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
2017/S 011-015873
Offentliggjort
17.01.2017
Udbudstype
Begrænset udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Delivery of light utility vehicles (Vans)


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: Jesper Enemark
Telephone: +45 72572241
E-mail: fmi-id-sla02@mil.dk
NUTS code: DK

Internet address(es):

Main address: http://permalink.mercell.com/64368668.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/64368668.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/64368668.aspx

Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/64368668.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 light utility vehicles (Vans).

II.1.2) Main CPV code
34130000
II.1.3) Type of contract
Supplies
II.1.4) Short description:

This tender procedure concerns the award of a Framework Agreement for delivery of light utility vehicles (Vans) in Medium, Large and Minibus versions, including a Service Agreement and repair for Vans delivered. Furthermore, the Framework Agreement includes builds such as racks, shelves, furniture, supplementary power supply and electrical equipment (e.g. working lights, emergency lights and siren), and more advanced electrical equipment such as SINE radios and other technical equipment supplied by the Danish Defense, in order to customize Vans for specific tasks.

The Vans are used by the Danish Defense and other authorities under the Ministry of Defense, such as the Danish Emergency Management Agency, for transporting goods and personnel and for various operational and logistical tasks. The Vans will generally have multiple users.

Tender is handled by Mercell Sourcing Services, use http://permalink.mercell.com/64368668.aspx

II.1.5) Estimated total value
Value excluding VAT: 150 000 000.00 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)
34136000
34136100
34136200
50110000
50111000
50112000
II.2.3) Place of performance
NUTS code: DK0
II.2.4) Description of the procurement:

DALO guarantees a minimum purchase of 200 Vans of the variant ‘minibus 4x4’, cf. the requirements specification, before the expiry of the Agreement.

II.2.5) Award criteria
Criteria below
Cost criterion - Name: Life Cycle Cost / Weighting: 100
II.2.6) Estimated value
Value excluding VAT: 150 000 000.00 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.2.9) 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 the following criteria listed in order of priority:

a) The relevance of the candidate's previous deliveries in comparison to the contract/purchases described in section III 1.3, in terms of quantity and value of Medium vans, Large Vans and Minibusses and service agreements delivered

b) The relevance of the candidate's previous deliveries in comparison to the contract/purchases described in section III 1.3, in terms of quantity and nature of the builds on the Vans. Builds with electrical equipment are prioritized.

Please note that any ambiguities and/ or incomprehensibilities in the information submitted under 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

DALO has decided not to divide the contract into lots as this would unduly increase the cost of all concerned. The Agreement is entered into by DALO. However, all divisions of the Danish Ministry of Defense, including all divisions of the Danish Defense subject to the command of the Chief of Defense 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 certifi-cates issued by public authorities or third parties confirming that the candidate fulfils the minimum requirement stated below with respect to the standards required, and how the candidate fulfils the objective and non-discriminating criteria for prequalification, 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 information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

The candidate must use the European Single Procurement Document (hereafter ESPD) and provide the following in-formation in the ESPD:

Its general yearly turnover for the last 3 financial years, to the extent such information is available, cf. Part IV, section B.

Its equity ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the last 3 financial years, to the extent such information is available, cf. Part IV, section B.

Upon request from DALO the tenderer must submit the following documentation:

Turnover:

The three latest annual reports or a declaration stating the annual turnover for the last three 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.

Solvency Ratio:

The three latest annual reports or extract hereof or other documentation stating the candidate's equity ratio (calculated by dividing the candidate's equity with the candidate's total assets (equity/total assets x 100) at the end of the preceding three financial years, in so far as information such information 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:

Turnover:

The candidate must have had an annual turnover of at least 30 000 000 DKK in each of the preceding 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 on the date this notice was published). The information must be stated in the European Single Procurement Document, section IV.B.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the general yearly turnover is calculated as the sum of all the participants general yearly turnover in each of the last 3 financial years available.

If the candidate relies on the economic and financial standing of an entity or entities the general yearly turnover will be calculated as the sum of the candidate's general yearly turnover and the entity or entities' general yearly turnover in each of the last 3 financial years available.

Solvency Ratio:

The candidate must have had a solvency ratio of at least five (5) percent for each of the preceding three financial years.

If the candidate is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio is calculated by dividing the sum of all the participants' equities with the sum of all the participants' total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.

If the candidate relies on the economic and financial standing of an entity or entities the equity ratio is calculated by dividing the sum of the candidate's and the entity or entities' equity with the sum of the candidate's and the entity or entities' total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.

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 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 standards required, and how the candidate fulfils the objective and non-discriminating criteria for prequalification, 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 information shall be submitted in the European Single Procurement Document. Please note that prior to award of the contract, the information submitted must be verified by DALO in accordance with §§ 151-155 of the Danish Act on Public Procurement.

References:

A list of the most important similar deliveries (references) of Medium Vans, Large Vans and Minibusses, carried out within the past 3 (three) years prior to the deadline for the request to participate, cf. Part IV, section C.

The list should preferably include:

— A description of each delivery

— Information on when it was carried out

— Quantity of Vans delivered in each delivery and value of the deliveries

— The recipients of the deliveries (specific names are preferred, but need not necessarily be included. The candidate is asked to provide as much generic information as possible about the delivery)

A list of the most important similar deliveries (references) of builds carried out within the past 3 (three) years prior to the deadline for the request to participate, cf. Part IV, section C.

— A description of each build

— Information on when it was carried out,

— The recipients of the deliveries (specific names are preferred, but need not necessarily be included. The candidate is asked to provide as much generic information as possible about the delivery)

A list of the most important similar deliveries (references) of service agreements carried out within the past 3 (three) years prior to the deadline for the request to participate, cf. Part IV, section C.

— A description of each service agreement

— Information on when it was commenced

— The recipients of the deliveries (specific names are preferred, but need not necessarily be included. The candidate is asked to provide as much generic information as possible about the delivery)

The information must be stated in the European Single Procurement Document, section IV.C.

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 that the candidate has delivered at least 50 Medium Vans, 50 Large Vans and 5 Minibusses, during each of the past three (3) years (February 13, 2014-February 13, 2015; February 13, 2015-February 13, 2016; February 13, 2016-February 13, 2017) prior to the deadline for the request to participate.

The candidate must demonstrate that the candidate has delivered at least 15 Vans with builds, including at least 5 Vans installed with electrical equipment, during each of the past three (3) years (February 13, 2014-February 13, 2015; February 13, 2015-February 13, 2016; February 13, 2016-February 13, 2017) prior to the deadline for the request to participate.

The candidate must demonstrate that the candidate has entered into at least 25 separate Service Agreements for Medium Vans, Large Vans or Minibusses within each of the past three (3) years (February 13, 2014-February 13, 2015; February 13, 2015-February 13, 2016; February 13, 2016-February 13, 2017), prior to the deadline for the request to participate.

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
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: 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: 14/02/2017
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 27/02/2017
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

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
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) § 148 DALO 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 (DCCA) guidance note concerning the ESPD available at http://www.kfst.dk/~/media/KFST/Publikationer/Dansk/2015/Vejledning%20til%20ESPDen.pdf.

The candidates must use the electronic version of the ESPD (eESPD) available at

https://ec.europa.eu/growth/tools-databases/espd/welcome. On this website the xml-file available at the URL address in section I.3) must be imported and completed. No other versions of the ESPD than the eESPD should be used.

A candidate participating alone and who does not rely on the capacity of other entities to fulfill the criteria for choosing the limited number of candidates shall only complete one ESPD.

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 subsupplier), regardless of the legal nature of the links between them. In this case, the candidate shall ensure that DALO receives his own ESPD together with a separate ESPD 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. The form for submission of commitment and the letter(s) of comfort herein must be completed in addition to the ESPD. DALO strongly encourages the candidates 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.

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 section 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. DALO further reserves the right to at any stage of the tender procedure to request a candi-date 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 from participation in the tender procedure, if the candidate is subject to one of the mandatory exclusion grounds in §§ 135 and 136 of the said Act. The candidate 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. Please refer to the DCCA guidance note for correct completion of the ESPD.

Submission of applications for prequalification:

Candidates are asked to submit applications for prequalification via Mercell Sourcing Service. The application for prequalification 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 Danish Act on Public Procurement (act no. 1564 of 15.12.2015) if applications or offers do not fulfill 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
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:
13/01/2017
Annonce Annonce
BREAKING
{{ article.headline }}
0.031|instance-web01