Business Opportunity. Title: Denmark-Ballerup: Repair and alignment services for Travelling Wave Tube Amplifiers (TWTA) Document Type: Contract Notice

Size: px
Start display at page:

Download "Business Opportunity. Title: Denmark-Ballerup: Repair and alignment services for Travelling Wave Tube Amplifiers (TWTA) Document Type: Contract Notice"

Transcription

1 Business Opportunity Title: Denmark-Ballerup: Repair and alignment services for Travelling Wave Tube Amplifiers (TWTA) Document Type: Contract Notice Published By: Forsvarsministeriets Materiel- Og Indkøbsstyrelse / Danish Defence And Logistics Date Published: 20 September 2016 Deadline Date: 18 October 2016 SECTION I: CONTRACTING AUTHORITY I.1) Name, Address and Contact Point(s) Official Name: Forsvarsministeriets Materiel- og Indkøbsstyrelse / Danish Defence and Logistics Organisation (DALO) Postal Address: Lautrupbjerg 1 Town: Ballerup For the attention of: Martin Sigsgaard fmi-id-slu04@mil.dk Postal Code: 2750 Telephone: Fax: General Address of the contracting authority (URL) Address of the Buyers Profile (URL) Country: DK 1

2 Electronic access to information Electronic submission of tenders and requests to participate Further information can be obtained at: Specifications and further documents can be obtained at: Tenders or requests to participate must be sent to: As in above mentioned contact point(s) Other: Please complete Annex A.I As in above mentioned contact point(s) Other: Please complete Annex A.II As in above mentioned contact point(s) Other: Please complete Annex A.III I.2) Type of contracting Authority and Main Activity or Activities Ministry or any other national or federal authority, including their regional or local sub-divisions National or federal agency/office Regional or local Authority Regional or local Agency/Office Body governed by public law European Institution/Agency or International Organisation General public services Defence Public order and safety Environment Economic and financial affairs Health Housing and community amenities Social protection Recreation, culture and religion Education The contracting authority is purchasing on behalf of other contracting authorities: No SECTION II: OBJECT OF THE CONTRACT II.1) II.1.1) II.1.2) Description Title attributed to the contract by the contracting authority Repair and alignment services for Travelling Wave Tube Amplifiers (TWTA). Type of service contract Service category Main site or location of works, place of delivery or performance Maintenance and repair services. NUTS Code DK II.1.3) Information on framework agreement The notice involves the establishment of a framework agreement 2

3 II.1.4) Information on framework agreement (if applicable) Framework agreement with a single operators Framework agreement with several operators Number of participants to the framework agreement envisaged Duration of the framework agreement Period in month(s): 84 Justification for a framework agreement the duration of which exceeds seven years Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Currency: DKK Frequency and value of the contracts to be awarded II.1.5) II.1.6) Short description of the contract or purchase(s) The purpose of this tender is to enter in to a framework agreement concerning repair of Travelling Wave Tube Amplifiers (TWTA) CPI P/N VZX3505T (NSN ) and CPI P/N VZX3505T-2 (NSN ) as well as alignment and functional test of complete TWTAs. The contract shall cover repair/renovation of defective TWTAs at fixed prices and test alignment of complete TWTAs at fixed prices. The total population of TWTAs is 21. Repair service: An operating TWTA utilizes a Coupled Cavity Travelling Wave Tube (TWT), NSN The repair service of the TWT is NOT included in this contract, and defective TWTAs may be submitted for service without TWTs. Test and alignment: When submitted to test and alignment, the TWTA will be submitted including the TWT. Common Procurement Vocabulary (CPV) Main object Additional objects Main vocabulary Supplementary vocabulary (when applicable) 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 subjectmatter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract. The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts through the procedure set out in Title III of Directive 2009/81/EC. 3

4 The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified. The successful tenderer is obliged to subcontract the following share of the contract through the procedure set out in Title III of Directive 2009/81/EC: minimum percentage: (%), maximum percentage: (%) of the value of the contract. (The maximum percentage may not exceed 30% of the value of the contract) II.1.8) II.1.9) II.2) II.2.1) Division into lots No Will variants be accepted No Quantity or Scope of the Contract Total quantity or scope Estimated value excluding VAT: Currency: DKK II.2.2) Information about options Provisional timetable for recourse to these options II.2.3) II.3) Information about renewals Number of possible renewals: In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts: Duration of the contract or limit for completion Period in month/s: 84 (from the award of the contract) SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) III.1.1) III.1.2) III.1.3) Conditions Relating to the Contract 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. Main Terms of financing and payment and/or reference to the relevant provisions 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. Legal form to be taken by the grouping of suppliers, contractors or service providers 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 4

5 group. III.1.4) III.1.5) III.2) III.2.1) Other particular conditions to which the performance of the contract is subject Candidates should note that the contract will include an appendix concerning Corporate Social Responsibility with a labour clause, cf. Appendix B clause 2.3. Information about security clearance Candidates which do not yet hold security clearance may obtain such clearance until: Conditions for Participation 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 Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers (if applicable) III.2.2) Economic and financial standing Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion) 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. The three latest annual reports or a declaration stating the candidate's equity 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 three financial years, in so far as information such information is available. 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 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, the contracting authority will calculate the turnover based on the official exchange rate on the date this notice was published). The candidate must have had a positive equity ratio for each of the preceding three financial years. Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection) (if applicable) Minimum level(s) of standards possibly required: 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) The following documentation shall be submitted: A list of the 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 The recipients of the deliveries 5

6 (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) 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 demonstrate experience with as a minimum one similar delivery within the past five years. By similar delivery means that the candidate must demonstrate knowledge in repairing high power electronics employing velocity modulated vacuum tubes. Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection) (if applicable) Minimum level(s) of standards possibly required: III.2.4) III.3) III.3.1) III.3.2) Reserved contracts The contract is restricted to sheltered workshops The execution of the contract is restricted to the framework of sheltered employment programmes Conditions Specific to Service Contracts Is provision of the service reserved to a specific profession? No Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No SECTION IV: PROCEDURE IV.1) IV.1.1) Type of Procedure Type of Procedure Restricted Accelerated restricted Negotiated Accelerated negotiated Competitive dialogue Justification for the choice of accelerated procedure 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 an evaluation of which candidates have documented the most relevant previous deliveries in comparison to the contract/purchases described in section II.1.5) above, in terms of the nature and quantity of the previous deliveries. Please note that any ambiguities 6

7 and/or incomprehensibilities in the information submitted under section III.2.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates. IV.1.3) IV.2) 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 Award Criteria A) Lowest Price Yes B) The most economically advantageous tender in terms of: B1) Criteria as stated in contract documents: No B2) Criteria as stated below: No Criteria Weighting IV.2.2) An electronic auction will be used No IV.3 Administrative Information IV.3.1) IV.3.2) Reference number attributed to the notice by the contracting authority Previous publication(s) concerning the same contract Prior Information Notice Notice on a Buyer Profile Other previous publications IV.3.3) Conditions for obtaining specifications and additional documents Obtainable until Price (where applicable) Currency: Terms and method of payment: IV.3.4) IV.3.5) IV.3.6) Time-limit for requests to participate :00 Date of dispatch of invitations to tender or to participate to selected candidates Estimated date Language or languages in which tenders or requests to participate can be drawn up EN SECTION VI: COMPLIMENTARY INFORMATION VI.1) Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published VI.2) Does the contract relate to a Project/Programme financed by Community Funds? 7

8 No If yes, indicate the project/programme and any useful reference VI.3) VI.4) Additional Information Candidates are asked to submit applications for prequalification via Mercell Sourcing Service permalink.mercell.com/ aspx. The application for prequalification cannot be submitted by . DALO have prepared a prequalification 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 Re. Section III.2.1): Solemn declaration regarding the candidate's payment of taxes and social security contributions: When submitting the offers (but not the application for prequalification), 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 the country in which the candidate is established and in Denmark. A template for the declaration will be provided with the tender documents. Re. Section III.2): 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 referred to above. Non-compliance with formal requirements: DALO reserves the right but is not obliged to use remedies equal to the remedies provided for in Section 159(5) of the Danish Act no of on tender procedures if applications or tenders do not fulfil the formalities of the tender documents. Procedures for appeal VI.4.1) Body responsible for appeal procedures Official Name: Klagenævnet for Udbud Postal Address: Nævnenes Hus, Toldboden 2 Town: Viborg klfu@erst.dk Internet address (URL): 8 Postal Code: 8800 Telephone: Fax: Country: DK

9 Body responsible for mediation procedures Official Name: Postal Address: Town: Postal Code: Country: Internet address (URL): 9 Telephone: Fax: VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: Pursuant to Danish act on The Complaints Board for Public Procurement (act no. 492 of with subsequent amendments available at 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, 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: 1) 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). 2) 30 calendar days starting the day after the contracting authority has informed 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 a short account of the relevant reasons for the decision. 3) 6 months starting the day 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. 4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. the principle in 185(2) of the Danish act on Public Procurement (act no of available at 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) of the said act. The of The Complaints Board for Public Procurement is stated in section VI.4.1.

10 The Complaints Board for Public Procurement's own guidance note concerning complaints is available at the inter-net address stated in section VI.4.1. VI.4.3) Service from which information about the lodging of appeals may be obtained Official Name: Konkurrence- og Forbrugerstyrelsen Postal Address: Carl Jacobsens Vej 35 Town: Valby Internet address (URL): Postal Code: 2500 Telephone: Fax: Country: DK VI.5) Dispatch date of this Notice