23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 082-158390
Offentliggjort
27.04.2017
Udbudstype
Resultat

Udbyder

A/S Storebælt

Acquisition of 2 road-rail preparedness vehicles


A/S Storebælt

Contract award notice

Results of the procurement procedure

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
A/S Storebælt
Vester Søgade 10
København V
1601
Denmark
Contact person: Charlotte Yun Linde
Telephone: +45 33416245
E-mail: udbud@sbf.dk
NUTS code: DK0

Internet address(es):

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

I.2) Joint procurement
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 2 road-rail preparedness vehicles.

II.1.2) Main CPV code
34621200
II.1.3) Type of contract
Supplies
II.1.4) Short description:

A/S Storebælt is planning to purchase 2 road-rail preparedness vehicles.

Further information is available under Section II.2.4).

II.1.6) Information about lots
This contract is divided into lots: no
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: 890 000.00 EUR
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
34144000
II.2.3) Place of performance
NUTS code: DK02
II.2.4) Description of the procurement:

A/S Storebælt is planning to purchase 2 road-rail preparedness vehicles. The vehicles shall be equipped with standard trays for loading of a 20” extended container which is already in use. The container is not part of the tender.

The vehicles will be part of an emergency preparedness system and will be used in emergency incidents on both road and rail, including the railway in the tunnel and on the bridge. It is important to take into account the harsh salty and windy environment which the vehicles must be designed to cope with.

The vehicles shall be constructed for railway use according to EN 15746 or equivalent and shall be CE marked in accordance with the EU directive. Prior to delivery, the vehicles shall have achieved a permanent approval for operation on the lines of Banedanmark.

Furthermore, the road-rail preparedness vehicles shall be in accordance with DS/EN 1846-2 “Fire-fighting and Rescue Service Vehicles” or equivalent.

Each vehicle shall have a maximum total weight of 24.

II.2.5) Award criteria
Price
II.2.11) Information about options
Options: no
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 identical road-rail preparedness vehicles.

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.1.6) 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
Notice number in the OJ S: 2016/S 162-292213
IV.2.8) Information about termination of dynamic purchasing system
IV.2.9) Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
21/03/2017
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 0
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
SaZ s.r.o
Koupelni 3908/6
Hodonin
695 01
Czech Republic
NUTS code: CZ0
The contractor is an SME: no
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 890 000.00 EUR
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

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

VI.4.2) Body responsible for mediation procedures
There is no body responsible for mediation procedures
x
Denmark
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
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:
26/04/2017

Send til en kollega

0.047