23948sdkhjf
Log ind eller opret et abonnement for at gemme artikler
Få adgang til alt indhold på Motor-magasinet
Ingen binding eller kortoplysninger krævet
Gælder kun personlig abonnement.
Kontakt os for en virksomhedsløsning.
Annonce
Annonce

Fakta om udbudet

EU-nr
2016/S 129-231264
Offentliggjort
07.07.2016
Udbudstype
Begrænset udbud

Udbyder

A/S Storebælt

Opdateringer

Annullering
(13.12.2016)

A/S Storebælt has decided to terminate the tender procedure for the acquisition of one fire engine vehicle and one water carrier vehicle without an award of the contract.
The reason for the termination is that A/S Storebælt finds that there is not sufficient competition in relation to the tender. Thus, A/S Storebælt has only received one tender and the offered price was 43 pct. higher than what A/S Storebælt initially estimated the acquisition.
A/S Storebælt will evaluate its options and the possibility of a new tender procedure for the fire engine vehicles. If A/S Storebælt decides to commence a new tender procedure, A/S Storebælt will adjust the minimum levels of standards required regarding technical and professional ability with the purpose of attracting more candidates to the tender and to get a price closer to the estimate.

Acquisition of 1 Fire engine vehicle and 1 Water carrier vehicle


A/S Storebælt

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
A/S Storebælt
10634970
Vester Søgade 10
København V
1601
Denmark
Contact person: Charlotte Yun Linde
Telephone: +45 33416242
E-mail: udbud@sbf.dk
NUTS code: DK01

Internet address(es):

Main address: http://www.sundogbaelt.dk

I.2) Joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.sundogbaelt.dk/udbud/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: owner of infrastructure

Section II: Object

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

 

Acquisition of 1 Fire engine vehicle and 1 Water carrier vehicle.

 

II.1.2) Main CPV code
34144210
II.1.3) Type of contract
Supplies
II.1.4) Short description:

 

A/S Storebælt is planning to purchase 1 fire engine vehicle and 1 water carrier vehicle.

Further information is available under Section II.2.4)

 

II.1.5) Estimated total value
Value excluding VAT: 3 600 000.00 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: DK02
II.2.4) Description of the procurement:

 

A/S Storebælt is planning to purchase 1 fire engine vehicle and 1 water carrier vehicle.

The vehicles will be part of the emergency preparedness system on the road connection between Fyn and Zealand in Denmark.

The vehicles are to be used in emergency incidents on road. It is important to take into account the harsh salty and windy environment which the vehicles must be designed to cope with.

The vehicles must be equipped and registered for emergency response with blue lights and sirens in operation and for normal road use.

The vehicles must be supplied complete with fixtures such as pump and nozzles whilst loose items will be transferred from existing vehicles.

The vehicles must be CE-approved and delivered registered for use on the road as an emergency vehicle.

Each vehicle shall have a maximum total weight of 24 000 kg. The specific details of this requirement are set out in the tender material (the technical specifications).

 

II.2.5) Award criteria
Criteria below
Price
II.2.6) Estimated value
Value excluding VAT: 3 600 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:

 

The limitation of candidates will be based on an evaluation of which candidates have documented the most relevant previous deliveries carried out over the past 3 years in comparison to the contract/purchases described in Section II.1.4) in terms of the nature and quantity of the previous deliveries.

Please note that any ambiguities and/or incomprehensibilities in the information submitted under Section III.1.3) may be regarded negatively in the evaluation when selecting the limited numbers of candidates.

 

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

 

A/S Storebælt has decided not to divide the contract into lots as this would unduly increase the cost and as the tender is limited to 2 similar types of vehicles.

 

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 submit the candidate's annual turnover for the last 3 financial years available, in so far as information on such turnovers is available.

The information shall be stated in the European Single Procurement Document, Part IV.B, cf. Section VI.3) below.

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 4 000 000 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, Part IV.B.

 

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

 

The candidates must submit the following information:

1) 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, including an indication of the total weight of the vehicle (s). The ‘total weight’ is to be understood as the weight of the vehicle, including full load (full tanks, equipment, crew, etc.);

— 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 candidate is asked to provide as much generic information as possible about the delivery).

The list should not include more than 5 references (deliveries).

2) Information on whether the candidate will be able to produce certificates attesting that the candidate complies with the minimums levels of standards regarding quality assurance set out below.

The information shall be stated in the European Single Procurement Document, Part IV C and D, cf. Section VI.3) below.

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 demonstrate experience with as a minimum 1 similar delivery within the past 3 years. A ‘similar delivery’ is to be understood as a delivery of 1 or more similar vehicles (fire engine vehicles or water carrier vehicles) with a total weight of 20 000-30 000 kg (‘total weight’ is defined above).

Furthermore, the candidate's measures to ensure quality must fulfil the requirements in ISO 14001 or ISO 9000 or equivalent.

 

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
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: no
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: 08/08/2016
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 18/08/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English, Danish
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders

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, A/S Storebælt must demand that the candidate completes the European Single Procurement Document (ESPD) 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 ESPD available (in Danish) at: http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf and: http://www.kfst.dk/~/media/KFST/Offentlig%20konkurrence/Vejledning%20om%20eESPD/Vejledning%20eESPD.pdf

The ESPD is available as an XML file at: http://sundogbaelt.dk/udbud/ together with the rest of the tender documents. The ESPD should be completed by importing the ESPD (the XML file) at: https://ec.europa.eu/growth/tools-databases/espd/welcome

The applicant shall complete the ESPD, Part II A, B and C; Part III A, B and C; Part IV B, C and D; and Part V. Hereafter the ESPD should be printed and submitted together with the rest of the pre-qualification application.

According to § 144 of the said Act, a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities. Where an economic operator wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example by producing a commitment by those entities to that effect.

A candidate who relies on the capacity of other entities shall ensure that A/S Storebælt receives the candidate's own ESPD together with a separate ESPD with the relevant information for each of the entities that the candidate 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 ESPD with the information required in Part II-IV.

Prior to decision on award of the contract, documentation for the information stated in the ESPD must be produced, cf. §§ 151-155 of the said Act. A/S Storebælt 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.

A/S Storebælt 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 ESPD. Special attention is drawn to the fact that certain voluntary exclusion grounds have been made mandatory in § 136 of the Act.

Candidates are asked to submit applications for pre-qualification in 2 hard-copies and electronically on a USB or equivalent medium in a sealed envelope marked ‘Acquisition of Fire engine vehicle and Water carrier vehicle — Application. Must not be opened in the reception’. In case of discrepancy between the hard-copy and the electronic version, the hard-copy shall take precedence.

The application for pre-qualification 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: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 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
Fax: +45 41715001

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
04/07/2016
Annonce Annonce
BREAKING
{{ article.headline }}
0.142|instance-web03