Fakta om udbudet
Udbyder
Danish Defence Acquisition and Logistics Organization
Framework agreement regarding performance of Ship Helicopter Operating Limits (SHOL) trials
Danish Defence Acquisition and Logistics Organization
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Danish Defence Acquisition and Logistics Organization
Lautrupbjerg 1-5
For the attention of: Mikkel Hanskov
2750 Ballerup
DENMARK
Telephone: +45 72307807
E-mail: mcha@kammeradvokaten.dk
Internet address(es):
General address of the contracting authority/entity: http://forsvaret.dk/fmt
Further information can be obtained from: Kammeradvokaten
Vester Farimagsgade 23
For the attention of: Mikkel Hanskov
1606 Copenhagen V
DENMARK
Telephone: +45 72307807
E-mail: mcha@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: Mikkel Hanskov
1606 Copenhagen V
DENMARK
Telephone: +45 72307807
E-mail: mcha@kammeradvokaten.dk
Tenders or requests to participate must be sent to: Kammeradvokaten
Vester Farimagsgade 23
For the attention of: Mikkel Hanskov
1606 København V
DENMARK
Telephone: +45 72307807
E-mail: mcha@kammeradvokaten.dk
Internet address: http://www.kammeradvokaten.dk
Section II: Object of the contract
Service category No 3: Defence services, military defence services and civil defence services
NUTS code DK
Duration of the framework agreement
Duration in years: 7Justification for a framework agreement, the duration of which exceeds seven years: N/a.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 25 000 000 DKKShip Helicopter Operating Limits (SHOL) must therefore be developed in order to achieve Full Operational Capability (FOC) as they determine the environmental, ship and aircraft limitations under which operations with MH-60R Seahawk can be conducted to and from:
— Iver Huifeldt (IVER) Class Frigates;
— Absalon (ABSL) Class Flexible Support Ship;
— Thetis (THET) Class Fishery Inspection Vessel;
— Knud Rasmussen (KNUD) Class Inspection Vessel.
The Danish Defence also has a requirement for developing SHOL for operations with EH 101 DMRH to and from the ABSL-CL and the IVER-CL. A Limited SHOL has been defined as part of previous flight test activities, however the full shipboard capability of the EH101 DMRH has to be defined. The full flight trial will only be conducted to either ABSL or IVER. Read across from the trial ship should be performed to generate the SHOL on the other ship.
It is expected that the first week of each FOCFT will take place in the Danish area, the two following weeks (+1 spare) in vicinity of the Faeroe Islands.
As previous FOCFT have been conducted successfully in March-April or October-November in order to meet the desired meteorological conditions as well as the right balance between light and dark hours, the following periods are allocated in order to in order to conduct FOCFTs:
— 2015: October-November-December or 2016: January-February-March-April (EH 101 — To Be Decided (TBD);
— 2016: September-October-November (60R);
— 2017: March-April (60R) and October-November (60R);
— 2018: March-April (60R) and October-November (TBD);
— 2019: March-April (TBD).
It has not been decided yet whether SHOL trials shall be conducted in all the periods above. DALO expects but is not obliged to order at least 4 trials. Tenderers shall however be able to allocate resources to conduct SHOL trials in all of the periods (within a reasonable notice further specified in the tender material).
34711500, 73434000
Section III: Legal, economic, financial and technical information
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 May 1997 regarding public payments. A template for the declaration will be provided with the tender documents.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 annual turnover for the last three financial years available, in so far as information on such turnovers is available.Reference is made to section VI.3 with regard to the candidate's possibility of relying on the capacity of other entities.
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 3 most important similar deliveries carried out over the past five 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 (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);
— The recipients of the deliveries.
Minimum level(s) of standards possibly required
The candidate must demonstrate experience with one or more similar deliveries within the past 5 years.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The limitation of candidates will be based on the following criteria listed in order of priority: (a) the relevance of the candidate's previous deliveries in comparison to the contract/purchases described in section II.1.5), in terms of the nature and quantity of the previous deliveries and (b) the economic and financial standing of the candidate, in terms of yearly turnover. 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.
Section VI: Complementary information
DALO have 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 can be acquired from the contact person stated in section I.1.
In regards to section IV.1.1 DALO reserves the right to waive the negotiation.
When submitting contact details the candidates are encouraged to submit as much information as possible and preferable also the e-mail address of the candidate's contact person. Candidates are asked to submit applications for pre-qualification in 3 hardcopies and electronically on a USB or equivalent medium in a sealed envelope marked ‘SHOL trials — Application. 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 prequalification cannot be submitted by e-mail.
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 documents.
Klagenævnet for udbud (The complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk
Body responsible for mediation procedures
N/A
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 Pub-lic 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 com-plaint has been lodged in the stand-still period. If the appeal has not been lodged in the stand-still period, the appellant must also state whether it is requested that the appeal is granted delaying effect.
Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
2500 Valby
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk