23948sdkhjf

Fakta om udbudet

EU-nr
2016/S 180-322338
Offentliggjort
19.09.2016
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Vindere

(11.05.2017)
Yamaha Motor Denmark Filial af Yamaha Motor Europe N.V. Holland
C.F Tietgens Boulevard 30, 1. th.
5220 Odense SØ

Opdateringer

Annullering
(17.12.2016)

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 tenderer completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfils the requirements listed in § 148(1) of the said Act.

Motorcycles


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets Materiel- og Indkøbsstyrelse
16287180
Lautrupbjerg 1
Ballerup
2750
Denmark
Contact person: Martin Ingemann Larsen
Telephone: +45 72814198
E-mail: fmt-id-sla08@mil.dk
NUTS code: DK

Internet address(es):

Main address: http://permalink.mercell.com/61395043.aspx

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://permalink.mercell.com/61395043.aspx
Additional information can be obtained from another address:
Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
Odense C
5000
Denmark
E-mail: support.dk@mercell.com
NUTS code: DK

Internet address(es):

Main address: http://permalink.mercell.com/61395043.aspx

Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/61395043.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:

 

Motorcycles.

 

II.1.2) Main CPV code
34410000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

This tender procedure concerns the award of a Framework Agreement for the procurement of Motorcycles including service and repair, spare parts, pick up and return of the Motorcycles, modification of the Motorcycles and training in maintenance and use of the Motorcycles.

The Motorcycles are inserted in theatres in various environments nationally and across the globe. The Motorcycles are used for various assignments such as patrolling, reconnaissance, direct action and travels between various establishments. The Motorcycles will have multiple users, but will be assigned to specific units / personnel.

 

II.1.5) Estimated total value
Value excluding VAT: 4 000 000.00 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: DK
II.2.4) Description of the procurement:

 

DALO has decided not to divide the contract into lots due to the fact that the tender is limited in the scope of goods and/or services and further subdivision into lots is not relevant

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.

 

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
Value excluding VAT: 4 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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

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 tenderer must use the European Single Procurement Document's part IV. B as provisional evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfils the minimum requirement stated below with respect to the the standards required, and how the tenderer 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 tenderer 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:

Turnover:

A statement of the tenderer's overall turnover for the last three (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 tenderer's possibility of relying on the capacity of other entities.

Solvency Ratio:

The three latest annual reports or extract 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 preceding three (3) financial years, in so far as information such information is available.

Reference is made to section VI.3 with regard to the tenderer's possibility of relying on the capacity of other entities.

 

Minimum level(s) of standards possibly required:

 

Turnover:

The tenderer must have had an annual turnover of at least 500 000 DKK in each of the preceding three (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.

Solvency Ratio:

The tenderer must have had an solvency ratio of at least 5 percent for each of the preceding three (3) financial years. The information must be stated in the European Single Procurement Document, section IV.B.

 

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

 

The tenderer must use the European Single Procurement Document's part IV. C as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer fulfils the minimum requirement stated below with respect to the the standards required, and how the tenderer 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 tenderer 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:

References:

A list of the most important similar deliveries carried out over the past three (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/countries are preferred, but need not necessarily be included; if no country specific information is included the tenderer is asked to provide as much generic information as possible about the delivery)

Reference is made to section VI.3 with regard to the tenderer'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 one similar delivery within the past three years. 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:

 

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 one 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: 13/10/2016
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: 13/10/2016
Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
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 tenderer completes the European Single Procurement Document as preliminary evidence in replacement of certificates issued by public authorities or third parties confirming that the tenderer 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 tenderer participating alone and who does not rely on the capacity of other entities shall only complete one European Single Procurement Document. A tenderer participating alone who does rely on the capacity of other entities candidates 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 tenderer relies on. 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 and 152 of the said Act. Further information and the applicable time limit is found in the tender documents. DALO further reserves the right to at any stage of the tender procedure to request a 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 tenderer from participation in the tender procedure, if the tenderer is subject to one of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The tenderer shall submit information in this respect in the European Single Procurement Document's part III A,B and C. 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.

Submission of offers

Tenderers are asked to submit offers via Mercell Sourcing Service.

Offers cannot be submitted by e-mail.

Non-compliance with formal requirements:

DALO reserves the right — but is not obliged — to use the remedies provided for in Section 159(5) of the the Danish Act on Public Procurement (act no. 1564 of 15.12.2015 — available at www.retsinformation.dk) if applications or offers do not fulfil the formalities of the tender documents.

For further information see the ‘additional information’ document available at the URL address in section I.3).

 

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@erst.dk
Fax: +45 33307799

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

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

 

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 prequalified 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 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 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) 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
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100

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

VI.5) Date of dispatch of this notice:
12/09/2016

Send til en kollega

0.062