This tender procedure concerns the award of a contract on the delivery, installation and commissioning of two (2) dual-pol C-band radars including a radome for each radar, and options of two (2) extra transmitters for the Danish weather radar network and set out the formal rules of the tender procedure. The acquisition furthermore includes an obligation to deliver spare parts and services, both on site services and a service hotline on a hourly basis. The opportunity of buying spare parts and services is determined to a period of 7 years.
Deadline
Fristen for modtagelse af bud var på 2022-06-13.
Indkøbet blev offentliggjort på 2022-05-11.
Leverandører
Følgende leverandører er nævnt i tildelingsbeslutninger eller andre indkøbsdokumenter:
Objekt Omfanget af udbuddet
Titel:
“Public tender regarding the delivery, installation and commissioning of two (2) dual-pol C-band radars to the Danish Meteorological Institute”
Produkter/tjenester: Vejrstationer📦
Kort beskrivelse:
“This tender procedure concerns the award of a contract on the delivery, installation and commissioning of two (2) dual-pol C-band radars including a radome...”
Kort beskrivelse
This tender procedure concerns the award of a contract on the delivery, installation and commissioning of two (2) dual-pol C-band radars including a radome for each radar, and options of two (2) extra transmitters for the Danish weather radar network and set out the formal rules of the tender procedure. The acquisition furthermore includes an obligation to deliver spare parts and services, both on site services and a service hotline on a hourly basis. The opportunity of buying spare parts and services is determined to a period of 7 years.
1️⃣
Yderligere produkter/tjenester: Navigationsinstrumenter og meteorologiske instrumenter📦
Yderligere produkter/tjenester: Meteorologiske instrumenter📦
Yderligere produkter/tjenester: Tilbehør til meteorologiske instrumenter📦
Sted for udførelsen: Danmark🏙️
Sted for udførelsen: Bornholm🏙️
Sted for udførelsen: Østjylland🏙️
Hovedsted eller sted for udførelsen:
“Island of Bornholm: Segenvej 46, Almindingen, Aakirkeby
Island of Samsoe: Teglvaerksvej/Hoejvangsvej, Permelille”
Beskrivelse af udbuddet:
“This tender procedure concerns the award of a contract on the delivery, installation and commissioning of two (2) dual-pol C-band radars including a radome...”
Beskrivelse af udbuddet
This tender procedure concerns the award of a contract on the delivery, installation and commissioning of two (2) dual-pol C-band radars including a radome for each radar, and options of two (2) extra transmitters for the Danish weather radar network and set out the formal rules of the tender procedure. The acquisition furthermore includes an obligation to deliver spare parts and services, both on site services and a service hotline on a hourly basis. The opportunity of buying spare parts and services is determined to a period of 7 years.
Vis mere Kriterier for tildeling
Kvalitetskriterium (navn): Quality
Kvalitetskriterium (vægtning): 35
Kvalitetskriterium (navn): Data adaption and integration
Kvalitetskriterium (vægtning): 30
Pris (justeringskoefficient): 35
Kontraktens, rammeaftalens eller det dynamiske indkøbssystems varighed
Nedenstående tidsramme er udtrykt i antal måneder.
Beskrivelse
Varighed: 84
Oplysninger om valgmuligheder
Indstillinger ✅
Beskrivelse af mulighederne:
“Two (2) extra transmitters which are similar to the ones in the offered dual-pol C-band radar, shall be offered. The two (2) extra transmitters can be...”
Beskrivelse af mulighederne
Two (2) extra transmitters which are similar to the ones in the offered dual-pol C-band radar, shall be offered. The two (2) extra transmitters can be applied by DMI in the clarification phase in accordance with clause 2.3.3 in the Acquisition Contract
Vis mere Beskrivelse
Yderligere oplysninger:
“DMI has decided not to divide the contract into lots as this would needlessly increase the cost for the tender and the price for the radars. Furthermore the...”
Yderligere oplysninger
DMI has decided not to divide the contract into lots as this would needlessly increase the cost for the tender and the price for the radars. Furthermore the procurement of 1 overall contract will ensure technical and qualitative unified and standardized radars, which ensures the compatibility within the Danish weather radar network.
Juridiske, økonomiske, finansielle og tekniske oplysninger Betingelser for deltagelse
Liste og kortfattet beskrivelse af betingelserne:
“Together with the tender the Tenderer must submit a completed version of the European Single Procurement Document (ESPD), in which the requested information...”
Liste og kortfattet beskrivelse af betingelserne
Together with the tender the Tenderer must submit a completed version of the European Single Procurement Document (ESPD), in which the requested information referred to in Section III.1) must be provided.
The ESPD is a self-declaration form which serves as preliminary documentation that the Tenderer, other entities or the association meet(s) the criteria for exclusion, suitability and selection. This information must be verified later.
Part II: Information concerning the economic operator
- Section A: Information about the economic operator
- Section B: Information about the economic operator’s representatives
- Section C: Information about reliance on the capacities of Other Entities (see Tender Conditions clause 2.2 for further details)
- Section D: : Information concerning Subcontractors on whose capacity the economic operator does not rely
Part III: Exclusion Grounds
(I) Section A: Grounds relating to criminal convictions
(II) Section B: Grounds relating to the payment of taxes or social security contributions: If there are any outstanding payments, tick ‘Yes’ and state the outstanding amount.
(III) Section C: Grounds relating to insolvency, conflicts of interest or professional misconduct:
- The Tenderer must confirm that the Tenderer is not covered by the mandatory exclusion grounds laid down in Section 135(1)-(3) and Section 136 of the Danish Public Procurement Act. Otherwise, the Contracting Authority is obliged to exclude the Tenderer, see, however, Section 135(4) and (5) of the Danish Public Procurement Act.
- The Tenderer must also confirm that the Tenderer is not covered by the following voluntary exclusion grounds, see Section 137(1) of the Danish Public Procurement Act:
- Matters concerning insolvency/bankruptcy/liquidation or the like, see para (2).
- Agreement aimed at distortion of competition, see para (4).
Vis mere Økonomisk og finansiel stilling
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The Tenderer must confirm the economic ability in the ESPD part IV.B:
1. The Tenderer must state ‘Total annual turnover’ for the financial statements of the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The Tenderer must confirm the economic ability in the ESPD part IV.B:
1. The Tenderer must state ‘Total annual turnover’ for the financial statements of the most recent financial year available.
- If the applicant relies on the capacity of other entities, the turnover is calculated as the total turnover of the applicant and such other entities for the most recent financial year available.
2. The Tenderer must state the equity as ‘Financial ratio’ for the most recent financial year available which is reported under ‘Description’.
- The equity must be stated and reported in accordance with the method stipulated in Section 25 of the Danish Financial Statements Act (Årsregnskabsloven) (Consolidation Act no. 838 of 8 August 2019).
- For groups of operators (e.g. a consortium), the equity is calculated as the total equity of the members of the group for the most recent financial year available
“regarding 1:
- It is a minimum requirement that the total annual turnover of the most recently closed financial year amounts to minimum EURO (€) 3.92...”
regarding 1:
- It is a minimum requirement that the total annual turnover of the most recently closed financial year amounts to minimum EURO (€) 3.92 mio.
Regarding 2:
- It is a minimum requirement that the equity in the most recently closed financial year amounts to minimum EURO (€) 1.34 mio.
Vis mere Teknisk og faglig kompetence
Liste og kortfattet beskrivelse af udvælgelseskriterier:
“The Tenderer must confirm the technical and proffessional ability in the ESPD part IV.C:
The Tenderer must provide up to five (5) references which the...”
Liste og kortfattet beskrivelse af udvælgelseskriterier
The Tenderer must confirm the technical and proffessional ability in the ESPD part IV.C:
The Tenderer must provide up to five (5) references which the Tenderer finds most comparable with this invitation to tender, see clause 2 and which alone or jointly meet the minimum requirements, see the last bullet. See clause 2 in relation to how the Contracting Entity defines a ‘comparable’ reference.
- If more references are provided, the Contracting Entity will only assess the five (5) latest references. Latest references mean unconcluded references or references with termination closest to the tender deadline. If more references are unconcluded, the Contracting Entity will assess the references with the latest commencement date.
- The Tenderer must click ‘+’ to fill in more references.
- The references must have been issued within the last three (3) years calculated from the date of expiry of the application deadline.
- The Contracting Entity will disregard references concluded more than three (3) years before the application deadline.
The references must contain the following:
1. Description: Description of the assignment(s) with focus on the elements which make the reference comparable with the minimum requirements, see below. The description may also contain information about the period(s) in which the assignment has been performed (start and conclusion dates).
2. Date: Date for start-up (commencement date) and date for completion (conclusion date) of the most recent assignment listed under ‘Description’. For references which have not yet been concluded, the field ‘conclusion date’ is left blank/empty.
3. Recipients: Customer name incl. contact person and contact person’s telephone number.
Vis mere Betingelser for deltagelse
Betingelser for deltagelse (tekniske og faglige kvalifikationer):
“It is a minimum requirement that, the applicant has to provide at least one (1) reference of a dual-pol C-band radar including a radome delivered and...”
Betingelser for deltagelse (tekniske og faglige kvalifikationer)
It is a minimum requirement that, the applicant has to provide at least one (1) reference of a dual-pol C-band radar including a radome delivered and installed, in a state-owned and -driven weather radar network which has similar annual variations in weather conditions to Denmark (see Appendix 14) and effected by the applicant for a period of three years.
- The minimum requirement can be met by a reference containing the above assignments or by a combination of references from several customers, as long as the references substantiate overall that each of these assignments has been performed for minimum one (1) customer.
Procedure Type af procedure
Åben procedure
Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 060-155199
Frist for modtagelse af bud eller ansøgninger om deltagelse: 2022-06-13
09:00 📅
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: 2022-06-13
09:00 📅
Supplerende oplysninger Oplysninger om elektroniske arbejdsgange
Elektronisk fakturering vil blive accepteret
Der vil blive anvendt elektronisk betaling
Yderligere oplysninger
“The Tenderer, other entities and associations must, at the Contracting Entity’s request, submit documentation for the information provided in the ESPD in...”
The Tenderer, other entities and associations must, at the Contracting Entity’s request, submit documentation for the information provided in the ESPD in connection with the tender. How this documentation must be submitted is described in clauses 5.3.1 and 5.3.2.
The Contracting Entity is entitled, but not obliged, to request the Tenderer, the association’s participants or other entities to supplement or specify the received documentation .
-
If the Tenderer, the association’s participants or other entities are from Denmark, the documentation is presented in the form of a service certificate from the Danish Business Authority. The service certificate must contain information from:
- The Enforcement Court/the Danish Court Administration
- The Danish Customs and Tax Administration
- The Danish Labour Market Supplementary Pension Fund (ATP)
- The Police (the Danish Central Crime Register) - Please note that a ‘declaration of consent’ must be filled in, signed and uploaded when ordering the service certificate.
The service certificate is ordered from Virk. The service certificate must be maximum six (6) months old from the date set by the Contracting Entity as the deadline.
The processing time with the Danish Business Authority is approximately two (2) weeks from when the order has been received.
If the Tenderer, one or more of the participants in the association or other entities is/are not from Denmark, the types of documentation stated in e-Certis must generally be produced. E-Certis is an online information system which is to be used to find the right documentation to be used by EU Member States in connection with invitations to tender and procurement procedures. If these countries do not issue the relevant certificates or documents, or if the issued certificates or documents do not cover all the relevant cases, they can be replaced by a sworn declaration.
Such a sworn declaration is not used in the country in question, a solemn declaration may be used instead.
Information provided in the ESPD Part IV – Selection criteria is verified as follows:
- Information about key financial figures may be provided through financial statements or the presentation of a declaration about the Tenderes total annual turnover and Equity, unless the Contracting Entity can obtain the relevant information directly through access to a national database or the Contracting Entity already has the necessary documentation from previously implemented tendering procedures.
- Submission of documentation is not required for references, the Contracting Entity reserves the right to confirm the correctness of the references with the customers.
_
Tenderers will have the opportunity to obtain additional information regarding the tender documents and the subject-matter of the tender by submitting questions in writing. All questions must be submitted in ETHICS by clicking the icon ”Communication” under “Communication”, “Send question”. Tenderers fill in dialog box with reference and the question. By clicking ’Send’ the question will be sent to DMI.
_
DMI will hold a virtual presentation of the for the two radar sites for all tenderers. Questions may be asked during the site visit. However, DMI reserves the right to refer the tenderers to present the questions in writing instead.
Vis mere Gennemgå organ
Navn: Klagenævnet for udbud
Postadresse: Toldboden 2
Postby: Viborg
Postnummer: 8800
Land: Danmark 🇩🇰
Telefon: +45 72405708📞
E-mail: klfu@naevneneshus.dk📧
URL: https://erhvervsstyrelsen.dk/klagenaevnet-for-udbud🌏 Gennemgangsprocedure
Præcise oplysninger om fristerne for gennemgangsprocedurer:
“Complains must be filed with The Complaints Board for Public Procurement within:
1. 45 calendar days after the contracting authority has published a...”
Præcise oplysninger om fristerne for gennemgangsprocedurer
Complains must be filed with The Complaints Board for Public Procurement within:
1. 45 calendar days after the contracting authority has published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date);
2. 30 calendar days starting the day after the contracting authority has informed the tenderers in question, that the contracting authority has entered into a contract based on a framework agreement through reopening of competition or a dynamic purchasing system, provided that the notification includes a short account of the relevant reasons for the decision;
3. 6 months starting the day after the contracting authority has sent notification to the candidates/tenderers involved that the contracting authority has entered into the framework agreement, provided that the notification included a short account of the relevant reasons for the decision.
Vis mere Tjeneste, hvorfra der kan indhentes oplysninger om klageproceduren
Navn: Konkurrence- og Forbrugerstyrelsen
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 094-258977 (2022-05-11)
Bekendtgørelse om indgåede kontrakter (2022-09-28) Objekt Omfanget af udbuddet
Samlet værdi af indkøbsaftalen (ekskl. moms): EUR 2 113 362 💰
Procedure Administrative oplysninger
Tidligere offentliggørelse vedrørende denne procedure: 2022/S 094-258977
Tildeling af kontrakt
1️⃣
Kontraktnummer: 1
Titel:
“Public tender regarding delivery, installation and commissioning of two (2) dual-pol C-band radars to the Danish Meteorological Institute”
Dato for indgåelse af kontrakten: 2022-09-22 📅
Oplysninger om udbud
Antal modtagne bud: 4
Antal modtagne bud fra SMV'er: 3
Antal modtagne bud fra tilbudsgivere fra andre EU-medlemsstater: 3
Antal modtagne bud fra bydende fra lande uden for EU: 1
Antal bud, der er modtaget ad elektronisk vej: 4
Kontrakten er blevet tildelt en gruppe af økonomiske aktører ✅ Navn og adresse på kontrahenten
Navn: Vaisala Oyj
Nationalt registreringsnummer: FI01244162
Postadresse: Vanha Nurmijärventie 21
Postby: Vantaa
Postnummer: 01670
Land: Finland 🇫🇮
Region: Suomi/Finland 🏙️
Entreprenøren er en SMV
Navn: Atcom
Nationalt registreringsnummer: DK26097282
Postadresse: Storstromsvej 9
Postby: Esbjerg
Postnummer: 6715
Land: Danmark 🇩🇰
Region: Sydjylland🏙️
Entreprenøren er en SMV ✅ Oplysninger om kontraktens/parcellens værdi (ekskl. moms)
Kontraktens/parcellens samlede værdi: EUR 2 113 362 💰
Kilde: OJS 2022/S 190-537848 (2022-09-28)