23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 089-160684
Offentliggjort
08.05.2015
Udbudstype
Udbud efter forhandling

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

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

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

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:
Framework agreement regarding performance of Ship Helicopter Operating Limits (SHOL) trials.
II.1.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Defence services, military defence services and civil defence services

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 a single operator

Duration of the framework agreement

Duration in years: 7
Justification 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 DKK
II.1.5) Short description of the contract or purchase(s):
The Danish Defence has a requirement emerging in mid 2016 to operate its coming MH-60R Seahawk helicopters from the Royal Danish Navy's (RDN) helicopter carrying units.
Ship 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).
II.1.6) Common procurement vocabulary (CPV)

34711500, 73434000

II.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
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: 25 000 000 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

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 applicable Danish legislation on public payments. At present, this is Danish consolidation act. no. 798 of June 2007 which requires invoicing to 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 particular legal form is required. If the contract 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.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
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 May 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 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.
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 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.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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 3
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.
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
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
8.6.2015 - 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:
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. For instance this is fulfilled if the candidate submits a co-operation agreement clearly stating that the candidate has the relevant resources at its disposal (conversely, it is not sufficient to submit a declaration stating that the candidate is entitled to sell products on behalf of another entity if the candidate wishes to rely on the capacity of this other entity).
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.
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 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://www.klfu.dk

Body responsible for mediation procedures

N/A

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 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.
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
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://www.kfst.dk

VI.5) Date of dispatch of this notice:
5.5.2015

Send til en kollega

0.067