Denmark has established a Coastal Radar Surveillance System (in the following referred to as “KYRA”) for Maritime Surface Surveillance.
As Denmark is implementing a number of windmill projects at sea it is necessary to supplement KYRA with a number of “gap-filler” radars to compensate for the influence from the windmills.
This means that the gap-filler radars must be able to detect the same objects as the radars in service in KYRA.
The gap-filler radars must be able to operate uninterrupted under severe weather conditions offered at the locations of the windmill installations at sea within the Danish waters, including but not limited to the North Sea, Kattegat and the Baltic Sea.
DALO intends to use the Products, Spare Parts and Services of the Agreement to compensate for the negative influence that the current and future windmill projects will have on KYRA. This means that the Agreement will be used individually for each windmill project.
Deadline
Fristen for modtagelse af bud var på 2022-03-11.
Indkøbet blev offentliggjort på 2022-02-09.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel: Gap-filler radars and associated equipment
Produkter/tjenester: Efterretning, overvågning, målsøgning og rekognoscering📦
Kort beskrivelse:
“Denmark has established a Coastal Radar Surveillance System (in the following referred to as “KYRA”) for Maritime Surface Surveillance.
As Denmark is...”
Kort beskrivelse
Denmark has established a Coastal Radar Surveillance System (in the following referred to as “KYRA”) for Maritime Surface Surveillance.
As Denmark is implementing a number of windmill projects at sea it is necessary to supplement KYRA with a number of “gap-filler” radars to compensate for the influence from the windmills.
This means that the gap-filler radars must be able to detect the same objects as the radars in service in KYRA.
The gap-filler radars must be able to operate uninterrupted under severe weather conditions offered at the locations of the windmill installations at sea within the Danish waters, including but not limited to the North Sea, Kattegat and the Baltic Sea.
DALO intends to use the Products, Spare Parts and Services of the Agreement to compensate for the negative influence that the current and future windmill projects will have on KYRA. This means that the Agreement will be used individually for each windmill project.
Vis mere
Anslået værdi uden moms: DKK 48 500 000 💰
1️⃣
Yderligere produkter/tjenester: Radar📦
Yderligere produkter/tjenester: Reparation og vedligeholdelse af militære elektroniske systemer📦
Yderligere produkter/tjenester: Radaranlæg📦
Yderligere produkter/tjenester: Radarapparatur📦
Yderligere produkter/tjenester: Radarovervågningsudstyr📦
Sted for udførelsen: Danmark🏙️
Hovedsted eller sted for udførelsen: Denmark and surrounding waters
Beskrivelse af udbuddet:
“DALO intends to use the equipment to compensate for the negative influence that the current and future windmill projects will have on the coastal radar...”
Beskrivelse af udbuddet
DALO intends to use the equipment to compensate for the negative influence that the current and future windmill projects will have on the coastal radar surveillance system.
This means that after an agreement is established, the agreement will be used individually for each windmill project.
The overall sub- systems to be procured and supported in the agreement will be:
Products:
- RADARS, including antenna, pedestal/mast and any gearboxes
- TECHNICAL INSTALLATIONS, including processor unit, on-site service display, data connections, and power supplies. One set of “technical installations” comprises any equipment necessary to operate and control one “radar”.
- SHELTERS, including cooling and heating equipment, climate control system, electrical panels, and lock, for housing of “technical installations”. One “shelter” comprises any equipment and facilities necessary for housing personnel and one set of “technical installations”.
- SPECIAL TOOLS AND TESTING EQUIPMENT, for the Buyers own maintenance and service of delivered Products
- REMOTE SERVICE DISPLAY, for the Buyers remote access to radar installations
Spare Parts:
- Line-Replaceable Units
- Lower Line-Replaceable Units
Services:
- Land-based assembly and testing of delivered Products
- Training
- Technical assistance
- Repairs of Products and Spare Parts
Vis mere Kriterier for tildeling
Pris
Omfanget af udbuddet
Anslået samlet værdi ekskl. moms: DKK 48 500 000 💰
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 228
Yderligere oplysninger:
“The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the...”
Yderligere oplysninger
The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all units of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.
Juridiske, økonomiske, finansielle og tekniske oplysninger Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The tenderer must use the European Single Procurement Document (electronic version, hereafter ESPD –) and provide the following information in the ESPD:
-...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The tenderer must use the European Single Procurement Document (electronic version, hereafter ESPD –) and provide the following information in the ESPD:
- Its equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years, to the extent such information is available, cf. Part IV, section B.
Upon request from DALO the tenderer must submit the following documentation:
- Annual reports or excerpts hereof or other documentation stating the tenderer’s equity ratio (calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100) at the end of the last 3 financial years, to the extent such information is available.
When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities.
If the tenderer relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.
Be advised that DALO at any time during the procurement procedure can request that the tenderer presents the above mentioned documentation if this is deemed necessary to secure that the procurement procedure is conducted correctly.
In this situation, DALO will set an appropriate time limit for the submission of the documentation.
Please note that a tenderer may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies.
In this case, the tenderer shall ensure that an ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own ESPD. The entity or entities’ ESPD must equally provide the information listed above.
“The tenderer must have had a positive equity ratio for each of the last 3 financial years.
The equity ratio is calculated by dividing the tenderer’s equity...”
The tenderer must have had a positive equity ratio for each of the last 3 financial years.
The equity ratio is calculated by dividing the tenderer’s equity with the tenderer’s total assets (equity/total assets x 100).
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio is calculated by dividing the sum of all the participants’ equities with the sum of all the participants’ total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.
If the tenderer relies on the economic and financial standing of an entity or entities, the equity ratio is calculated by dividing the sum of the tenderer’s and the entity or entities’ equity with the sum of the tenderer’s and the entity or entities’ total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier: N/a
Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer): N/a
Betingelser i forbindelse med kontrakten
Betingelser for opfyldelse af kontrakten:
“Reference is made to the procurement documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on...”
Betingelser for opfyldelse af kontrakten
Reference is made to the procurement documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. At present, this is Danish consolidation act. no. 798 of June 2007 which requires electronic invoicing. Exact terms are stated in the contract.
No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group.
The framework agreement must be conducted in consideration of corporate social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.
Please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3), for further information regarding requirements for security clearance.
Procedure Type af procedure
Åben procedure
Oplysninger om en rammeaftale eller et dynamisk indkøbssystem
Rammeaftale med en enkelt operatør
Beskrivelse
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år:
“Please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3), for further information on the duration of the...”
I tilfælde af rammeaftaler skal der gives en begrundelse for enhver varighed på over 8 år
Please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3), for further information on the duration of the framework agreement.
Vis mere Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2021/S 091-234935
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-03-11
13:00 📅
Sprog, på hvilke bud eller ansøgninger om deltagelse kan indgives: engelsk 🗣️
Nedenstående tidsramme er udtrykt i antal måneder.
Minimumsfrist, inden for hvilken tilbudsgiveren skal opretholde tilbuddet: 6
Betingelser for åbning af buddene: 2022-03-11
13:00 📅
Supplerende oplysninger Oplysninger om gentagelse
Der er tale om et tilbagevendende indkøb ✅
Anslået tidsplan for offentliggørelse af yderligere bekendtgørelser: January 2026
Yderligere oplysninger
“Regarding section II.1.5): The estimated value of the framework agreement is DKK 48.500.000 and the maximum value of the framework agreement is DKK...”
Regarding section II.1.5): The estimated value of the framework agreement is DKK 48.500.000 and the maximum value of the framework agreement is DKK 57.000.000. The reason for the difference between the stated values is the uncertainty regarding the final value of the framework agreement, cf. below. Hence, the estimated value consti-tutes DALO’s most qualified estimate of the value of the framework agreement at the present moment, while the maximum value constitutes the maximum value of purchases under the framework agreement in its duration.
The uncertainty regarding the final value of the framework agreement is primarily caused by uncertainty regarding the Danish Defence’ operational needs through the duration of the framework agreement, including uncertainty about specific deployments and mission areas in particular, which is not possible to foresee for the entire span of the framework agreement. Thus, changes to the operational needs of the Danish Defence compared to the existing situation and needs may cause a significant larger expenditure on the framework agreement than what is expected at the moment.
The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, that the tenderer fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2).
The tenderer and, if relevant, the participants in the group of entities or/and entities on which the tenderer relies on, must use the electronic version of the ESPD available at ETHICS’ web portal. The ESPD shall be fulfilled and submitted at ETHICS’ web portal in accordance with the instructions given by ETHICS. The ESPD document must be signed by the supporting entity. It is not necessary for the tenderer to sign the ESPD document. If the tenderer is a group of entities (consurtiums), each participant’s ESPD document must be signed by the participant in question. It is not necessary for the participant submitting the tender to sign his ESPD document.
Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the ESPD, cf. §§ 151-155 of the said Act.
The framework agreement is not divided into lots on the grounds that a division of the framework agreement would entail disproportionate costs due to subsequent contract administration.
DALO does not provide remuneration for the participants in the tender.
For further information regarding this procurement, please see the document “Additional information”, which is located at the ETHICS-webportal, cf. section I.3).
Vis mere Gennemgå organ
Navn:
“Klagenævnet for Udbud (The Complaints Board for Public Procurement). Nævnenes Hus.”
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405600📞
E-mail: klfu@naevneneshus.dk📧
URL: https://klfu.naevneneshus.dk/🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Pursuant to the Danish Consolidation Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Pursuant to the Danish Consolidation Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:
Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement be filed with The Complaints Board for Public Procurement within:
1) 45 calendar days after the contracting authority has published a contract award notice in the Official Jour-nal of the European Union. The time limit is calculated from the day after the publication date.
2) 30 calendar days starting the day after the contracting authority has notified the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes an account of the reasons for the decision.
3) 6 months after the contracting authority has entered into the framework agreement starting the day after the contracting authority has sent notification to the candidates/tenderers involved, cf. § 2(2) or § 171(4) of the Public Procurement Act, provided that the notification included an account of the reasons for the decision.
4) 20 calendar days starting the day after the contracting authority has published a notice concerning his deci-sion to uphold the contract, cf. § 185(2) of the Public Procurement Act.
The complainant must inform the contracting authority of the complaint in writing at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement stating whether the complaint has been lodged in the stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1).
Contact information for The Complaints Board for Public Procurement is stated in section VI.4.1).
The Complaints Board for Public Procurement’s own guidance note concerning complaints is available on the website stated in section VI.4.1).
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn:
“Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)”
Postadresse: Carl Jacobsens Vej 35
Postby: Valby
Postnummer: 2500
Land: Danmark 🇩🇰
Telefon: +45 41715000📞
E-mail: kfst@kfst.dk📧
URL: www.kfst.dk🌏
Kilde: OJS 2022/S 031-078996 (2022-02-09)
Bekendtgørelse om indgåede kontrakter (2022-05-12) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): DKK 57 000 000 💰
Procedure Oplysninger om rammeaftalen
Indkøbet indebærer, at der indgås en rammeaftale
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 031-078996
Tildeling af kontrakt
1️⃣
Kontraktnummer: 4600005986
Titel:
“Framework Agreement No. 4600005986 Regarding supply and sustainment of gap-filler radars and associated equipment”
Dato for indgåelse af kontrakten: 2022-05-12 📅
Oplysninger om udbud
Antal modtagne bud: 2
Antal modtagne bud fra SMV'er: 0
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 1
Antal modtagne bud fra bydende fra lande uden for EU: 1
Antal bud, der er modtaget ad elektronisk vej: 2
Navn og adresse på kontrahenten
Navn: Easat Radar Systems Limited
Nationalt registreringsnummer: 2044226
Postadresse: Ivy House Foundry
Postby: Hanley, Stoke-on-Trent
Postnummer: ST1 3NR
Land: Storbritannien 🇬🇧
Region: United Kingdom 🏙️
Entreprenøren er en SMV
Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Anslået samlet værdi af kontrakten/partiet: DKK 57 000 000 💰
Kontraktens/parcellens samlede værdi: DKK 57 000 000 💰
Kilde: OJS 2022/S 095-262173 (2022-05-12)