23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 213-388030
Offentliggjort

Pansrede militærkøretøjer


Forsvarsministeriets Materiel- og Indkøbsstyrelse, Lautrupbjerg 1, Att: Tanja Goth-Eriksen, Ballerup 2750, DANMARK. Telefon: +45 72571135. E-post: fmt-ja17@mil.dk

(Tillägg till Europeiska unionens officiella tidnin, 13.10.2015, 2015/S 198-359312)

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

Militära pansarfordon

Pansarstridsfordon

Spanings- och övervakningsfordon

Befäls- och sambandsfordon

Delar till militärfordon

Verktyg

Reparation och underhåll av militärfordon

Utveckling av militärfordon

Test och utvärdering av militärfordon

Dokumentationstjänster

Utbildning och simulering: militärfordon

I stället för: 

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.

Skall det stå: 

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.

Övriga ytterligare upplysningar

The following clarification has been made in section II.1.5 of the contract notice for the following paragraph.

Original version:

‘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’.

Updated version:

‘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’.

Furthermore, the following additional information has been added to section VI.3 of the contract notice:

‘Deadline to submit questions regarding the pre-qualification is set to the 5.11.2015’.

Send til en kollega

0.063