FORSVARSMINISTERIET MATERIEL- OG INDKØBSSTYRELSEN has floated a tender for Contract notice: Boats. The project location is Denmark and the tender is closing on 30 Oct 2018. The tender notice number is 409454-2018, while the TOT Ref Number is 26947488. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Denmark

Summary : Contract notice: Boats

Deadline : 30 Oct 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 26947488

Document Ref. No. : 409454-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : FORSVARSMINISTERIET MATERIEL- OG INDKØBSSTYRELSEN
Office Name: Forsvarsministeriet Materiel- og Indkøbsstyrelsen
Address: Lautrupbjerg 1-5
Town: Ballerup
Postal Code: 2750
Contact Point: Mia Bjerring Birkebæk



Denmark
Email :fmi-ja-s116@mil.dk
URL :https://www.ethics.dk/ethics/eo#/79d23e6f-d8f9-4c72-9783-7c1d69a2d801/homepage

Tender Details

Object of the contract
Boats

Description: Contract notice: Boats

Authority Type: Ministry or any other national or federal authority
Contact Nature: Supplies
Procedure: Innovation partnership
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 34520000, 34521000, 34521400, 34520000, 34521000, 34521400
CPV Description: Boats.

Specialized boats.

Lifeboats.

Development and purchase of new innovative motorbathing facilities for the Coastal Service.

Ministry of Defense Ministry of Food and Water Management (FMI) wishes to develop and buy up to 3 (three)

Innovation Partnership is a part of an innovation (an Innovation and Development Process), where suppliers together with FMI develop and demarcate a new type of fArtOjkonstruktion, which incorporates all operational requirements for a Danish SAR vessel. After that, FMI can purchase up to 3 copies of the developed speed with associated service and maintenance.

The MRBs must have excellent proficiency, so it is possible to use the baths in all weather. At the same time, the vessels should be able to function as a stable platform for the crew, especially when saving people fBecause of the fact that these MRB vessels are subject to a large number of rules, and since a survey of the market has not obscured any existing vessels that can meet all these rules, the innovation and development process for the new engine baths will of course be demanding. The requirement that the vessels should be self-propelled from any angle of impact is not uncommon for MRB--fart0jer. However, the Danish rules (Annex A2) also require this to be achieved, irrespective of the fact that the vessel has partially flooded rooms.

Another factor that will be a challenge is the requirement for relatively fast vessels (25 knots) while the bathrooms must be equipped with crane, bugger etc. In this connection, larger weight / displacement means larger main engines in order to meet speed requirementsThe speed requirement is also challenged by high demands on the strength of the vessel's construction.

As a result, innovative solutions are needed as to space and buoyancy and optimization of the flexibility while ensuring that the baths can function as a stable platform. These conditions must be combined in a relatively small speed at a maximum of 24 meters. There are several parameters that will-adjusted at the same time as the effect and impact of the different parameters are monitored. Malet is developing a bathroom structure that not only meets some of the requirements but actually meets all requirements.

This procurement procedure is in accordance with the procedure for innovation partnership, cf. sections 73-79 of the Public Procurement Act (Act No. 1564 of 15 December 2015 available on www.retsinformation.dk).

Applicantsinvited to participate in the procurement process, receive further practical information regarding the tender in the specifications, including information about participation in the procurement process.

Use of the ESPD is a condition for participation in the procurement procedure, cf. Section 148 of the Public Procurement Act. FMI requires that The applicant uses the ESPD as initial documentation that the applicant is not subject to exclusionthe grounds of section 135 and 136 of the Public Procurement Act that the applicant complies with the minimum eligibility requirement in accordance with section 140, cf. III.1.2 and III.1.3) and how the applicant fulfills the objective and non-discriminatory selection criteria, cf. section 145 (2), cf. Section II.2.9).

The applicant and, where appropriate, the participants in the group of units and / or support units must use the electronic version of the ESPD.-FMI has prepared an ESPD (an XML file) available on Ethics.

FMI strongly recommends the applicant to use this XML file when completing the ESPD. The applicant uploads the XML file via this website https://ec.europa.eu/growth/tools-databases/espd/welcome where the ESPD can be completed and later exported. No other versions of the EPSD may be used.

Before the FMI decides on tenDivision of the contract, FMI requires that the bidder FMI intends to award the contract, provides documentation for the information contained in the ESPD, cf. Section 151-155 of the Public Procurement Act. If an applicant makes use of other entities, cf. Section III.1.2 and III.1.3, the applicant shall provide information on the request, supporting or otherwise demonstrating that the applicant has access-to the technical and technical competences required and that the unit in question has a legal obligation to the applicant. If this can not be documented, FMI can not assess the technical and professional skills of the other entity (s). FMI has prepared a template that can be used to confirm the legal obligation, which can be obtained through Ethics. FMI strongly recommends ans0gerne to use this form. However, it is emphasized that it is only the responsibility of the applicant to provide information that fulfills the requirements.

FMI may exclude an applicant from participation in the procurement procedure if the applicant is subject to one of the mandatory grounds for exclusion in section 135 and 136 of the Public Procurement Act unless the applicant has provided sufficient evidence that the applicant is palidelpursuant to section 138 of the Public Procurement Act. Note that some of the voluntary grounds for exclusion in the Public Procurement Directive 2014/24 / EU have been made mandatory in Section 136 of the Public Procurement Act.
Internet address (URL): https://www.ethics.dk/ethics/eo#/79d23e6f-d8f9-4c72-9783-7c1d69a2d801/homepage

Documents

 Tender Notice