23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 079-176927
Offentliggjort
24.04.2018
Udbudstype
Offentligt udbud

Udbyder

Forsvarsministeriets Materiel -Og Indkøbsstyrelse

Opdateringer

Annullering
(05.06.2018)

Due to all offers received being non-compliant with the tender documents, the current tender procedure is cancelled. A new Contract Notice will be published shortly. Please notice that DALO will utilize this opportunity to make amendments to the tender documents.

Annullering
(05.06.2018)

Service for mobile tank and pump


Forsvarsministeriets Materiel -Og Indkøbsstyrelse

Contract notice

Services

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: KAPS - Nikolaj Lysebjerg Hansen
Telephone: +45 61245133
E-mail: niha@kammeradvokaten.dk
NUTS code: DK

Internet address(es):

Main address: www.fmi.dk

I.2) Information about joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210246&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=210246&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
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:

Service for mobile tank and pump

Reference number: 7520894
II.1.2) Main CPV code
50500000
II.1.3) Type of contract
Services
II.1.4) Short description:

DALO requires a Framework Agreement regarding service for the Danish Defence mobile tank- and pump systems. The Framework Agreement includes service for all tank trucks, drawbar- and semitrailers and mobile tank containers, including mobil tanks for aviation fuel, currently owned by the Danish Defence. The goal is to secure a flexible and fast service focusing on the mandatory inspections and repairs. The aim with the service agreement is continuously to be able to keep the Danish Defence mobile tank- and pump systems operational and reduce out of operations hours. The supplier shall be able to secure a flexible and fast service nationwide in Denmark and in relation to international operations.

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)
50000000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

DALO requires a Framework Agreement regarding service for the Danish Defence mobile tank- and pump systems. The Framework Agreement includes service for all tank trucks, drawbar- and semitrailers and mobile tank containers, including mobil tanks for aviation fuel, currently owned by the Danish Defence. The goal is to secure a flexible and fast service focusing on the mandatory inspections and repairs. The aim with the service agreement is continuously to be able to keep the Danish Defence mobile tank- and pump systems operational and reduce out of operations hours. The supplier shall be able to secure a flexible and fast service nationwide in Denmark and in relation to international operations.

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

Re. II.2.6) please note that the amount is an estimate of the expected contract value for the full duration of the framework agreement based on the current level of prices.

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.

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 (electronic version, herafter ESPD) and provide the following information in the ESPD:

Its general yearly turnover for the last financial year to the extent such information is available, cf. EPSD Part IV, Section B. If such information is not available, the candidate must document its financial stability in another way possible.

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 financial year 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 tenderer relies on the economic and financial standing of another entity or entities (e.g. 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 abovementioned 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 (e.g. a parent or sister company or a subsupplier), 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 ESPD from the entity or entities on which the tenderer relies is submitted along with the candidates / tenderers own ESPD. The entity or entities’ ESPD 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 2 000 000,00 DKK in the last financial year. 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 the last 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 candidate’s general yearly turnover and the entity or entities’ general yearly turnover in the last financial year available.

If the tenderer has not yet completed a financial year, the tenderer must document the economic stability otherwise.

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

The candidate must use the European Single Procurement Document (electronic version, herafter ESPD) and provide the following information in the ESPD:

A list 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. ESPD Part IV, Section C.

The list should preferably include a short description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the services as described in Section II.1.4) and II.2.4) including that such services are relating to mobile tanks for aviation fuel. The description should also include a description of the tenderers participation / role in the performance of the deliveries. The description should contain information on the date of the deliveries, the size and value of the deliveries, the recipients of the deliveries (specific names / countries are preferred, but not necessary; if no country specific information is included, the tenderer is asked to provide as much generic information as possible about the delivery). 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 the submission of the offer will be considered when assessing if the minimum requirement for suitability stated below is fulfilled. 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 (e.g. a parent or sister company or a subsupplier), 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 ESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own ESPD. The entity or entities’ ESPD must equally provide the information listed above.

If the tenderer relies on the educational or professional qualifications, or professional experience of another entity or entities in relation to the performance of specific aspects of the services described in Section II.1.4) and II.2.4) the specific aspects of the services shall be performed by the entity or entities on which the tenderer relies.

The tenderer will not be required to present further documentation for the technical and professional capacity (i.e. the information stated in the ESPD 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 ESPD, including details on the specified dates of the performance of the deliveries.

Minimum level(s) of standards possibly required:

The tenderer must demonstrate experience with at least two (2) similar deliveries, cf. Section II.1.4) and II.2.4), within the past three (3) years prior to the deadline for submission of the offer.

A similar delivery shall include experience with service for mobile tanks for aviation fuel.

III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
III.2.2) Contract performance conditions:

Reference is made to the tender documents regarding 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 electronic invoicing. Exact terms are 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 shall 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
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/05/2018
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:
Danish, 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: 24/05/2018
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:

The use of the ESPD is a precondition for participation in the procurement procedure, cf. § 148 of the Public Procurement Act. DALO shall require that the candidate apply the ESPD as preliminary evidence that the tenderer is not subject to the grounds of exclusion stipulated in §§ 135 and 136 of the said Act, and 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. DALO has prepared an ESPD (an XML-file) available at EU supply. DALO strongly encourages the tenderer to use this XML-file when completing the ESPD. The tenderer must upload the XML-file to this website https://ec.europa.eu/growth/tools-databases/espd/welcome where the ESPD can be completed and later exported. No other versions than the EPSD 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 ESPD, 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 EU supply. 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 candidate / tenderer from participation in the procurement procedure, if the tenderer is subject to one of the compulsory grounds for exclusion in §§ 135 and 136 of the said Act 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.

Please notice that the main part of the tender documents is in English, however the requirement specification in Appendix A.1 and the system descriptions in Appendices A.2 and A.3 are in Danish. The offer may be in either English or Danish.

If the same legal entity is a part of or in any other way participates in several offers, e.g. 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 re-serves 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.

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/klagevejledning-0

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 2.6.2016 on the Complaints Board for Public Procurement (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Chapter II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, must in accordance with § 7(2) of the Act on The Complaints Board for Public Procurement 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 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 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 email 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

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

VI.5) Date of dispatch of this notice:
23/04/2018

Send til en kollega

0.079