Fakta om udbudet
Udbyder
Danish Defence Acquisition and Logistics Organization
Cockpit to Danish CL-604
Danish Defence Acquisition and Logistics Organization
Contract award notice
Results of the procurement procedure
Supplies
Section I: Contracting authority
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK0 DANMARK
Postal code: 2750
Country: Denmark
Contact person: Hanne Thode
E-mail: fmi-sd-aam05@mil.dk
Telephone: +45 72814282
Internet address(es):
Main address: www.fmi.dk
Section II: Object
Cockpit to Danish CL-604
The Danish Defence Acquisition and Logistics Organization (DALO) is going to update the Royal Danish Airforce (RDAF) fleet of four Bombardier Challenger 604 aircraft to meet mandates and ensure airworthiness for the next 20 years.
The RDAF Bombardier Challenger 604 fleet consists of three missionized aircraft and one normal customised aircraft.
The Update consists of:
A basic Supplemental Type Certificate (STC) certified cockpit upgrade to Rockwell Collins Pro Line Fusion or equivalent.
A customised cockpit upgrade that combines the upgraded basic cockpit with advanced functionalities and interfaces to new and existing military equipment.
An upgrade of existing Inmarsat SATCOM systems.
An installation of new Iridium SATCOM system.
Initial training of both pilots and maintenance personal covering the basic and customised cockpit upgrades.
An initial package of spare parts shall be delivered together with the cockpits.
The update of the Royal Danish Air Force fleet of four (4) CL-604 aircraft are going to take place at the Suppliers preferred place of performance.
The update of RDAF fleet of four Bombardier Challenger 604 aircraft consists of the following:
A basic STC certified cockpit upgrade to Rockwell Collins Pro Line Fusion or equivalent. The basic cockpit upgrade shall be a FAA and/or an EASA approved STC at the time of INDO1 and an EASA approved STC at the time of delivery of first updated CL-604. If the basic cockpit upgrade is a FAA approved STC, an EASA STC approval process shall be initiated at the time of INDO1.
A customised cockpit upgrade that combines the upgraded basic cockpit with advanced functionalities and interfaces to new and existing military equipment.
For the three missionized aircraft the customised cockpit upgrade shall include:
— replacement of an existing Direction Finder (DF) with a new DF supplied by DALO,
— installation of two Control Display Units (CDU-7000) supplied by DALO,
— removal of an existing VHF/UHF Homing system,
— installation of a 406MHZ capable ELT with navigation system interface.
An initial package of spare parts shall be delivered together with the cockpits.
An upgrade of existing Inmarsat SATCOM systems. The tenderer shall install four JetWaveTM KA-Band SATCOM systems provided by DALO.
An installation of new Iridium SATCOM system. The Tenderer shall provide and install four Iridium SATCOM systems, one for each aircraft.
Initial training of both Pilots and Maintenance Personal covering the basic and customised cockpit upgrades.
Three aircraft have been modified with missionized equipment in several stages at multiple locations: at Bombardier (the Original Equipment Manufacturer), at Field Aviation and at RDAF. The fourth aircraft is a normal customised aircraft.
A list of all service bulletins pertaining to the RDAF CL-604 aircraft is available during the tender stage.
In order for the tenderer to fulfill the contract, it will be necessary for the tenderer to obtain more data than mentioned in the list of all service bulletins. DALO expects that it will be necessary for the tenderer to – at least – obtain the data specified in Instructions to Tenderers, section 2.1.
It is a mandatory requirement, cf. Annex A, Id. No 1, that the Tenderer shall be able to obtain all the data that is necessary in order to fulfill the contract. It is solely the tenderer’s responsibility to ensure that the Tenderer is capable of obtaining all data needed in order to fulfill the contract.
It is a mandatory requirement, cf. Annex A, Id. No. 2, that the tenderer shall describe how the tenderer will ensure that the tenderer has all necessary data in order to fulfill the contract. For the contents of this description please see section VI.3). If this is not described in a way that DALO finds sufficient, the mandatory requirement is not fulfilled (which means that the offer made by the tenderer is non-compliant).
In order to demonstrate that the Tenderer fulfills Annex A, Id. No. 1, the tenderer shall present declarations signed by Bombardier and Field Aviation respectively (as further described in the Instructions to Tenderers, section 2.1, and Annex, Id. No 3 and 4).
The above-mentioned mandatory requirements imply that the tenderer – before submitting INDO1 – must contact Bombardier and Field Aviation in order to obtain the declarations. The tenderers are encouraged to contact Bombardier and Field Aviation as soon as possible (after this contract notice has been published), as the drafting of the declaration and discussions between the tenderer and Bombardier/Field Aviation regarding the declarations may take some time.
Reference is made to section 2.1 in the instructions to tenderers for further details and as for the agreements that DALO expects that the tenderer – if awarded the contract – shall enter into with Bombardier, Field Aviation and DALO.
The contract is not divided into lots on the grounds that update of RDAF CL-604 is complex and demands special insight due to safety and airworthiness of the CL-604 aircraft.
Section IV: Procedure
Section V: Award of contract
Avionics Update of teh Royal Danish Air Force fleet of Four (4) CL-604
Section VI: Complementary information
The reasons for the termination are that the assumptions concerning the condition of the aircraft has changed during the tender period. Therefore, it is important for DALO to carefully analyse the structure and components of the aircraft since this may have far-reaching consequences for the continued maintenance and operation of the RDAF four CL-604’s.
Further, the offers have shown that there are mandatory requirements which the tenderers cannot fulfill.
Furthermore, the offered prices are approximately twice as expensive as expected by DALO and stated in the Contract Notice.
Consequently, the Danish Defence Acquisition and Logistics Organization (DALO) hereby terminates Contract Notice 2019/S 223-546394.
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
Pursuant to the Danish Consolidation Act No 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints regarding a candidate not being pre-qualified must be filed with the Complaints Board for Public Procurement within 20 calendar days starting the day after the contracting authority has sent notification to the candidates involved, cf. § 7(1) of the Act on The Complaints Board for Public Procurement, provided that the notification includes an account of the reasons for the decision.
Other complaints must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement be filed with the Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union. The timelimit is calculated from the day after the publication date.
2) 30 calendar days starting the day after the contracting authority has notified the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes an account of the reasons for the decision.
3) 6 months after the contracting authority has entered into the framework agreement, calculated starting the day after the contracting authority has sent notification to the candidates and tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision.
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to the Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on the Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).
Contact information for the Complaints Board for Public Procurement is stated in section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk