksbøl, Denmark.

NUTS code DK0

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 a single operator

Duration of the framework agreement

Duration in years: 15
Justification for a framework agreement, the duration of which exceeds seven years: As described in section II.1.5) below, DALO will award 1) a framework agreement concerning the acquisition of the vehicles, initial spare parts and documentation (the ‘Acquisition Contract’) and 2) a framework agreement concerning certain services and additional spare parts related to the vehicles (the ‘Sustainment Contract’).
The length of the Acquisition Contract will not exceed 7 years.
With regards to the Sustainment Contract, this framework agreement will have a duration of 15 years with a possibility for renewal twice, each for an additional 5 years (15 + 5 + 5). DALO has determined that such a duration is justified based on the following grounds in particular:
The APVs are expected to have a life span of approximately 15 years (and potentially even longer). DALO therefore has a need for sustainment that exceeds 7 years.
Due to the numbers of APVs to be delivered — as well as the expected development costs associated with the requirements concerning the level of APV protection — both the Acquisition Contract and the Sustainment Contract represents a very large investment for the supplier. This creates the need for a longer write-off period than usual which also motivates a contract period exceeding 7 years.
Furthermore, a great deal of knowledge and experience will be gathered throughout the contract period, in particular in relation to continued developments concerning the APV. The need to minimize the technical and logistical difficulties that a change of supplier will result in also supports the need for a contract period longer than 7 years.
In addition, only spare parts for the APVs that are deemed by DALO to be critical for the use of the APVs in terms of weapon-, road- and personnel/material safety will be included in the full duration of the Sustainment Contract. All other spare parts will only be included in the Sustainment Contract for a period of 7 years after which they will be procured via a new tender procedure.

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

Estimated value excluding VAT:
Range: between 450 000 000 and 1 550 000 000 DKK
Frequency and value of the contracts to be awarded: DALO expects to make an initial purchase of up to 36 APVs immediately after contract signing (as a supplement of the existing fleet for the Danish Army). It is expected that the Supplier shall deliver a pre-series version of the APV in 2018 prior to the delivery of the first batch with expected delivery in 2018/2019. Further purchases of additional APVs are expected at later stages.
II.1.5) Short description of the contract or purchase(s):
This contract notice concerns DALO's award of framework agreements for the procurement of an 4 x 4 armoured patrol vehicle (APV) system (consisting of different configurations of the APV), initial spare parts and documentation as well as sustainment services, training and additional spare parts for the APVs procured.
Procurement will be based on 2 agreements/contracts. Thus, DALO will award 1) a framework agreement concerning the acquisition of the APVs, initial spare parts and documentation (the ‘Acquisition Contract’) and 2) a framework agreement concerning certain services and additional spare parts related to the APVs (the ‘Sustainment Contract’). The Acquisition Contract and Sustainment Contract are to be seen as a whole and will be awarded to the same supplier.
The supplier shall offer the APV in the following configurations (text in brackets are functional descriptions):
— Patrol (Command and control (2C), Liaison, Troop Transport. 4-5 persons).
— Electronic warfare (Collect military intelligence from enemy communication systems through monitoring and processing their networks in order to support the Danish Contingent (DANCON) and external partners. 4-5 persons).
— Support (Line Logistic Equipment transport. 2-3 persons).
— RECCE open (The vehicle will primarily act in the role of a scout vehicle, covering Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons. Armaments, as in weapons, are expected to be the same as on the Patrol configuration, e.g. heavy machine gun on top).
— RECCE closed (Light Reconnaissance. Conduct protective security and escort support during advance and withdrawal as well dismounted as mounted. Surveillance. 5-6 persons).
The APVs in configuration patrol, electronic warfare, RECCE closed and support shall have Level 4a/4b mine protection, and Level 3 Ballistic protection when mission ready according to STANAG 4569 AEP 55 vol. 1 edition 2 or later edition. The RECCE open configuration shall have minimum Level 2a/2b mine protection, and Level 2 Ballistic protection when mission ready, according to STANAG 4569 AEP 55 vil. 1 edition 2 or later edition. Meaning that the chassis (underbody) shall be designed with and provide the same protection as the RECCE closed configuration. Covered areas including ballistic windows (windshield) and the side of the vehicle shall provide the same protection as corresponding areas on the RECCE closed configuration.
Please note that certificates issued by a third party institute documenting the protection level required for the Patrol configuration, shall be presented to DALO no later than at the deadline for submission of Best And Final Offers (which is currently scheduled for January 2017). With regards to the other configurations such certificates shall be presented to DALO at the time of delivery, which — if these configurations are purchased — will be September 2018 at the earliest.
The certification must be approved by a National Authority. The National Authority shall be a government appointed expert from a NATO or PFP country. DALO is willing to act as a National Authority to facilitate evaluation of the certification. If certification has not already taken place, and, if DALO will not be acting as the National Authority, DALO would like to be present during the certification process as an observer. Please also note that it will be viewed positively in the evaluation of offers, if the APV has been subject to an overmatch test.
The APVs (all configurations) shall be certified for transport by C-130J, at the time of delivery. For one APV to be certified for transport by C-130J it shall not weigh more than 5896 kg. on each Axel and be located between loadstation 537-882 in the airplane.
The main engine shall as minimum fulfil EURO III emissions norm.
The APVs shall be fully operable in climate zones Intermediate (A3), Mild cold (C0), Intermediate cold (C1) according to AECTP-230.
Furthermore, the APVs shall comply with requirements related to occupational safety and environmental aspects.
Prior to delivery of APVs, the supplier shall install a variety of equipment that is furnished by DALO. This equipment could, for instance, include remote controlled weapon stations, battle management systems, radio equipment, etc. The type of equipment will depend on the configuration in question.
The APVs will function in a full-spectrum operational environment from war to humanitarian missions with multiple and diverse threats presenting themselves. This demands that the APVs are flexible, highly mobile and agile in the terrain.
Also — since the APV is expected to be in use for at least 15 years — development potential in terms of payload (minimum 200 kg + mission configuration), power supply and integration of future technologies are considered essential.
As stated in section II.1.4) above, DALO expects to make an initial purchase of up to 36 APVs with expected delivery in 2018 as a supplement of the existing fleet for the Danish Army. The initial purchase is expected to be of APVs in the PATROL configuration, but DALO may decide that some of the APVs shall be in another configuration. During the lifetime of the Acquisition Contract, DALO retains the right to order additional APVs (in different configurations within the vehicle system).
The supplier shall have a full system responsibility. The exact terms and conditions for the supplier's system responsibility will be described in detail in the contracts.

The purchaser is using Mercell Sourcing Services for this tender. To notify your interest and get access to any documents, you must copy and paste the link below into the address-part on your browser. http://permalink.mercell.com/53567402.aspx Then choose the relevant tender.

II.1.6) Common procurement vocabulary (CPV)

35410000, 35412000, 35412400, 35412500, 35420000, 44510000, 50630000, 73423000, 73433000, 79131000, 80630000

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:
II.2.2) Information about options
Options: yes
Description of these options: The duration of the Sustainment Contract may be extended with up to 5 years two times (i.e. to a maximum of 25 years in total), cf. II.2.3) below.
II.2.3) Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented. The financial institution has to be approved by DALO.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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 contract.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required. If the contracts are 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.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
The Supplier and any sub-supplier(s) are required to comply with NATO Security Regulations as implemented by the National Security Authority of the country in which the work is performed. The supplier will be required to ensure that only authorized security personnel have access to classified information or material in the course of performance of the contract.
Candidates are specifically made aware that it is a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen).

The pre-qualified tenderers will be informed of the exact content of the industrial cooperation requirements. The general rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperation-in-denmark.pdf

III.1.5) Information about security clearance:
III.2) Conditions for participation
III.2.1) Personal situation

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 application for pre-qualification), 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.
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 declarations stating — the annual turnover for the last 3 financial years available, in so far as information on such turnovers is available — 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 as such information is available. If the application is submitted by a joint group of suppliers (e.g. a consortium) this information must be provided for each member of the group. 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 485 000 000 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published).
The candidate must have had a solvency ratio of at least 15 percent for each of the preceding 3 financial years.
If the application is submitted by a joint group of suppliers (e.g. a consortium) each member of the consortium must fulfil the requirement concerning solvency ratio. As for the requirement concerning annual turnover, this may be fulfilled by the group as a whole.
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:
A list of the most important similar deliveries carried out over the past five (5) 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) If the application is submitted by a joint group of suppliers (e.g. a consortium) this information should be provided for each member of the group. 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 shall demonstrate to have had experience within the past 5 years with (1) delivery of armoured patrol vehicles and (2) provision of spares and services as part of a sustainment arrangement concerning such vehicles.
If the application is submitted by a joint group of suppliers (e.g. a consortium) this requirement may be fulfilled by the group as a whole.
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 number of operators 5
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 contracts/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 number 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 yes
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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
no
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
10.11.2015 - 12:00
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:
Negotiated procedure:
This tender is conducted according to the negotiated procedure, cf. Directive 2009/81/EC, Article 26. The tenderers who will be invited to submit tenders will receive further practical information regarding the negotiated procedure in the Instructions to Tenderers, including information on the submission of tenders. DALO reserves the right to award the contracts on the basis of the initial offers (INDO1) without negotiation.
Pre-Qualification Questionnaire:

DALO has prepared a pre-qualification 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/53567402.aspx

Submission of applications for pre-qualification:

Candidates are asked to submit applications for pre-qualification via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx The application for pre-qualification cannot be submitted by e-mail.

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, which is available via Mercell Sourcing Service http://permalink.mercell.com/53567402.aspx

Contact information:
When submitting contact details, candidates are encouraged to submit as much information as possible and preferably also the e-mail address of the candidate's contact person.
Non-compliance with formal requirements:
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 tenders do not fulfil the formalities of the tender material.
Pre-qualification orientation meeting:
DALO will host a pre-qualification orientation meeting. At the meeting, DALO will give an introduction to the requirements for pre-qualification, including how to prepare requests for pre-qualification. The meeting will take place on 29.10.2015 at DALO, Lautrupbjerg 1, DK-2750 Ballerup. Candidates are kindly asked to register with the contact person named in section I.1) above no later than 22.10.2015. The minutes of meeting will be available to all candidates upon request.
Subsequent short listing of the pre-qualified candidates/tenderers:
After the pre-qualified candidates (the tenderers) have submitted their first indicative offer (INDO1), the number of tenderers is expected be reduced to 3 based on the award criteria applicable at the time. These tenderers will be invited to negotiation meetings and to submit their vehicle to testing.
Testing:
The shortlisted candidates will be required submit their vehicle to a series of tests. The test period is scheduled from August 2016 to the end of October 2016. The tests vary from terrain mobility and agility to technical analysis and evaluation of the vehicle structure/construction. The test will be conducted on one vehicle from each candidate through out the whole test period. The tests will take place primarily at the Army Combat and Fire Support Centre in Oksbøl.
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 35291000
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud

VI.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Pursuant to Danish act no. 492 of 12.5.2010 with subsequent amendments on enforcement of the public procurement rules, 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 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, provided that the notification included a short account of the relevant reasons for the decision.
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. The complainant shall state whether the complaint has been lodged in the standstill 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 41715000
Internet address: www.kfst.dk

VI.5) Date of dispatch of this notice:
8.10.2015

Send til en kollega

0.062