Download - Danish Army Artillery Tender
-
8/16/2019 Danish Army Artillery Tender
1/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 1 / 17
European Union
Publication of Supplement to the Official Journal of the European Union
2, rue Mercier, 2985 Luxembourg, Luxembourg Fax: +352 29 29 42 670
E-mail: [email protected] Info & on-l ine forms: http://simap.europa.eu
Contract notice for contracts in
the field of defence and security(Directive 2009/81/EC)
Section I: Contracting authority/entity
I.1) Name, addresses and contact point(s):
Official name: Danish Defence Acquisition and
Logistics Organization (DALO)
National ID: (if known) _____
Postal address: Lautrupbjerg 1-5
Town: Ballerup Postal code: DK-2750 Country: Denmark (DK)
Contact point(s): _____ Telephone: +45 72575999
For the attention of: Jørgen Østergaard Langebek
E-mail: [email protected] Fax: _____
Internet address(es): (if applicable)
General address of the contracting authority/entity: (URL) http://www.forsvaret.dk/fmt
Address of the buyer profile: (URL) _____
Electronic access to information: (URL) _____ Electronic submission of tenders and requests to participate: (URL) _____
Further information can be obtained from
The above mentioned contact point(s)
Other (please complete Annex A.I)
Specifications and additional documents (including documents for a dynamic purchasing system) can
be obtained from
The above mentioned contact point(s)
Other (please complete Annex A.I)
Tenders or requests to participate must be sent to
The above mentioned contact point(s)
Other (please complete Annex A.I)
I.2) Type of the contracting authority (in case of a notice published by a contracting authority)
Ministry or any other national or federal authority, including their regional or local sub-divisions
National or federal agency/office
Regional or local authority
Regional or local agency/office
Body governed by public law
European institution/agency or international organisation
http://simap.europa.eu/mailto:[email protected]
-
8/16/2019 Danish Army Artillery Tender
2/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 2 / 17
Other: (please specify)
I.3) Main activity
(in case of a notice published by a contracting authority) (in case of a notice published by a contracting entity)
General public services
Defence
Public order and safety
Environment
Economic and financial affairs
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
Production, transport and distribution of gas and heatElectricity
Exploration and extraction of gas and oil
Exploration and extraction of coal and other solid
fuels
Water
Postal services
Railway services
Urban railway, tramway, trolleybus or bus services
Port-related activities
Airport-related activities
Other: (please specify)
I.4) Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities:
yes no
(if yes, information on those contracting authorities/entities can be provided in Annex A.)
-
8/16/2019 Danish Army Artillery Tender
3/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 3 / 17
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority/entity:
Acquisition of artillery systems and supporting logistics
II.1.2) Type of contract and location of works, place of delivery or of performance(choose one category only – works, supplies or services – which corresponds most to the specific object of your contract or
purchase(s))
Works Supplies Services
Execution
Design and execution
Realisation, by whatever means
of work, corresponding to the
requirements specified by thecontracting authorities/entities
Purchase
Lease
Rental
Hire purchase
A combination of these
Service category No:
(Please see Annex C3 for service
categories)
Main site or location of works, place of delivery or of performance:
_____
NUTS code:
DK0
II.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4) Information on framework agreement
Framework agreement with several operators Framework agreement with a single operator
of participants to the framework agreement envisaged
Duration of the framework agreement
Duration in years: _____ or in months: _____
Justification for a framework agreement, the duration of which exceeds seven years:
_____
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: _____ Currency:
or
Range: between : _____ and _____ Currency:
Frequency and value of the contracts to be awarded:
_____
II.1.5) Short description of the contract or purchase(s):
The Contract encompasses two main contractual agreements - the Acquisition Contract and the SustainmentContract (Annex Z to the Acquisition Contract). These two agreements are to be seen together as a whole thatregulates the contractual relations between the Supplier and DALO. The Acquisition Contract concerns primarily
the delivery of artillery systems and initial logistics, such as documentation, training, support, intial spare parts,
-
8/16/2019 Danish Army Artillery Tender
4/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 4 / 17
etc. The Sustainment Contract covers the products and services that DALO needs in order to properly operate
the artillery systems.The contents of the Contracts can be elaborated as follows:The Acquisition Contract:The Acquisition Contract regards the delivery of 15 artillery systems. DALO has the option either to order up to6 additional artillery systems or to reduce the initial delivery with up to 6 artillery systems. The exact mechanismfor DALO's use of options will be described in detail in the Acquisition Contract.The artillery system must be self-propelled. Please note that an artillery system is not considered to be self-
propelled by DALO if the artillery system consists only of a smaller transport system for the use of moving theartillery system on to/off a main transport vehicle.The artillery system shall be able to fire non-assisted high explosives (HE) munitions at a minimum range of 40kilometres (preferably 6 shots within a minute) and be able to operate all of the following types of 155 millimetrehigh explosive (HE) and smoke munitions: M107, NM28, LU211, M825, M116, DM45A1, when operating withthe following bagged propellants: M4A1, M4A2 and M119A2. It should furthermore be possible to mount asecondary weapon system.The level of protection and armour shall be high with a minimum of level 2 protection against Grenade and BlastMine threats (M2) and level 2 protection against Kinetic energy threats (K2) – all according to STANAG 4569Ed. 1 (or equivalent).The artillery system must be transportable by sea, cf. STANAG 4062 (or equivalent), by air, cf. STANAG 3400AT, Ed. 4 (or equivalent), by ground (road and railroad), cf. STANAG 2173 and STANAG 4062 (or equivalent),and furthermore be fully operable in the following climate zones: INTERMEDIATE (A3), MILD COLD (C0) andINTERMEDIATE COLD (C1).A crew of maximum 5 persons shall be able to operate the artillery system (also under full CBRN protection).The artillery system shall also have the capacity necessary to carry the crew's personal equipment and smallarms and have an air conditioning system capable of heating and cooling installed.The electrical installations must be secured against electronic interference in accordance with MIL-STD-461Eand MIL-STD-1275B (or equivalent). The artillery system should be able to integrate relevant software packagesfrom ”SG2 Shareable (Fire Control) Software Suite (S4)”, e.g. NATO Armament Ballistic Kernel (NABK), cf.STANAG 4537 (or equivalent).The artillery system shall always have the necessary starting power available and should furthermore be able topower the information and communication facilities without the use of an auxiliary engine.The artillery systems shall as a minimum be 1) factory acceptance tested prior to delivery, and 2) siteacceptance tested after delivery. The exact requirements for testing and acceptance test procedures will bedescribed in detail in the Acquisition Contract.In addition to the delivery of artillery systems, the Acquisition Contract includes delivery of an initial stock ofspare parts, special tools and test equipment and documentation.The Supplier shall furthermore train and educate DALO technicians and operators in the use and maintenanceof the artillery systems. The contents of the training programme shall aim to produce self directed and problem-solving learners.The Supplier shall have full system responsibility. This means that the Supplier maintains full responsibility forthe fulfilment of the general fit for purpose obligation notwithstanding any changes, upgrades or modifications tothe artillery systems made by DALO or third parties of any kind. This is conditioned, however, on such changes,modifications etc. being made in accordance with the Supplier's instructions. The exact terms and conditions forthe Supplier's system responsibility will be described in detail in the Acquisition Contract.The Sustainment Contract:The Sustainment Contract encompasses core services and non-core services as well as the possibility forDALO to purchase supplies (spare parts, special tools etc.) for a period of 10 years. Core services shallbe provided automatically as long as the contract is in force, while non-core services and supplies will becontracted by DALO on a case by case basis.The services to be provided include:(1) Meeting and Project Management: The Supplier shall have full responsibility for the overall meeting plan,participate in and report minutes of meetings.
-
8/16/2019 Danish Army Artillery Tender
5/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 5 / 17
(2) Configuration Management: The Supplier shall ensure optimal logistic support and unimpeded operationalreadiness through supervision and control of the configuration of the delivered documentation, manuals,components, and artillery systems.(3) Damage Assessment: The Supplier shall on request perform Damage Assessment investigation on artillerysystems.(4) Training Services: The Supplier shall be able to support DALO with training plans, educational material,instructors and training equipment.(5) System Integration Service: If the need for introduction of new GFE arises, the Supplier shall on request
assist DALO by describing all the requirements that the GFE in question must comply with in order for both theGFE and the artillery systems to function as intended after the GFE has been installed in the artillery system.(6) Information Management: The Supplier shall in collaboration with DALO set up a web portal for informationmanagement of the entire artillery system.(7) Maintenance and monitoring services: The Supplier is obligated to support DALO with maintenance support when required.(8) International Operations: The Supplier is obligated to maintain a service organisation capable of providingsupport to international operations.(9) Help Desk: The Supplier shall by use of af Help Desk offer technical consultancy by telephone, email and a web portal when required.
II.1.6) Common procurement vocabulary (CPV)
Main vocabulary Supplementary vocabulary(if applicable)
Main object 35322200
Additional object(s) 50620000
50610000
35340000
80600000
80620000
79131000
72224000
73410000
II.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to thirdparties 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
The contracting authority/entity may oblige the successful tenderer to award all or certain subcontracts
through the procedure set out in Title III of Directive 2009/81/EC
The successful tenderer is obliged to subcontract the following share of the contract through the procedure
set out in Title III of Directive 2009/81/EC: minimum percentage: _____ (%), maximum percentage: _____
(%) of the value of the contract.
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract
beyond the required percentage and to indicate the subcontractors already identified
II.1.8) Lots: (for information about lots, use Annex B as many times as there are lots)
This contract is divided into lots: yes no
(if yes) Tenders may be submitted for
one lot only
one or more lots
-
8/16/2019 Danish Army Artillery Tender
6/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 6 / 17
all lots
II.1.9) Information about variants
Variants will be accepted
yes no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: (including all lots, renewals and options,if applicable)
Delivery of 15 artillery systems with a positive option to purchase up to 6 additional systems (up to a total
number of 21 artillery systems to be delivered) and a negative option to reduce the delivery with up to 6 systems
(down to a total number of 9 artillery systems to be delivered). Furthermore the contract encompasses the
sustainment of the artillery system for a period of 10 years enabling DALO to purchase additional spares,
services, training etc.
Estimated value excluding VAT: _____ Currency:
or
Range: between : 66000000.00 and 133000000.00 Currency: EUR
II.2.2) Information about options (if applicable)
Options yes no
(if yes) Description of these options:
The contracting authority will have the opportunity to exercise the following positive and negative options:Positive option: Purchase of up to 6 additional artillery systems (up to a total number of 21 artillery systems tobe delivered).Negative option: Reduce the initial delivery with up to 6 artillery systems (down to a total number of 9 artillerysystems to be delivered).(if known) Provisional timetable for recourse to these options:
in months: _____ or in days: _____ (from the award of the contract)
II.2.3) Information about renewals (if applicable)
This contract is subject to renewal yes no
Number of possible renewals: (if any) _____ or Range: between _____ and _____
(if known) In the case of renewable supplies or service contracts, estimated timeframe for subsequent
contracts:
in months: _____ or in days: _____ (from the award of the contract)
II.3) Duration of the contract or time limit for completion
Duration in months: 120 or in days: _____ (from the award of the contract)
or
Starting ______ (dd/mm/yyyy)Completion ______ (dd/mm/yyyy)
-
8/16/2019 Danish Army Artillery Tender
7/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 7 / 17
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required (if applicable)
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented.
The financial institution has to be approved by DALO.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions
governing them:
Reference is made to the tender documents with regard to the payment terms. Invoicing must be done in
accordance with the 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 Acquisition Contract.
III.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.
III.1.4) Other particular conditions to which the performance of the contract is subject, in particular with
regard to security of supply and security of information:
The tenderers are specifically made aware that it is a condition for the contract, that the tenderer before the
signing of the contract also enters into an Industrial Cooperation Contract with the Danish Business Authority
(Erhvervsstyrelsen) in accordance with the Danish "Erhvervsfremmeloven" and the associated "Circular on
Industrial Cooperation in connection with Procurement of Defence Equipment" No. 88 of 27 October 2010. Such
Industrial Cooperation Contract can be conditioned upon the Tenderers posting of a bank guarantee.
III.1.5) Information about security clearance: (if applicable)
Candidates which do not yet hold security clearance may obtain such clearance until: ______
III.2) Conditions for participation
III.2.1) Personal situation
Criteria regarding the personal situation of economic
operators (that may lead to their exclusion) including
requirements relating to enrolment on professional ortrade registers
Criteria regarding the personal situation of
subcontractors (that may lead to their rejection)
including requirements relating to enrolment onprofessional or trade registers (if applicable)
Information and formalities necessary for evaluating if
the requirements are met:
_____
Information and formalities necessary for evaluating if
the requirements are met:
_____
III.2.2) Economic and financial standing
Criteria regarding the economic and financial
standing of economic operators (that may lead to
their exclusion)
Criteria regarding the economic and financial
standing of subcontractors (that may lead to their
rejection) (if applicable)
-
8/16/2019 Danish Army Artillery Tender
8/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 8 / 17
Information and formalities necessary for evaluating if
the requirements are met:
The three latest annual rapports or a declarationstating the annual turnover for the last three financialyears available, insofar information on such turnoversis available.If the application is submitted by a joint group ofsuppliers (e.g. a consortium), each member of theconsortium must fulfil these requirements relatingto documentation. For the requirement concerningannual turnover, this can be fulfilled by adding theturnover of the group members in total.Reference is made to section VI.3 with regard to thecandidate's possibility of relying on the capacity ofother entities.Minimum level(s) of standards possibly required (if
applicable)
Candidates shall have had an annual turnover of at
least DKK 1.200.000.000 in each of the preceeding
three financial years (if the turnover is not stated in
said currency, the contracting authority will calculate
the turnover based on the official exchange rate onthe date this notice was published).
Information and formalities necessary for evaluating if
the requirements are met:
_____
Minimum level(s) of standards possibly required (if
applicable)
_____
III.2.3) Technical and/or professional capacity
Criteria regarding the technical and/or professional
ability of economic operators (that may lead to their
exclusion)
Criteria regarding the technical and/or professional
ability of subcontractors (that may lead to their
rejection) (if applicable)
Information and formalities necessary for evaluating if
the requirements are met:
A list of the most important similar deliveriesand services carried out over the past five yearsregarding delivery of artillery systems, spare partsand related sustainment services. The list shouldindicate1) A description of each delivery, including whetherthe delivery concerned artillery systems, spareparts, and/or sustainment services. If the deliveryconcerned sustainment services, a brief descriptionof what the delivery comprised should be included.
2) The size of the deliveries3) The value of the deliveries4) The recipients involved (specific names/countriesneed not necessarily be included)If the application is submitted by a joint group ofsuppliers (e.g. a consortium), each member of theconsortium must fulfil these requirements relating todocumentation. The minimum requirement must befulfilled by the joint group of suppliers as a whole.Reference is made to section VI.3 with regard to thecandidate's possibility of relying on the capacity ofother entities.
Information and formalities necessary for evaluating if
the requirements are met:
_____
Minimum level(s) of standards possibly required (if
applicable)
_____
-
8/16/2019 Danish Army Artillery Tender
9/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 9 / 17
Minimum level(s) of standards possibly required (if
applicable)
The candidates shall demonstrate that they duringthe past five years have had experience with(1) delivery of artillery systems, and(2) delivery of spare parts and sustainment servicesas part of a sustainment arrangement concerning
artillery systems.
III.2.4) Information about reserved contracts (if applicable)
The contract is restricted to sheltered workshops
The execution of the contract is restricted to the framework of sheltered employment programmes
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession yes no(if yes) Reference to the relevant law, regulation or administrative provision: _____
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the
execution of the service yes no
-
8/16/2019 Danish Army Artillery Tender
10/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 10 / 17
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
Accelerated restricted Justification for the choice of accelerated procedure:
_____
Negotiated
Accelerated negotiated Justification for the choice of accelerated procedure:
_____
Competitive dialogue
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate (restricted
and negotiated procedures, competitive dialogue)
Envisaged number of operators _____
or
Envisaged minimum number 3 and, if applicable, maximum number 4
Objective criteria for choosing the limited number of candidates:
The selection of the candidates that will be invited to submit tenders will be based on: The amount involved,
the frequency and the relevance and nature of the candidates' previous deliveries of artillery systems,
the candidates' experience with provisions of spares and services as part of a sustainment arrangementconcerning artillery systems, and the candidates' turnover for the past three financial years. Please note that
any ambiguities and/or incomprehensibilities in the information submitted under III.2.3) may be regarded
negatively in the evaluation when selecting the limited numbers of candidates. DALO reserves the right to reject
an application for pre-qualification if the candidate is deemed unsuitable for participation in the competition and/
or as supplier to DALO, cf. clause 39(2) in Directive 2009/81/EC.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue (negotiated procedure,
competitive dialogue)
yes no
IV.2) Award criteria
IV.2.1) Award criteria (please tick the relevant box(es))
Lowest price
or
The most economically advantageous tender in terms of
the criteria stated below (the award criteria should be given with their weighting or in descending order of
importance where weighting is not possible for demonstrable reasons)
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive
document
Criteria Weighting Criteria Weighting
1. _____ _____ 6. _____ _____
2. _____ _____ 7. _____ _____
3. _____ _____ 8. _____ _____
-
8/16/2019 Danish Army Artillery Tender
11/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 11 / 17
Criteria Weighting Criteria Weighting
4. _____ _____ 9. _____ _____
5. _____ _____ 10. _____ _____
IV.2.2) Information about electronic auction
An electronic auction will be used yes no
(if yes, if appropriate) Additional information about electronic auction:
_____
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity: (if applicable)
_____
IV.3.2) Previous publication(s) concerning the same contract
yes no(if yes)
Prior information notice Notice on a buyer profile
Notice number in the OJEU: _____ of ______ (dd/mm/yyyy)
Other previous publications (if applicable)
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document (in
the case of a competitive dialogue)
Time limit for receipt of requests for documents or for accessing documents
Date: ______ (dd/mm/yyyy) Time: _____
Payable documents yes no
(if yes, give figures only) Price: _____ Currency: _____
Terms and method of payment:
_____
IV.3.4) Time limit for receipt of requests to participate
Date: 17/06/2013 (dd/mm/yyyy) Time: 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates (if known)
Date: ______ (dd/mm/yyyy)
IV.3.6) Date of dispatch of invitations to tender or to participate to selected candidates
Any EU official language
Official EU language(s):
EN
Other:
_____
-
8/16/2019 Danish Army Artillery Tender
12/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 12 / 17
Section VI: Complementary information
VI.1) Information about recurrence (if applicable)
This is a recurrent procurement yes no
if yes, Estimated timing for further notices to be published:
_____
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds yes no
if yes, Reference to project(s) and/or programme(s):
_____
VI.3) Additional information (if applicable)
DALO reserves the right to conduct a verification test after evaluating the tenderer's offers if doing so is deemednecessary in order to verify the content of the tenderer's bid regarding the requirements set out by DALO.The tenderers are specifically made aware that it is a condition for the contract, that the tenderer before thesigning of the contract also enters into an Industrial Cooperation Contract with the Danish Business Authority(Erhvervsstyrelsen) in accordance with the Danish "Erhvervsfremmeloven" and the associated "Circular onIndustrial Cooperation in connection with Procurement of Defence Equipment" No. 88 of 27 October 2010. SuchIndustrial Cooperation Contract can be conditioned upon the Tenderers posting of a bank guarantee.Re. section III.2.1) When submitting the bids (but not the application for participation) the tenderers must submita solemn declaration stating to which degree the tenderer has fulfilled her obligation relating to the payment ofdirect and indirect taxes and social security contributions in accordance with the legal provisions of the countryin which the candidate is established and in Denmark in accordance with consolidation act no. 336 of 13 May1997 regarding public payments. A form that the tenderers can use will be submitted with the tender material.Re. Section III.2) According to directive 2004/18, art. 47(2) and art. 48(3) and directive 2009/81, art. 41(2) and42(2), a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless ofthe legal nature of the links with the entities. If a candidate wants to rely on other entities and wishes that thecapacity of other entities is included when establishing the suitability of the candidate, the candidate must provethat the other entities will and shall put the relevant resources at the disposal of the candidate. For instance thisis fulfilled if the candidate submits a co-operation agreement clearly stating that the candidate has the relevantresources at its disposal (conversely, it is not sufficient to submit a declaration stating that the candidate isentitled to sell products on behalf of another entity if the candidate wishes to rely on the capacity of this otherentity). When submitting contact details the candidates are encouraged to submit as much information aspossible and preferable also the e-mail adress of the candidate's contact person.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures
Official name Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Postal address
Dahlerups Pakhus Langelinie Allé 17
Town København Ø Postal code DK-2100
Country Denmark (DK) Telephone +45 35291000
E-mail [email protected] Fax _____
Internet address URL http://www.klfu.dk
Body responsible for mediation procedures (if applicable)
Official name _____
Postal address
-
8/16/2019 Danish Army Artillery Tender
13/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 13 / 17
_____
Town _____ Postal code _____
Country _____ Telephone _____
E-mail _____ Fax _____
Internet address URL _____
VI.4.2) Lodging of appeals (please fill in heading VI.4.2 or if need be, heading VI.4.3)
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., that will enter into force 1 June 2013, 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 notified the tenderers concerned of the contracting authority's decision to enter into
a contract if the notification included a short account of the relevant reasons for the decision.
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.
-
8/16/2019 Danish Army Artillery Tender
14/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 14 / 17
VI.4.3) Service from which information about the lodging of appeals may be obtained
Official name Konkurrence- og Forbrugerstyrelsen (Danish Competition And Consumer Authority)
Postal address
Carl Jacobsens Vej 35
Town Valby Postal codeDK-2500
Country Denmark (DK) Telephone +45 41715000
E-mail [email protected] Fax _____
Internet address URL http://www.kfst.dk
VI.5) Date of dispatch of this notice
02/05/2013 (dd/mm/yyyy) - ID:2013-060128
-
8/16/2019 Danish Army Artillery Tender
15/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 15 / 17
Annex AAdditional addresses and contact points
I) Addresses and contact points from which further information can be obtained:
Official name: _____ National ID: (if known) _____ Postal address: _____
Town: _____ Postal code: _____ Country: _____
Contact point(s): _____ Telephone: _____
For the attention of: _____
E-mail: Fax: _____
Internet address: (URL) _____
II) Addresses and contact points from which specifications and additional documents can be obtained:
Official name: _____ National ID: (if known) _____
Postal address: _____
Town: _____ Postal code: _____ Country: _____
Contact point(s): _____ Telephone: _____
For the attention of: _____
E-mail: Fax: _____
Internet address: (URL) _____
III) Addresses and contact points to which tenders/requests to participate must be sent:
Official name: _____ National ID: (if known) _____
Postal address: _____
Town: _____ Postal code: _____ Country: _____
Contact point(s): _____ Telephone: _____
For the attention of: _____
E-mail: Fax: _____
Internet address: (URL) _____
IV) Address of the other contracting authority/entity on behalf of which the contracting authority/entity
is purchasing
Official name _____ National ID ( if known ): _____
Postal address: _____
Town _____ Postal code _____
Country _____
-------------------- (Use Annex A Section IV as many times as needed) --------------------
-
8/16/2019 Danish Army Artillery Tender
16/17EN Standard form 17 - Contract notice for contracts in the field of defence and security 16 / 17
Annex BInformation about lots
Title attributed to the contract by the contracting authority _____
Lot No : _____ Lot title : _____
1) Short description:
_____
2) Common procurement vocabulary (CPV):
Main vocabulary:
3) Quantity or scope:
_____
(if known, give figures only) Estimated cost excluding VAT: _____ Currency:
or
Range: between : _____ and: _____ Currency:
4) Indication about different date for duration of contract or starting/completion: (if applicable)
Duration in months : _____ or in days : _____ (from the award of the contract)
or
Starting: ______ (dd/mm/yyyy)Completion: ______ (dd/mm/yyyy)
5) Additional information about lots:
_____
-
8/16/2019 Danish Army Artillery Tender
17/17
Annex C3 – Defence and securityService categories referred to in Section II: Object of the contract
Directive 2009/81/EC
Category No [1] Subject1 Maintenance and repair services
2 Foreign military-aid-related services
3 Defence services, military defence services and civil defence services
4 Investigation and security services
5 Land transport services
6 Air transport services of passengers and freight, except transport of mail
7 Transport of mail by land and by air
8 Rail transport services
9 Water transport services
10 Supporting and auxiliary transport services
11 Telecommunications services
12 Financial services: Insurances services
13 Computer and related services
14 Research and development services [2] and evaluation tests
15 Accounting, auditing and bookkeeping services
16 Management consulting services [3] and related services
17 Architectural services; engineering services and integrated engineering services;
urban planning and landscape engineering services; related scientific and technical
consulting services; technical testing and analysis services
18 Building-cleaning services and property management services
19 Sewage and refuse disposal services; sanitation and similar services
20 Training and simulation services in the fields of defence and security
Category No [4] Subject
21 Hotel and restaurant services
22 Supporting and auxiliary transport services
23 Legal services
24 Personnel placement and supply services [5]
25 Health and social services
26 Other services
1 Service categories within the meaning of Annex I to Directive 2009/81/EC.
2 Except research and development services referred to in Article13 (j) of Directive 2009/81/EC.
3 Except arbitration and conciliation services.
4 Service categories within the meaning of Annex II to Directive 2009/81/EC.
5 Except employment contracts.