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 087-169489
Offentliggjort
05.05.2017
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Vindere

Delivery of light utility vehicles (Vans)

(31.10.2017)
Mercedes-Benz Danmark A/S
Digevej 114
2300 København S

Opdateringer

Rettelse
(08.06.2017)

IV.2.2)
instead of:
Date: 08-06-2017
Time: 13:00
Read:
Date: 13-06-2017
Time: 13:00

IV.2.7)
instead of:
Date: 09-06-2017
Time: 12:00
Read:
Date: 14-06-2017
Time: 12:00

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/68097442.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/68097442.aspx
Additional information can be obtained from another address:
Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
Odense
5000
Denmark
E-mail: support.dk@mercell.com
NUTS code: DK

Internet address(es):

Main address: http://permalink.mercell.com/68097442.aspx

Tenders or requests to participate must be submitted electronically via: http://permalink.mercell.com/68097442.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
34136000
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.

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)
34136100
34136200
50110000
50111000
50112000
II.2.3) Place of performance
NUTS code: DK
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.2.10) 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 tenderer must use the European Single Procurement Document (hereafter ESPD — electronic version eESPD) and provide the following information in the eESPD:

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

(eESPD sec. IV.B): Its 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 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:

Annual reports or excerpts hereof or other documentation stating the tenderer's general yearly turnover for the last 3 financial years if publication of annual reports is required under the law of the country in which the tenderer is established, and to the extent such information is available. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities. If the enderer relies on the economic and financial standing of another entity or entities (eg. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.

Annual reports or excerpts 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 last 3 financial years, to the extent such information is available. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or entities (eg. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.

Be advised that DALO at any time during the procurement procedure can request that the tenderer presents the above mentioned documentation if this is deemed necessary to secure that the procurement procedure is conducted correctly. In this situation, DALO will set an appropriate time limit for the submission of the documentation.

Please note that a tenderer may rely on the economic and financial standing of other entities (eg. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an eESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own eESPD. The entity or entities' eESPD must equally provide the information listed above.

Minimum level(s) of standards possibly required:

The tenderer must have had a general yearly turnover of at least 30.000.000 DKK in each of the last 3 financial years. If the turnover is not stated in said currency, DALO will calculate the turnover based on the official exchange rate on the date this notice was published.

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

The tenderer must have had an equity ratio of at least 5 percent for each the last 3 financial years. The equity ratio is calculated by dividing the tenderer's equity with the tenderers total assets (equity/total assets x 100).

If the tenderer 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 tenderer relies on the economic and financial standing of an entity or entities, the equity ratio is calculated by dividing the sum of the tenderer's and the entity or entities' equity with the sum of the tenderer'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.

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

The tenderer must use the European Single Procurement Document (hereafter ESPD — electronic version eESPD) and provide the following information in the eESPD:

Three seperate lists of the most important similar deliveries (references), cf. section II.1.4) and II.2.4), carried out within the past 3 (three) years, prior to the deadline for the submission of the offer, cf. Part IV, section C,:

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 description should include a clear indication of which specific parts of the deliveries that are similar to the supplies as described in section II.1.4) and II.2.4). When specifying the date for the deliveries, the tenderer should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set.

Only the deliveries (references) performed at the time of the deadline for submission of the offer will be considered when assessing if the minimum requirement for suitability stated below is fulfilled cf. section II.2.9). If the delivery in question is ongoing, it is only the part of the supplies performed and completed at the time of the deadline for the submission of the offer which will be included in the assessment of the delivery.

A tenderer may rely on the technical and professional capacity of other entities (eg. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an eESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own eESPD. The entity or entities' eESPD must equally provide the information listed above.

The tenderer will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the eESPD is considered sufficient). However, DALO reserves the right to contact the tenderer and/or the recipients of the deliveries in order to verify the information stated in Part IV, section C in the eESPD, including details on the specified dates of the performance of the deliveries.

Minimum level(s) of standards possibly required:

The tenderer must demonstrate to have delivered at least 50 Medium Vans, 50 Large Vans and 5 Minibusses, during each of the past three (3) years (June 8, 2014-June 7, 2015; June 8, 2015-June 7, 2016; June 8, 2016-June 7, 2017) prior to the deadline for submission of offer.

The tenderer must demonstrate to have delivered at least 15 Vans with builds, including at least 5 Vans installed with electrical equipment, during each of the past three (3) years (June 8, 2014-June 7, 2015; June 8, 2015-June 7, 2016; June 8, 2016-June 7, 2017) prior to the deadline for submission of offer.

The tenderer must demonstrate to have entered into at least 25 separate Service Agreements for Medium Vans, Large Vans or Minibusses within each of the past three (3) years (June 8, 2014-June 7, 2015; June 8, 2015-June 7, 2016; June 8, 2016-June 7, 2017), prior to the deadline for submission of offer.

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. The framework agreement must be conducted in consideration of social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.

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
Notice number in the OJ S: 2017/S 011-015873
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/06/2017
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: 09/06/2017
Local time: 12:00

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:

DALO demands that the tenderer and each of the legal entities whose capacities the tenderer relies on undertake joint and several liability for the performance of the contract.

Regarding section IV.2.4): The offer shall be in the language stated in section IV.2.4, however, the tenderer can provide the following requested documentation; Annual reports or excerpts hereof or other documentation in Danish.

If the same legal entity is a part of or in any other way participates in several offers, eg. submits his own offer and at the same time participates in a consortium which also submits an offer, the tenderers shall ensure that the same legal entity's participation does not provide for opportunity for mutual coordination of their offers. DALO reserves the right to request the tenderers to establish and reassure DALO that the same legal entity's participation does not threaten the transparency and distort competition between the tenderers.

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.

The use of the eESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the tenderer applies the eESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, that the tenderer fulfils the minimum requirements for suitability fixed in accordance with § 140, cf. section III.1.2) and III.1.3).

The tenderers and, if relevant, the participants in the group of entities and/or supporting entities must use the electronic version of the ESPD (eESPD). DALO has prepared an eESPD (an XML-file) available at Mercell. DALO strongly encourages the tenderer to use this XML-file when completing the eESPD. The tenderer must upload the XML-file to this website https://ec.europa.eu/growth/tools-databases/espd/welcome where the eESPD can be completed and later exported. No other versions than the eESPD must be used.

Prior to decision on award of the contract, DALO shall require that the tenderer to whom DALO intends to award the contract presents documentation for the information stated in the eESPD, cf. §§ 151-155 of the said Act. If a tenderer relies on the capacity of other entities, cf. section III.1.2 and III.1.3, the tenderer shall upon request provide statements of support or other documentation proving that the tenderer has access to the necessary economic and financial standing and/or technical and professional capacity, and that the entity referred to has a legal obligation to the tenderer. If such documentation is not provided, DALO cannot consider the economic and financial standing and/or the technical and professional capacity of the other entity or entities. DALO has prepared a template to be used to confirm the legal obligation which is available at Mercell. DALO strongly encourages the tenderers to use this form. However, it is emphasized that it is the sole responsibility of the tenderer that the information provided fulfils the requirements.

DALO shall exclude a tenderer from participation in the procurement procedure if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 unless the tenderer has provided sufficient documentation that the tenderer is reliable in accordance to § 138 of the said Act. Please note that certain voluntary exclusion grounds in Directive 2014/24/EU on public procurement have been made compulsory in § 136 of the said Act.

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 Section 3 of the Danish Consolidation Act no. 593 of 2 June 2016 on the Complaints Board for Public Procurement with subsequent amendments (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Title II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, 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 Jour-nal 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 Public Procurement Act, 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 Public Procurement Act.

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:
04/05/2017
Annonce Annonce
BREAKING
{{ article.headline }}
0.047|instance-web01