23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 118-209725
Offentliggjort
21.06.2016
Udbudstype
Offentligt udbud

Udbyder

Danish Defense Aquisition and Logistics Organisation

Delivery of spare parts for the Danish Defence fleet of Iveco trucks


Danish Defense Aquisition and Logistics Organisation

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Danish Defense Aquisition and Logistics Organisation
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Jesper Enemark
Telephone: +45 72572241
E-mail: fmt-id-s219@mil.dk
NUTS code: DK0

Internet address(es):

Main address: www.fmt.dk

I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/59187734.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/59187734.aspx
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://permalink.mercell.com/59187734.aspx
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

 

Delivery of spare parts for the Danish Defence fleet of Iveco trucks.

 

II.1.2) Main CPV code
34300000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

The Danish Defence wishes to establish a framework agreement regarding delivery of spare part for the fleet of Iveco trucks. The trucks are used for transporting goods and equipment, primarily in Denmark. The trucks are serviced and maintained by Defence personnel at Defence establishments.

The spare parts shall be delivered to Defence establishments across Denmark. The spare parts shall be original spare parts or of matching quality.

The framework agreement will be in force for 2 years, with the possibility of extending it for 2 x 1 year.

 

II.1.5) Estimated total value
Value excluding VAT: 2 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: no
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

 

The Danish Defence operates a fleet of approximately 230 Iveco trucks, of various models and years. In general, the fleet is composed of older trucks — more than 15 years old.

The framework agreement concerns delivery of all spare parts for the trucks.

 

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
Value excluding VAT: 2 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

 

The agreement can be extended 2 times, for 1 year each.

 

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

 

Please Refer to II.2.7)

 

II.2.12) Information about electronic catalogues
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14) Additional information

 

DALO has decided not to divide the contract into lots as this would unduly increase the cost for all concerned. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defence, including all divisions of the Danish Defence subject to the command of the Chief of Defence is entitled to use the Agreement.

 

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2) Economic and financial standing
List and brief description of selection criteria:

 

The candidate must use the European Single Procurement Document as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the the standards required, and how the candidate fulfils the objective and non-discriminating criteria for pre-qualification, cf. § 148(1), cf. § 145(2) of the Danish Act on Public Procurement (Act No 1564 of 15.12.2015 — available at: www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with § 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following documentation shall be submitted.

The 3 latest annual reports or a declaration stating the annual turnover for the last 3 financial years available, in so far as information on such turnovers is available.

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 3 000 000 DKK in each of the preceding 3 financial years (if the turnover is not stated in said currency, the contracting authority will calculate the turnover based on the official exchange rate on the date this notice was published). The information must be stated in the European Single Procurement Document, section IV.B. Reference is made to section VI.3) with regard to the candidate's possibility of relying on the capacity of other entities.

 

III.1.3) Technical and professional ability
List and brief description of selection criteria:

 

The candidate must use the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the the standards required, and how the candidate fulfils the objective and non-discriminating criteria for pre-qualification, cf. § 148(1), cf. § 145(2) of the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at: www.retsinformation.dk). Prior to DALO's decision concerning award of the contract, the candidate to whom DALO intends to award the contract must submit documentation for the information given in the European Single Procurement Document in accordance with § 151 of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf

In this respect the following documentation shall be submitted:

A list of the most important similar deliveries carried out over the past 3 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 are preferred, but need not necessarily be included).

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 tenderer must demonstrate experience with as a minimum 1 similar delivery within the last 3 years. Similar deliveries is defined as agreements with fleet managers concerning delivery of spare parts for an extended period of time. The information must be stated in the European Single Procurement Document, section IV.C.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

 

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.

Reference is made to the tender documents with regard to the 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 invoicing to be done electronically. Exact terms will be 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 are required to undertake joint and several liabilities and to appoint 1 supplier to represent the group.

 

III.2.3) Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6) Information about electronic auction
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 26/08/2016
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date: 26/08/2016
Local time: 14:00
Place:

 

26. August, at DALO premises.

 

Information about authorised persons and opening procedure:

 

The Tenderers will not be present at the opening of tenders.

 

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:

 

In accordance with the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at www.retsinformation.dk) § 148 DALO must demand that the candidate completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the candidate fulfils the requirements listed in § 148(1) of the said Act. Reference is made to The Danish Competition and Consumer Authority's guidance note concerning the European Single Procurement Document available at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf A candidate participating alone and who does not rely on the capacity of other entities to fulfil the criteria for choosing the limited number of candidates shall only complete 1 European Single Procurement Document. Please note that in relation to Section III.1.2) and III.1.3) a candidate may rely on the capacities of other entities (e.g. a parent or sister company or a sub-supplier), regardless of the legal nature of the links between them. In this case, the candidate shall ensure that DALO receives his own European Single Procurement Document together with a separate European Single Procurement Document with the relevant information for each of the entities that the candidate relies on. Additionally, where the candidate wants to rely on the capacities of other entities, the candidate shall prove to DALO that it will have at its disposal the resources necessary, for example, by producing a commitment or other documentation from those entities confirming their legal obligation to provide the necessary resources for the duration of the contract, e.g. by completing the form for submission of commitment which is available at: http://permalink.mercell.com/59187734.aspx The form for submission of commitment and the letter(s) of comfort herein must be completed in addition to the European Single Procurement Document.

DALO strongly encourages the candidates/tenderers to use this form when submitting their applications/offers.

However, it is emphasized that it is the sole responsibility of the candidate that the information provided fulfils the requirements. DALO demands that the candidate and each of the legal entities whose capacities the candidate relies on undertake joint and several liability for the performance of the contract. Finally when groups of entities, including temporary joint ventures, participate in the tender procedure together, each of the participating entities must complete a separate European Single Procurement Document with the information required in section II)-IV). Prior to decision on award of the contract documentation for the information stated in the European Single Procurement Document must be produced, cf. §§ 151-155 of the said Act. DALO further reserves the right to at any stage of the tender procedure to request a candidate/tenderer to submit documentation, if this is required to secure that the procedure is conducted correctly. In this situation DALO will set an appropriate time limit for submission of the documentation. DALO shall exclude a candidate/tenderer from participation in the tender procedure, if the candidate/tenderer is subject to 1 of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The candidate/tenderer shall submit information in this respect in the European Single Procurement Document. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act. Please refer to The Danish Competition and Consumer Authority's guidance note for correct completion of the European Single Procurement Document. Candidates are asked to submit offers via Mercell Sourcing Service. The offers cannot be submitted by e-mail.

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud (The Complaints Board for Public Procurement)
Dahlerups Pakhus, Langelinie Allé 17
Copenhagen Ø
2100
Denmark
Telephone: +45 35291095
E-mail: klfu@erst.dk

Internet address:http://http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud.

VI.4.2) Body responsible for mediation procedures
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

 

VI.4.3) Review Procedure:

Pursuant to Danish Act on The Complaints Board for Public Procurement (act No 492 of 12.5.2010 with subsequent amendments — available at: www.retsinformation.dk), the following time limits for filing a complaint apply.

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, cf. § 171(2) of the Danish Act on Public Procurement (act No 1564 of 15.12.2015 — available at: www.retsinformation.dk) or § 2(1) of the Danish Act on The Complaints Board for Public Procurement, 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:

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, cf. § 2(2) or § 171(4) of the Act on Public Procurement, provided that the notification included a short account of the relevant reasons for the decision.

4) 20 calendar days starting the day after the contracting authority has published a notice concerning his decision to uphold the contract, cf. § 185(2) of the Act on Public Procurement.

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 standstill period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the standstill period, the complainant must also state whether it is requested that the appeal is granted delaying effect, cf. § 12(1) of the said Act.

The e-mail of 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 at the internet address stated in section VI.4.1)

 

VI.4.4) Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:http://www.kfst.dk

VI.5) Date of dispatch of this notice:
17/06/2016

Send til en kollega

0.11