İHALE DETAYLARI 1. Denmark-Ballerup: Armoured military vehicles 2015/S 198-359312 Contract notice Supplies Directive 2009/81/EC Section I: Contracting authority/entity Non empty span 2I.1) Name, addresses and contact point(s) Forsvarsministeriets Materiel- og Indkøbsstyrelse Lautrupbjerg 1 For the attention of: Tanja Goth-Eriksen 2750 Ballerup DENMARK Telephone: +45 72571135 E-mail: [email protected] Internet address(es): General address of the contracting authority/entity: www.forsvaret.dk/fmi Electronic access to information: http://permalink.mercell.com/53567402.aspx Electronic submission of tenders and requests to participate: http://permalink.mercell.com/53567402.aspx Further information can be obtained from: Mercell Danmark A/S Østre Stationsvej 33, Vestfløjen 5000 Odense C DENMARK E-mail: [email protected] Internet address: http://permalink.mercell.com/53567402.aspx Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S Østre Stationsvej 33, Vestfløjen 5000 Odense C DENMARK E-mail: [email protected] Internet address: http://permalink.mercell.com/53567402.aspx Tenders or requests to participate must be sent to: Mercell Danmark A/S Østre Stationsvej 33, Vestfløjen 5000 Odense C DENMARK E-mail: [email protected] Internet address: http://permalink.mercell.com/53567402.aspx //txtmark end Non empty span 2I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions //txtmark end Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities/entities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: Armoured Patrol Vehicles (APV). //txtmark end Non empty span 2II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: Hærens Kamp- og Ildstøttecenter (Army Combat and Fire Support Centre), Oksbøllejren, Grærup Havvej 2, 6840 Oksbøl, Denmark. NUTS code DK0 //txtmark end Non empty span 2II.1.3) Information on framework agreement The notice involves the establishment of a framework agreement //txtmark end Non empty span 2II.1.4) Information on framework agreement Framework agreement with a single operator Duration of the framework agreement Duration in years: 15 Justification for a framework agreement, the duration of which exceeds seven years: As described in section II.1.5) below, DALO will award 1) a framework agreement concerning the acquisition of the vehicles, initial spare parts and documentation (the ‘Acquisition Contract’) and 2) a framework agreement concerning certain services and additional spare parts related to the vehicles (the ‘Sustainment Contract’). The length of the Acquisition Contract will not exceed 7 years. With regards to the Sustainment Contract, this framework agreement will have a duration of 15 years with a possibility for renewal twice, each for an additional 5 years (15 + 5 + 5). DALO has determined that such a duration is justified based on the following grounds in particular: The APVs are expected to have a life span of approximately 15 years (and potentially even longer). DALO therefore has a need for sustainment that exceeds 7 years. Due to the numbers of APVs to be delivered — as well as the expected development costs associated with the requirements concerning the level of APV protection — both the Acquisition Contract and the Sustainment Contract represents a very large investment for the supplier. This creates the need for a longer write-off period than usual which also motivates a contract period exceeding 7 years. Furthermore, a great deal of knowledge and experience will be gathered throughout the contract period, in particular in relation to continued developments concerning the APV. The need to minimize the technical and logistical difficulties that a change of supplier will result in also supports the need for a contract period longer than 7 years. In addition, only spare parts for the APVs that are deemed by DALO to be critical for the use of the APVs in terms of weapon, road- and personnel/material safety will be included in the full duration of the Sustainment Contract. All other spare parts will only be included in the Sustainment Contract for a period of 7 years after which they will be procured via a new tender procedure. Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 450 000 000 and 1 550 000 000 DKK Frequency and value of the contracts to be awarded: DALO expects to make an initial purchase of up to 36 APVs immediately after contract signing (as a supplement of the existing fleet for the Danish Army). It is expected that the Supplier shall deliver a pre-series version of the APV in 2018 prior to the delivery of the first batch with expected delivery in 2018/2019. Further purchases of additional APVs are expected at later stages. //txtmark end Non empty span 2II.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. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35410000, 35412000, 35412400, 35412500, 35420000, 44510000, 50630000, 73423000, 73433000, 79131000, 80630000 //txtmark end Non empty span 2II.1.7) Information about subcontracting Non empty span 2II.1.8) Lots This contract is divided into lots: no //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: Non empty span 2II.2.2) Information about options Options: yes Description of these options: The duration of the Sustainment Contract may be extended with up to 5 years two times (i.e. to a maximum of 25 years in total), cf. II.2.3) below. //txtmark end Non empty span 2II.2.3) Information about renewals This contract is subject to renewal: yes Number of possible renewals: 2 In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 60 (from the award of the contract) //txtmark end Non empty span 2II.3) Duration of the contract or time limit for completion // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.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. //txtmark end Non empty span 2III.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 at any time applicable Danish legislation on public payments. At present this is the Danish consolidation act. no. 798 of June 2007 which demands that invoicing must be done electronically. Exact terms will be stated in the contract. //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: No special legal form is required. If the contracts are 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. //txtmark end Non empty span 2III.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: The Supplier and any sub-supplier(s) are required to comply with NATO Security Regulations as implemented by the National Security Authority of the country in which the work is performed. The supplier will be required to ensure that only authorized security personnel have access to classified information or material in the course of performance of the contract. Candidates are specifically made aware that it is a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen). The pre-qualified tenderers will be informed of the exact content of the industrial cooperation requirements. The general rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperation-in-denmark.pdf //txtmark end Non empty span 2III.1.5) Information about security clearance: Non empty span 2III.2) Conditions for participation Non empty span 2III.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 13.5.1997 regarding public payments. A template for the declaration will be provided with the tender documents. //txtmark end Non empty span 2III.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 declarations stating — the annual turnover for the last 3 financial years available, in so far as information on such turnovers is available — the candidate's solvency 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 3 financial years, in so far as such information is available. If the application is submitted by a joint group of suppliers (e.g. a consortium) this information must be provided for each member of the group. 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 485 000 000 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published). The candidate must have had a solvency ratio of at least 15 percent for each of the preceding 3 financial years. If the application is submitted by a joint group of suppliers (e.g. a consortium) each member of the consortium must fulfil the requirement concerning solvency ratio. As for the requirement concerning annual turnover, this may be fulfilled by the group as a whole. //txtmark end Non empty span 2III.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 most important similar deliveries carried out over the past five (5) 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 (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) If the application is submitted by a joint group of suppliers (e.g. a consortium) this information should be provided for each member of the group. 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 shall demonstrate to have had experience within the past 5 years with (1) delivery of armoured patrol vehicles and (2) provision of spares and services as part of a sustainment arrangement concerning such vehicles. If the application is submitted by a joint group of suppliers (e.g. a consortium) this requirement may be fulfilled by the group as a whole. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Non empty span 2III.3.2) Staff responsible for the execution of the service // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Negotiated //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged number of operators 5 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 contracts/purchases described in section II.1.5) above, in terms of the nature and quantity of the previous deliveries. Please note that any ambiguities and/or incomprehensibilities in the information submitted under section III.2.3) may be regarded negatively in the evaluation when selecting the limited number of candidates. //txtmark end Non empty span 2IV.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 yes //txtmark end Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction has been used: no //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: Non empty span 2IV.3.2) Previous publication(s) concerning the same contract no //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 10.11.2015 - 12:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence This is a recurrent procurement: no //txtmark end Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.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. //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures Klagenævnet for udbud (The Complaints Board for Public Procurement) Dahlerups Pakhus, Langelinie Allé 17 2100 Copenhagen Ø DENMARK E-mail: [email protected] Telephone: +45 35291000 Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud //txtmark end Non empty span 2VI.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 Public 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 complaint has been lodged in the standstill period. If the appeal has not been lodged in the standstill period, the appellant must also state whether it is requested that the appeal is granted delaying effect. //txtmark end Non empty span 2VI.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 DENMARK E-mail: [email protected] Telephone: +45 41715000 Internet address: www.kfst.dk 2. Norway-Lillehammer: Motor vehicles 2015/S 207-376699 Forsvarets logistikkorganisasjon (FLO) (The Norwegian Defence Logistics Organisation), 986105174, Postboks 800, Postmottak, For the attention of: Kaja Sandvig, Lillehammer 2617, NORWAY. Telephone: +47 63808147. E-mail: [email protected] (Supplement to the Official Journal of the European Union, 21.10.2015, 2015/S 204-371449) RE: CPV:34100000, 34113000, 34113200, 34113300, 34114000, 34114100, 34114110, 34130000, 34140000, 34144000, 34144200, 34144210, 34144212, 34144700, 34144750, 35400000, 35412000, 35412200, 35412300, 35412500, 34110000, 34111000, 34115000, 34121000, 34133000, 34134200, 34142000 Motor vehicles 4-wheel-drive vehicles All-terrain vehicles Off-road vehicles Specialist vehicles Emergency vehicles Rescue vehicles Motor vehicles for the transport of goods Heavy-duty motor vehicles Special-purpose motor vehicles Vehicles for the emergency services Firefighting vehicles Water-tender vehicles Utility vehicles Cargo carriers Military vehicles and associated parts Armoured combat vehicles Armoured personnel carriers Armoured weapon carriers Command and liaison vehicles Passenger cars Estate and saloon cars Other passenger cars Buses and coaches Articulated trucks Tipper trucks Crane and dumper trucks Instead of: II.1.8) Lots: This contract is divided into lots: no Read: II.1.8) Lots: Will the contract consist of sub contracts: yes Other additional information See amendment. 3. United Kingdom-Bristol: Weapons, ammunition and associated parts 2015/S 206-373873 Contract notice Supplies Directive 2009/81/EC Section I: Contracting authority/entity Non empty span 2I.1) Name, addresses and contact point(s) Ministry of Defence, Weapons, Maritime and Anti-Air Weapon Systems (MAWS) Project Team Fir 2b, #4203, Abbeywood South Contact point(s): DES WpnsMAWS-COM2a1 For the attention of: Mrs Tricia O'Connor BS34 8JH Bristol UNITED KINGDOM Telephone: +44 1179131285 E-mail: [email protected] Internet address(es): General address of the contracting authority/entity: www.mod.uk Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) //txtmark end Non empty span 2I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions //txtmark end Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities/entities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: MAWS/0009 — Sea Viper Weapon System Consumables. //txtmark end Non empty span 2II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase NUTS code UKJ31 //txtmark end Non empty span 2II.1.3) Information on framework agreement The notice involves the establishment of a framework agreement //txtmark end Non empty span 2II.1.4) Information on framework agreement Framework agreement with several operators maximum number of participants to the framework agreement envisaged: 4 Duration of the framework agreement Duration in years: 4 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: 3 425 000 GBP //txtmark end Non empty span 2II.1.5) Short description of the contract or purchase(s): Weapons, ammunition and associated parts. Radar. Air defence radar. Command, Control, Communication and Computer systems. The Sea Viper (SV) Anti-air Weapon System is the Royal Navy variant of the tri-national PAAMS (Principal Anti-Air Missile System) programme, and is the primary weapon system on the Royal Navy’s Type 45 Destroyers. The MAWS PT has a requirement for the purchase of a range of consumable items for the SV Weapon System (excluding the munitions) in order to support the system. The Project Team intends to satisfy this requirement with an initial bulk buy of consumables in the first two (2) years with a facility for any potential subsequent top-up buys. The consumables will be divided into four (4) separate framework agreements (referred to as Lots). The SV component systems which are likely to include, as a minimum: the Multi-Function Radar, Vertical Launch System and Command and Control System. Details of the specific consumable items will be provided by reference to a NATO Stock Number with the estimated quantity and required delivery profiles are available as an attachment to this notice. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35300000, 35722000, 35723000, 35710000 //txtmark end Non empty span 2II.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 The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract //txtmark end Non empty span 2II.1.8) Lots This contract is divided into lots: yes Tenders may be submitted for one or more lots //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: Candidates will be invited to tender based upon the outcome of the Pre-Qualification Questionnaire. Responses will be ranked in accordance with the evaluated score. A maximum of five (5) (subject to the caveat below), but minimum of two (2) suppliers will be invited to tender against each Lot. In the event that more than one Potential Provider has an equal score to that of the 5th highest scoring Potential Providers, then all Potential Providers with this score will be invited to the next procurement stage. Consequently, in this instance only, the number of Potential providers in each Lot may be increased. Candidates may be bid for one (1) or more of the Lots and may be invited to tender one (1) or more of the Lots if they are ranked within the top five (5) of each Lot. Candidates will be asked to indicate which Lots they wish to be considered for when completing the PQQ, though this information will only be used to inform a suitable number of bidders in advance of the ITT stage and will not hold a weighting for PQQ evaluation purposes. Should fewer than two (2) suppliers be considered suitable per Lot at PQQ or ITT stage, the MOD will not take through the Lot to contract at this time. The four (4) separate Lots correspond with the SV component systems as listed below with their approximate values. Please note that the values and quantities detailed in this notice are estimates for guidance purposes only and do not constitute a commitment by the Authority. — Lot 1: Multi-Function Radar — Sampson: Estimated value of total contract: 170 000 GBP. This lot is comprised of 46 line items listed by NATO Stock Number and estimated quantities. — Lot 2: Vertical Launch System 1: Estimated value of total contract: 2 200 000 GBP. This lot is comprised of 17 line items listed by NATO Stock Number and estimated quantities. — Lot 3: Vertical Launch System 2: Estimated value of total contract: 1 005 000 GBP. This lot is comprised of 82 line items listed by NATO Stock Number and estimated quantities. — Lot 4: Command and Control and Safety Control Equipment Subsystems: Estimated value of total contract: 50 000 GBP. This lot is comprised of 37 line items listed by NATO Stock Number and estimated quantities. However, it should be noted that no business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should only take part in this process only on the basis that they fully understand and accept this position. Estimated value excluding VAT: 3 425 000 GBP //txtmark end Non empty span 2II.2.2) Information about options Options: no //txtmark end Non empty span 2II.2.3) Information about renewals This contract is subject to renewal: no //txtmark end Non empty span 2II.3) Duration of the contract or time limit for completion Starting 1.4.2016. Completion 31.3.2020 //txtmark end // grseq end Information about lots Lot No: 1 Lot title: Multi-Function Radar (MFR) Non empty span 21) Short description Consumable components to allow for the continued service and maintenance of the MFR. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35300000, 35722000, 35723000 //txtmark end Non empty span 23) Quantity or scope Estimated value excluding VAT: 170 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Duration in months: 48 (from the award of the contract) //txtmark end Non empty span 25) Additional information about lots A full list detailing the individual Lots is attached. //txtmark end // grseq end Lot No: 2 Lot title: Vertical Launch System (VLS) — Part One (1) Non empty span 21) Short description Consumable components to allow for the continued service and maintenance of the VLS. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35300000 //txtmark end Non empty span 23) Quantity or scope Estimated value excluding VAT: 2 200 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Duration in months: 48 (from the award of the contract) //txtmark end Non empty span 25) Additional information about lots A full list detailing the individual Lots is attached. //txtmark end // grseq end Lot No: 3 Lot title: Vertical Launch system (VLS) — Part Two (2) Non empty span 21) Short description Consumable components to allow for the continued service and maintenance of the VLS. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35300000 //txtmark end Non empty span 23) Quantity or scope Estimated value excluding VAT: 1 050 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Duration in months: 48 (from the award of the contract) //txtmark end Non empty span 25) Additional information about lots A full list detailing the individual Lots is attached. //txtmark end // grseq end Lot No: 4 Lot title: Command and Control (C2) and Safety Control Equipment (SCE) Subsystems Non empty span 21) Short description Consumable components to allow for the continued service and maintenance of the Command and Control and Safety Control Equipment Subsystems. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35300000, 35710000 //txtmark end Non empty span 23) Quantity or scope Estimated value excluding VAT: 50 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Duration in months: 48 (from the award of the contract) //txtmark end Non empty span 25) Additional information about lots A full list detailing the individual Lots is attached. //txtmark end // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.1.1) Deposits and guarantees required: See III 2.2). //txtmark end Non empty span 2III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Payment will follow delivery and acceptance of the goods. //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract. //txtmark end Non empty span 2III.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: The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. //txtmark end Non empty span 2III.1.5) Information about security clearance: Non empty span 2III.2) Conditions for participation Non empty span 2III.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: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. This information will be sought through a formal pre-qualification questionnaire. //txtmark end Non empty span 2III.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: (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance. (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established. (c) Where appropriate, a statement, covering the 3 previous financial years of the economic operator, of: (i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. a. Bankers statements or, relevant professional risk indemnity insurance; b. Relevant extracts of audited accounts or extracts of those accounts relating to the potential tenderer’s business for the past 3 years; or c. A statement covering 3 previous financial years of: (1) The potential tenderer’s overall business turnover; and (2) If appropriate, the potential tenderer’s turnover in respect of goods, works or services that are similar to the subject of the contract. d. any material changes in your economic or financial standing since the date of the last set of audited accounts or likely to take effect within the next twelve months; and e. any existing or proposed financial commitments or liabilities that could adversely affect their economic and financial standing. This information will be reviewed as part of the formal Pre-Qualification Questionnaire. Minimum level(s) of standards possibly required: Please see VI.3) (due to limitations of character space in this box). //txtmark end Non empty span 2III.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) In the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability. (c) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and: (i) the dates on which the goods were sold or the services provided; (ii) the consideration received; (iii) the identity of the person to whom the goods were sold or the service were provided; (iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and (v) where — (a) that person was not a contracting authority, and (b) the certificate referred to in sub-paragraph (c) (iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided. (e) A statement of the economic operator's: (i) technical facilities; (ii) measures for ensuring quality; (iii) study and research facilities; and (iv) internal rules regarding intellectual property. (f) A check carried out by the contracting authority or on its behalf by a competent official body of the member State in which the economic operator is established: (i) on the technical capacity of the economic operator; and (ii) if relevant, on the economic operator's study and research facilities and quality control measures. (j) A description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract. (k) Any samples, descriptions and photographs of the goods to be purchased or hired under the contract and certification of the authenticity of such samples, descriptions or photographs. (l) Certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority. (m) In the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority. (n) A certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification. The Authority requires this information to evaluate technical capability. This will be sought through a formal prequalification questionnaire. The Scoring scheme will be included within the PQQ. Minimum level(s) of standards possibly required ISO 9002 or equivalent. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Non empty span 2III.3.2) Staff responsible for the execution of the service // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Restricted //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 2 and maximum number 5 Objective criteria for choosing the limited number of candidates: Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on www.contracts.mod.uk You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to the Response Manager and add the following Access Code: XXXXXXX. Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is 16.11.2015 15:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing [email protected] Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice. The Authority will use the PQQ response to create a shortlist of tenderers who: (1) are eligible to participate under Section III.2.1) of this Contract Notice; (2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and (3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice. The requirement is to be split into four (4) Lots. Each Lot will be limited to a maximum five (5) candidates per Lot. In the event that more than 1 Potential Provider has an equal score to that of the 5th highest scoring Potential Provider, then all Potential Providers with this score will be invited to the next procurement stage. Therefore, in this instance only, the number of Potential Providers in each Lot may be increased. Consequently, the total number of candidates to satisfy the requirement is expected to range between 20 (if the top five (5) pre-qualified candidates for each Lot are different, more if there are 5th place matching candidates) and two (2) (if only 2 pre-qualified candidates bid for all four (4) Lots. This is to ensure that competition is vigorous pursued, but maintaining a sensible number of candidates for the project team to evaluate. //txtmark end Non empty span 2IV.1.3) Reduction of the number of operators during the negotiation or dialogue Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction has been used: yes Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: MAWS/0009 //txtmark end Non empty span 2IV.3.2) Previous publication(s) concerning the same contract Prior information notice Notice number in the OJEU: 2014/S 19-029053 of 28.1.2014 //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no //txtmark end Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 16.11.2015 - 15:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence This is a recurrent procurement: yes Estimated timing for further notices to be published: Approximately three (3) years post contract award. //txtmark end Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.3) Additional information: II.3) Duration of the contract or time limit for completion: 31.3.2020 Time: 23:59. Additional information relating to 2.2. The estimated contract value is 3 425 000 GBP. If the estimated contract value is greater than 40 % of the suppliers turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides , to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include: 1. Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and 2. State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process. Other information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation. From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. https://www.gov.uk/government/publications/government-security-classifications The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.contracts.mod.uk/delta You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. In relation to the PQQ, suppliers must log in, go to your Response Manager and add the following Access Code: 48EX345AYZ. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 16.11.2015 15:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing — [email protected] or call +44 800282324. GO Reference: GO-20151016-DCB-7199918 GO Reference: GO-20151016-DCB-7200238 //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures Ministry of Defence, Weapons, Maritime and Air Weapon Systems (MAWS) Team //txtmark end Non empty span 2VI.4.2) Lodging of appeals Non empty span 2VI.4.3) Service from which information about the lodging of appeals may be obtained Ministry of Defence, Weapons, Maritime and Air Weapon Systems (MAWS) Team //txtmark end Non empty span 2VI.5) Date of dispatch of this notice: 16.10.2015 4. United Kingdom-Bristol: Parts for warships 2015/S 203-369321 Contract notice Services Directive 2009/81/EC Section I: Contracting authority/entity Non empty span 2I.1) Name, addresses and contact point(s) Ministry of Defence, Ships, Maritime Platform Systems (MPS) DE&S, ASH 2C #3214, Abbeywood, Filton For the attention of: Kim Morgan BS34 8JH Bristol UNITED KINGDOM Telephone: +44 3067933673 E-mail: [email protected] Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) //txtmark end Non empty span 2I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions //txtmark end Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities/entities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: In Service Support for Propulsor Systems. //txtmark end Non empty span 2II.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 UKK11 //txtmark end Non empty span 2II.1.3) Information on framework agreement The notice involves the establishment of a framework agreement //txtmark end Non empty span 2II.1.4) Information on framework agreement Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 10 000 000 and 20 000 000 GBP //txtmark end Non empty span 2II.1.5) Short description of the contract or purchase(s): Parts for warships. Engineering support services. Technical support services. Propulsor Equipment is utilised in a variety of forms on 2 x LPD, 15 x MCMV, 10 x LCU and training establishments. Its main purpose is for propulsion of the platform in its larger form i.e. Voith Propulsor units and Ships Pump Jet Propulsor units and increased maneuverability during complex maneuvering in its smaller forms i.e. Ships Bow Thruster Propulsor units. The Maritime Equipment Systems (MES) Transmissions, Steam and Fuels (TSF) Group, of which the Transmission Shafting section (TSF2) is part, is planning to enhance the effectiveness and efficiency of the equipment management role and support solutions to deliver improved performance and value for Defence through combining its in-service support requirements for propulsor and designated elements of ships fit equipment. There will be 3 lots available i.e. for Voith Propulsor units, Ships Bow Thruster Propulsor units and Ships Pump Jet Propulsor units. Proposals can be offered against 1, 2 or all 3 of the lots, each will be assessed individually, however savings would be expected to be defined where a bid is made against more than 1 lot. Interested suppliers must clearly indicate at PQQ stage which lot (or lots) they intend to submit proposals for. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35520000, 71336000, 71356300 //txtmark end Non empty span 2II.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 The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract //txtmark end Non empty span 2II.1.8) Lots This contract is divided into lots: yes Tenders may be submitted for one or more lots //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: This requirement covers the supply of new manufactured equipments (Permanent and Consumable class equipment spares), the provision of equipment repairs to permanent and limited class equipments and the supply of suitably experienced and technically trained specialist support services from industry in order to support the serviceability of propulsors equipment sponsored by MES-TSF. These equipments fall within the following MoD Inventory Management Code (IMCs): — IMC Description. — E913 Low Magnetic Items. — E207 Voith. — E208 Bow Thrusters. — E209 Waterjets / pumps. Up to three framework agreements will be let covering the requirements of three Lots (defined below). Industry will be required to work alongside MES who has autonomy in the execution of its role as the Equipment Authority and Design Authority. MES will define and maintain long term strategic requirements for the systems and equipment and maintain a MOD focus for equipment safety and system knowledge. Industry, as providers of Technical Advice, shall be professionally competent and resourced to undertake support to MES safety reviews and to ensure that safety and environmental protection is not compromised by implementing (or failing to implement) where required; design changes, modifications, updates or upgrades. A draft list of Spares with estimated quantities and a draft Statement Of Support Requirements (SOSR) can be found in a supporting document to the PQQ. These documents are in draft form and may be revised and updated prior to issue of the ITT. Proposals may be submitted for one or more Lots. Responses to the PQQ should make it clear which Lots companies are interested in submitting proposals for. There is no guarantee that any contract will be put in place in relation to this notice. Estimated value excluding VAT: Range: between 10 000 000 and 20 000 000 GBP //txtmark end Non empty span 2II.2.2) Information about options Non empty span 2II.2.3) Information about renewals Non empty span 2II.3) Duration of the contract or time limit for completion Duration in months: 84 (from the award of the contract) //txtmark end // grseq end Information about lots Lot No: 1 Lot title: Voith Propulsor Units Non empty span 21) Short description Lot 1 (SIU): Voith Propulsor Units. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35520000, 71336000, 71356300 //txtmark end Non empty span 23) Quantity or scope Platforms: Sandown (SRMH). Estimated value excluding VAT: 7 000 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Duration in months: 84 (from the award of the contract) //txtmark end Non empty span 25) Additional information about lots // grseq end Lot No: 2 Lot title: Bow Thruster Propulsor Units Non empty span 21) Short description Lot 2 (SIU): Bow Thruster Propulsor Units. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35520000, 71336000, 71356300 //txtmark end Non empty span 23) Quantity or scope Platforms: LPD, MCMV, LCU. Estimated value excluding VAT: 2 000 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Non empty span 25) Additional information about lots // grseq end Lot No: 3 Lot title: Pump Jet Propulsor Units Non empty span 21) Short description Lot 3 (SIU): Pump Jet Propulsor Units. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35520000, 71336000, 71356300 //txtmark end Non empty span 23) Quantity or scope Platforms: LCU. Estimated value excluding VAT: 2 000 000 GBP //txtmark end Non empty span 24) Indication about different date for duration of contract or starting/completion Non empty span 25) Additional information about lots // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.1.1) Deposits and guarantees required: Non empty span 2III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: Payment will follow delivery and acceptance of the goods or services via Purchase to Payment (P2P). //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract. //txtmark end Non empty span 2III.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: The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise. DEFCON 697: Contractors on Deployed Operations — may apply. DEFCON 659: Security Measures — may apply. DEFCON 608: Access And Facilities To Be Provided By The Contractor — may apply. //txtmark end Non empty span 2III.1.5) Information about security clearance: Non empty span 2III.2) Conditions for participation Non empty span 2III.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: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender. A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority. A declaration of good standing is to be provided at Pre Qualification Questionnaire. //txtmark end Non empty span 2III.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: (a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established (c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract. The estimated annual contract value of all Lots is 1 600 000 GBP - approximately apportioned across Lots as follows: Lot 1 = 60 %, Lot 2 = 20 % and Lot 3 = 20 %. If the total estimated annual contract value of all Lots bid for by a supplier is greater than 40 % of the supplier's turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include: (1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment will be undertaken on the supplier's financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process. Information to be provided at Pre Qualification Questionnaire. //txtmark end Non empty span 2III.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: This information will be sought through a Pre Qualification Questionnaire. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no //txtmark end Non empty span 2III.3.2) Staff responsible for the execution of the service // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Negotiated //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged minimum number 3 and maximum number 6 Objective criteria for choosing the limited number of candidates: The maximum number of suppliers to be invited to tender applies to each Lot. Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on www.contracts.mod.uk You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. follow any instruction provided to you. The deadline for submitting your response(s) is 16.11.2015 12:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing [email protected] Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice. The Authority will use the PQQ response to create a shortlist of tenderers who: (1) are eligible to participate under Section III.2.1) of this Contract Notice; (2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and (3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice. Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ. The access code for this requirement is: N6598JRT9J. //txtmark end Non empty span 2IV.1.3) Reduction of the number of operators during the negotiation or dialogue Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction has been used: no //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: MPS/002 //txtmark end Non empty span 2IV.3.2) Previous publication(s) concerning the same contract no //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 16.11.2015 - 12:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation. From 2 April 2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. https://www.gov.uk/government/publications/government-security-classifications The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.contracts.mod.uk You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: N6598JRT9J. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents. If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing [email protected] or Telephone +44 800282324. GO Reference: GO-20151015-DCB-7195198. //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures Ministry of Defence, Ships, Maritime Platform Systems (MPS) Body responsible for mediation procedures Ministry of Defence, Ships, Maritime Platform Systems (MPS) //txtmark end Non empty span 2VI.4.2) Lodging of appeals Non empty span 2VI.4.3) Service from which information about the lodging of appeals may be obtained Ministry of Defence, Ships, Maritime Platform Systems (MPS) //txtmark end Non empty span 2VI.5) Date of dispatch of this notice: 15.10.2015 5. Ireland-Cobh: Unmanned underwater vehicles 2015/S 197-356352 Contract notice Supplies Directive 2004/18/EC Section I: Contracting authority Non empty span 2I.1) Name, addresses and contact point(s) Irish Naval Service N/A Haulbowline, County Cork For the attention of: Tadhg Clarke Cobh IRELAND Telephone: +353 214864822 E-mail: [email protected] Fax: +353 214378874 Internet address(es): General address of the contracting authority: http://www.military.ie Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/484 Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93317&B=ETENDERS_SIMPLE Electronic submission of tenders and requests to participate: http://irl.eusupply.com/app/rfq/rwlentrance_s.asp?PID=93317&B=ETENDERS_SIMPLE Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) //txtmark end Non empty span 2I.2) Type of the contracting authority Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: MCM — Automated Underwater Vehicle. //txtmark end Non empty span 2II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: County Cork. NUTS code IE //txtmark end Non empty span 2II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract //txtmark end Non empty span 2II.1.4) Information on framework agreement Non empty span 2II.1.5) Short description of the contract or purchase(s) The Defence Forces invites tenders for supply of MCM (Mine Counter Measures) Automated Underwater Vehicle (s) to the Irish Naval Service. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35512400, 37412240, 43135000, 43135100, 71351924, 71352000, 98363000 //txtmark end Non empty span 2II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): no //txtmark end Non empty span 2II.1.8) Lots This contract is divided into lots: yes Tenders may be submitted for one lot only //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: As per RFT Document. //txtmark end Non empty span 2II.2.2) Information about options Options: no //txtmark end Non empty span 2II.2.3) Information about renewals This contract is subject to renewal: no //txtmark end Non empty span 2II.3) Duration of the contract or time limit for completion // grseq end Information about lots Lot No: 1 Lot title: MCM — Automated Underwater Vehicle Non empty span 21) Short description As per RFT Document. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35512400, 37412240, 43135000, 43135100, 71351924, 71352000, 98363000 //txtmark end Non empty span 23) Quantity or scope Non empty span 24) Indication about different date for duration of contract or starting/completion Non empty span 25) Additional information about lots As per RFT Document. //txtmark end // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.1.1) Deposits and guarantees required: As per RFT Document. //txtmark end Non empty span 2III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As per RFT Document. //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: As per RFT Document. //txtmark end Non empty span 2III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no //txtmark end Non empty span 2III.2) Conditions for participation Non empty span 2III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. //txtmark end Non empty span 2III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. Minimum level(s) of standards possibly required: As per RFT Document. //txtmark end Non empty span 2III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. Minimum level(s) of standards possibly required: As per RFT Document. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no //txtmark end Non empty span 2III.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 //txtmark end // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Open //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Non empty span 2IV.1.3) Reduction of the number of operators during the negotiation or dialogue Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction will be used: no //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: JN/1252/2015 //txtmark end Non empty span 2IV.3.2) Previous publication(s) concerning the same contract no //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no //txtmark end Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 16.11.2015 - 12:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end Non empty span 2IV.3.7) Minimum time frame during which the tenderer must maintain the tender Non empty span 2IV.3.8) Conditions for opening of tenders Persons authorised to be present at the opening of tenders: no //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence This is a recurrent procurement: no //txtmark end Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.3) Additional information As per RFT Document. //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures Non empty span 2VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: As per RFT Document. //txtmark end Non empty span 2VI.4.3) Service from which information about the lodging of appeals may be obtained Non empty span 2VI.5) Date of dispatch of this notice: 7.10.2015 Ireland-Cobh: Unmanned underwater vehicles 2015/S 197-356352 Contract notice Supplies Directive 2004/18/EC Section I: Contracting authority Non empty span 2I.1) Name, addresses and contact point(s) Irish Naval Service N/A Haulbowline, County Cork For the attention of: Tadhg Clarke Cobh IRELAND Telephone: +353 214864822 E-mail: [email protected] Fax: +353 214378874 Internet address(es): General address of the contracting authority: http://www.military.ie Address of the buyer profile: http://irl.eu-supply.com/ctm/Supplier/CompanyInformation/Index/484 Electronic access to information: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=93317&B=ETENDERS_SIMPLE Electronic submission of tenders and requests to participate: http://irl.eusupply.com/app/rfq/rwlentrance_s.asp?PID=93317&B=ETENDERS_SIMPLE Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) //txtmark end Non empty span 2I.2) Type of the contracting authority Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: MCM — Automated Underwater Vehicle. //txtmark end Non empty span 2II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: County Cork. NUTS code IE //txtmark end Non empty span 2II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS) The notice involves a public contract //txtmark end Non empty span 2II.1.4) Information on framework agreement Non empty span 2II.1.5) Short description of the contract or purchase(s) The Defence Forces invites tenders for supply of MCM (Mine Counter Measures) Automated Underwater Vehicle (s) to the Irish Naval Service. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35512400, 37412240, 43135000, 43135100, 71351924, 71352000, 98363000 //txtmark end Non empty span 2II.1.7) Information about Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement (GPA): no //txtmark end Non empty span 2II.1.8) Lots This contract is divided into lots: yes Tenders may be submitted for one lot only //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: As per RFT Document. //txtmark end Non empty span 2II.2.2) Information about options Options: no //txtmark end Non empty span 2II.2.3) Information about renewals This contract is subject to renewal: no //txtmark end Non empty span 2II.3) Duration of the contract or time limit for completion // grseq end Information about lots Lot No: 1 Lot title: MCM — Automated Underwater Vehicle Non empty span 21) Short description As per RFT Document. //txtmark end Non empty span 22) Common procurement vocabulary (CPV) 35512400, 37412240, 43135000, 43135100, 71351924, 71352000, 98363000 //txtmark end Non empty span 23) Quantity or scope Non empty span 24) Indication about different date for duration of contract or starting/completion Non empty span 25) Additional information about lots As per RFT Document. //txtmark end // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.1.1) Deposits and guarantees required: As per RFT Document. //txtmark end Non empty span 2III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As per RFT Document. //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: As per RFT Document. //txtmark end Non empty span 2III.1.4) Other particular conditions The performance of the contract is subject to particular conditions: no //txtmark end Non empty span 2III.2) Conditions for participation Non empty span 2III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. //txtmark end Non empty span 2III.2.2) Economic and financial ability Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. Minimum level(s) of standards possibly required: As per RFT Document. //txtmark end Non empty span 2III.2.3) Technical capacity Information and formalities necessary for evaluating if the requirements are met: As per RFT Document. Minimum level(s) of standards possibly required: As per RFT Document. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Execution of the service is reserved to a particular profession: no //txtmark end Non empty span 2III.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 //txtmark end // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Open //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Non empty span 2IV.1.3) Reduction of the number of operators during the negotiation or dialogue Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction will be used: no //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: JN/1252/2015 //txtmark end Non empty span 2IV.3.2) Previous publication(s) concerning the same contract no //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Payable documents: no //txtmark end Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 16.11.2015 - 12:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end Non empty span 2IV.3.7) Minimum time frame during which the tenderer must maintain the tender Non empty span 2IV.3.8) Conditions for opening of tenders Persons authorised to be present at the opening of tenders: no //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence This is a recurrent procurement: no //txtmark end Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.3) Additional information As per RFT Document. //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures Non empty span 2VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: As per RFT Document. //txtmark end Non empty span 2VI.4.3) Service from which information about the lodging of appeals may be obtained Non empty span 2VI.5) Date of dispatch of this notice: 7.10.2015 6. Poland-Warsaw: Air-to-air missiles 2015/S 198-359311 Contract notice Supplies Directive 2009/81/EC Section I: Contracting authority/entity Non empty span 2I.1) Name, addresses and contact point(s) Inspektorat Uzbrojenia ul. Królewska 1/7 For the attention of: Jacek Fuz 00-909 (00-065 dla przesyłek kurierskich) Warszawa POLAND Telephone: +48 261873453 E-mail: [email protected] Fax: +48 261873444 Internet address(es): General address of the contracting authority: http://www.iu.wp.mil.pl Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: The above mentioned contact point(s) //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35622100 //txtmark end Non empty span 2 Description Air-to-air missiles . //txtmark end // grseq end Section IV: Procedure Non empty span 2IV.3) Administrative information Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 16.11.2015 - 09:00 //txtmark end Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up Polish. 7. Denmark-Ballerup: Command, control, communication systems 2015/S 203-368629 Contract notice Supplies Directive 2009/81/EC Section I: Contracting authority/entity Non empty span 2I.1) Name, addresses and contact point(s) Danish Defence Acquisition and Logistics Organizations (DALO) Lautrupbjerg 1-5 Contact point(s): Kammeradvokaten, Vester Farimagsgade 23, 1606 København V For the attention of: Emil Bisgaard 2750 Ballerup DENMARK Telephone: +45 72307889 E-mail: [email protected] Internet address(es): General address of the contracting authority/entity: http://www.forsvaret.dk/fmi Further information can be obtained from: The above mentioned contact point(s) Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s) Tenders or requests to participate must be sent to: Danish Defence Acquisition and Logistics Organizations (DALO) Lautrupbjerg 1-5 For the attention of: Michael Tarp Hansen 2750 Ballerup DENMARK Telephone: +45 72571505 E-mail: [email protected] //txtmark end Non empty span 2I.2) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local sub-divisions //txtmark end Non empty span 2I.3) Main activity Defence //txtmark end Non empty span 2I.4) Contract award on behalf of other contracting authorities/entities The contracting authority is purchasing on behalf of other contracting authorities: no //txtmark end // grseq end Section II: Object of the contract Non empty span 2II.1) Description Non empty span 2II.1.1) Title attributed to the contract by the contracting authority: Acquisition and sustainment of BRASS Enhancement 1 (BRASS EO). //txtmark end Non empty span 2II.1.2) Type of contract and location of works, place of delivery or of performance Supplies Purchase Main site or location of works, place of delivery or of performance: Denmark. NUTS code DK0 //txtmark end Non empty span 2II.1.3) Information on framework agreement Non empty span 2II.1.4) Information on framework agreement Non empty span 2II.1.5) Short description of the contract or purchase(s): This contract notice concerns DALO's award of a contract covering the acquisition and sustainment of the Danish implementation of the NATO BRASS EO. The Danish implementation of the NATO BRASS EO system will be the strategic maritime HF communication system for the Royal Danish Navy ensuring backwards compatibility with NATO BRASS Initial Core Capability (ICC) and NATO legacy systems. The purpose of the contract is to facilitate a multiple, continuous, robust, strategic and independent long range radio communication capability — under national control — between shore authorities and Danish naval units operating in Danish, North Atlantic and Arctic waters, as well as designated waters for worldwide support during operations covering from combat operations to peace operations and humanitarian operations. It is crucial to DALO that the accquisition is interoperable with Danish and NATO naval units. Therefore, the implementation is driven by the NATO Minimum Military Requirements (MMR) and NATO Broadcast and Ship Shore Enhancement One Target Architecture (BREITA). Also, it will be viewed positively that the system offered by the tenderer — to the furthest extent possible — is already fully developed and put into operational use. The BRASS EO system is to be installed at 1) 2 control sites ashore; one in Denmark and 1 in Greenland, at 2) the naval training facility in Denmark and 3) on all major naval units. Thus, delivery of the system must take place at several locations within the Kingdom of Denmark. Delivery in Denmark includes an Automated Control and Management System (ACMS) site in Aarhus with a transmit and a receive site in Frederikshavn. Delivery in Greenland includes an ACMS site in Nuuk with a transmit and a receive site in Kangerlussuaq. Furthermore, the system is to be installed on an expected number of 13 mobile units, which are located at either Naval Base Korsoer or Naval Base Frederikshavn at the time of the installation. The naval training facility is also located at the Naval Base Frederikshavn. The majority of the sustainment services are expected to be delivered at the sites ashore and/or delivered remotely to mobile units. However, the supplier must be obligated to deliver certain sustainment services on site to mobile units either in national or in international operations. Further details regarding the specificic places of delivery will follow in the tender documents. The BRASS EO system, including installations, initial spare parts packages, special tools and test equipment (STTE), documentation and initial training, will be procured on the basis of an Acquisition Contract. In addition, DALO wishes to enter into a Sustainment Contract allowing for the subsequent procurement of additional spare parts and STTE, sustainment services, including maintenance services and support, and optional deliveries for the system throughout a period of up to 15 years, which is the expected life time of the system. The 2 contracts should be seen as a whole and will both be awarded to the successful tenderer. //txtmark end Non empty span 2II.1.6) Common procurement vocabulary (CPV) 35711000, 35700000, 35710000, 35712000, 32342410, 51321000, 50333000 //txtmark end Non empty span 2II.1.7) Information about subcontracting Non empty span 2II.1.8) Lots This contract is divided into lots: no //txtmark end Non empty span 2II.1.9) Information about variants Variants will be accepted: no //txtmark end Non empty span 2II.2) Quantity or scope of the contract Non empty span 2II.2.1) Total quantity or scope: Estimated value excluding VAT: Range: between 100 000 000 and 200 000 000 DKK //txtmark end Non empty span 2II.2.2) Information about options Options: yes Description of these options: — Additional HF Transmitters, HF Receivers, HF Tranceivers and Antenna Tuning Units. — Additional Remote Supervisory and Control Sub-System and Voice Management Sub-system (VMSS) incuding VMSS subscriber stations. — Additional ARQ Servers. — Additional Message Handling Operator Position. //txtmark end Non empty span 2II.2.3) Information about renewals This contract is subject to renewal: no //txtmark end Non empty span 2II.3) Duration of the contract or time limit for completion Duration in months: 180 (from the award of the contract) //txtmark end // grseq end Section III: Legal, economic, financial and technical information Non empty span 2III.1) Conditions relating to the contract Non empty span 2III.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. //txtmark end Non empty span 2III.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 at any time applicable Danish legislation on public payments. At present this is the Danish consolidation act. no. 798 of June 2007 which demands that invoicing must be done electronically. Exact terms will be stated in the contract. //txtmark end Non empty span 2III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: No special legal form is required. If the order 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. //txtmark end Non empty span 2III.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: The Supplier and any sub-supplier(s) are required to comply with NATO Security Regulations as implemented by the National Security Authority of the country in which the work is performed. The supplier will be required to ensure that only authorized security personnel have access to classified information or material in the course of performance of the contract. Candidates are specifically made aware that it may be a condition precedent for signing the contract that the tenderer has entered into an Industrial Cooperation Contract with the Danish Business Authority (Erhvervsstyrelsen). Candidates should also note that the Danish legislation on industrial cooperation has been amended and that — as of 1.7.2014 — new rules on industrial cooperation have entered into force. Pursuant to the new rules, industrial cooperation may be required, in so far as a concrete assessment shows that such cooperation is necessary in order to safe-guard essential Danish security interests. Such an assessment is currently being made in relation to this contract. Pre-qualified tenderers will be informed of the outcome. The new rules are available at: http://danishbusinessauthority.dk/file/490061/guidelines-for-industrial-coperationin-denmark.pdf //txtmark end Non empty span 2III.1.5) Information about security clearance: Non empty span 2III.2) Conditions for participation Non empty span 2III.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: A solemn declaration stating to which degree the candidate has fulfilled his 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 13.5.1997 regarding public payments. As an alternative to a solemn declaration, a report from the Danish Business Authority (in Danish: ‘Service attest’) may be submitted. The report must be issued within the last 6 months before the deadline of pre-qualification. Foreign candidates submitting an equal report from their country must also submit a solemn declaration regarding obligations in Denmark. The report must be issued within the last 6 months before the deadline of pre-qualification. If the application is submitted by a joint group of suppliers (e.g. a consortium), each member of the group must submit the declaration/report. //txtmark end Non empty span 2III.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 3 latest annual reports or declarations stating: — the annual turnover for the last three financial years available, in so far as information on such turnovers is available; — the candidate's solvency ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity x 100 / total assets)) at the end of the preceding 3 financial years, in so far as such information is available; — the candidate's quick ratio (calculated as follows: quick ratio = (current assets — inventory) / current liabilities) at the end of the preceding three financial years, in so far as such information is available; — the candidate's profit margin ratio (calculated by dividing the candidate's net income with the candidate's net sales) at the end of the preceding three financial years, in so far as such information is available. If the application is submitted by a joint group of suppliers (e.g. a consortium), this information must be provided for each member of the group. 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 50 000 000 DKK, calculated as an average of the candidate's turnover in the preceding 3 financial years (if the turnover is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published). The candidate must have had a solvency ratio of at least 5 percent, calculated as an average of the candidate's solvency ratio in the preceding 3 financial years. If the application is submitted by a joint group of suppliers (e.g. a consortium), each member of the consortium must fulfil the requirement concerning solvency ratio. As for the requirement concerning annual turnover, this may be fulfilled by the group as a whole. //txtmark end Non empty span 2III.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 most important similar deliveries carried out over the past five (5) 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 (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). If the application is submitted by a joint group of suppliers (e.g. a consortium) this information must be provided for each member of the group. Reference is made to section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities. //txtmark end Non empty span 2III.2.4) Information about reserved contracts Non empty span 2III.3) Conditions specific to services contracts Non empty span 2III.3.1) Information about a particular profession Non empty span 2III.3.2) Staff responsible for the execution of the service // grseq end Section IV: Procedure Non empty span 2IV.1) Type of procedure Non empty span 2IV.1.1) Type of procedure Negotiated //txtmark end Non empty span 2IV.1.2) Limitations on the number of operators who will be invited to tender or to participate Envisaged number of operators 5 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), and (b) the candidate's average quick ratio and profit margin ratio in the preceding 3 financial years. Please note that any ambiguities and/or incomprehensibilities in the information submitted under section III.2) may be regarded negatively in the evaluation when selecting the limited numbers of candidates. //txtmark end Non empty span 2IV.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 yes //txtmark end Non empty span 2IV.2) Award criteria Non empty span 2IV.2.1) Award criteria The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document //txtmark end Non empty span 2IV.2.2) Information about electronic auction An electronic auction has been used: no //txtmark end Non empty span 2IV.3) Administrative information Non empty span 2IV.3.1) File reference number attributed by the contracting authority: M-941031 BRASS EO //txtmark end Non empty span 2IV.3.2) Previous publication(s) concerning the same contract no //txtmark end Non empty span 2IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document Non empty span 2IV.3.4) Time limit for receipt of tenders or requests to participate 17.11.2015 - 12:00 //txtmark end Non empty span 2IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates Non empty span 2IV.3.6) Language(s) in which tenders or requests to participate may be drawn up English. //txtmark end // grseq end Section VI: Complementary information Non empty span 2VI.1) Information about recurrence This is a recurrent procurement: no //txtmark end Non empty span 2VI.2) Information about European Union funds The contract is related to a project and/or programme financed by European Union funds: no //txtmark end Non empty span 2VI.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 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 may be obtained from the contact person named in section I.1) above. Submission of applications for pre-qualification: Requests for participation may not be submitted by e-mail. Instead, requests for participation must be sent by post (or handed over) to the contact person named in Annex A, section A.III). Requests for participation should preferably be submitted in a sealed envelope marked ‘BRASS EO — Request for participation. Must not be opened in the reception’. Candidates are kindly asked to submit their application in 2 paper copies and 2 digital copies (USB token, CDROM or equivalent). 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 are obliged to 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 pre-qualification questionnaire referred to above. 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. 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 to be reduced to 3 based on the award criteria applicable at the time. These tenderers will be invited to negotiation meetings and testing. Testing: The shortlisted candidates will be required to prepare a test version of their system which must undergo a series of tests as part of the evaluation. //txtmark end Non empty span 2VI.4) Procedures for appeal Non empty span 2VI.4.1) Body responsible for appeal procedures The Complaints Board for Public Procurement Dahlerups Pakhus, Langelinie Allé 17 2100 Copnhagen Ø DENMARK E-mail: [email protected] Telephone: +45 35291000 Internet address: http://www.klfu.dk //txtmark end Non empty span 2VI.4.2) Lodging of appeals Precise information on deadline(s) for lodging appeals: As a consequence of the Danish act no. 492 of 12.5.2010 with subsequent amendments regarding enforcement of the rules for procurement etc., 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, if 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 Public 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 if the notification included a short account of the relevant reasons for the decision. The complainant must inform the contracting authority of the appeal 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 complaint 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. 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). //txtmark end Non empty span 2VI.4.3) Service from which information about the lodging of appeals may be obtained The Danish Competition and Consumer Authority Carl Jacobsens Vej 35 2500 Valby DENMARK E-mail: [email protected] Telephone: +45 4171500 Internet address: http://www.kfst.dk //txtmark end Non empty span 2VI.5) Date of dispatch of this notice: 15.10.2015
© Copyright 2026 Paperzz