23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 149-340867
Offentliggjort
04.08.2018
Udbudstype
Udbud efter forhandling

Udbyder

Færgeselskabet Læsø K/S

Opdateringer

Annullering
(30.01.2019)

Request for participation and ESPD:
Instructions on request for participation and detailed information on objective criteria for choosing the limited number of candidates are given in the document “Instructions_on_Request_for_Participation.pdf”, available as part of the public tender documentation.
Instructions to tenderers:
Detailed description of award criteria and evaluation of award criteria relevant for selected candidates are described in the document “Instructions_to_Tenderers.pdf”, available as part of the public tender documentation.

New Laesoe Ferry


Færgeselskabet Læsø K/S

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Færgeselskabet Læsø K/S
Havnepladsen 1
Læsø
9940
Denmark
Contact person: Lars Simon Rieks
Telephone: +45 30365040
E-mail: direktoer@laesoe-line.dk
NUTS code: DK050

Internet address(es):

Main address: https://www.laesoe-line.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://www.laesoe-line.dk/tender_documents_and_specifications
Additional information can be obtained from another address:
OSK-ShipTech
Balticagade 15
Aarhus
8000
Denmark
Contact person: Lars Nedergaard
Telephone: +45 86178099
E-mail: mail@osk-shiptech.com
NUTS code: DK042

Internet address(es):

Main address: http://www.osk-shiptech.com

Tenders or requests to participate must be submitted to the following address:
OSK-ShipTech
Balticagade 15
Aarhus
8000
Denmark
Contact person: Lars Nedergaard
Telephone: +45 86178099
E-mail: mail@osk-shiptech.com
NUTS code: DK042

Internet address(es):

Main address: http://osk-shiptech.com

I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object

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

New Laesoe Ferry

Reference number: 170580
II.1.2) Main CPV code
34512100
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Domestic ferry with open ro-ro car deck for the route Frederikshavn — Laesoe

II.1.5) Estimated total value
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: DK050
Main site or place of performance:

Delivered at the Ferry Landings in Frederikshavn and Laesoe

II.2.4) Description of the procurement:

Domestic ferry with open ro-ro car deck for the route Frederikshavn — Laesoe. Approximate main dimensions:

— Length overall 111.2 m,

— Breadth mld. 18.8 m,

— Depth mld. 6.05,

— Summer draught 4.05 m.

Approximate car capacity: 188 passenger car units on main deck and hoistable decks.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 20
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 5
Objective criteria for choosing the limited number of candidates:

Assessment of economical, financial, technical and professional capacity is solely based on information

Provided by the company in the ESPD. see “Instructions_on_Request_for_Participation.pdf"

Economic operator must confirm, that the Economic operator is not subject to any of the reasons for exclusion.

Economic operator must fill in ESPD according to the detailed instructions, see “Instructions_on_Request_for_Participation.pdf"

Other topics not subject to exclusion are weighted as shown with percentage in parentheses as follows:

a) General yearly turnover (10%);

b) Specific yearly turnover (5%);

c) Liable Equity (10%);

d) Financial ratios (5%);

e) Standard & Poors country risk rating (10%);

f) References (20%);

g) Risk of late delivery (10%);

h) Production facilities and qualifications (20%);

i) Quality management (5%);

j) Environmental management (5%).

Detailed information on criteria and evaluation of information as provided in the ESPD is provided in the document “Instructions_on_Request_for_Participation.pdf"

II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: yes
Description of options:

Option 1: Dual-Fuel (LNG/Diesel) Hybrid-Electric propulsion system;

Option 2: Diesel-Hybrid-Electric propulsion (medium speed engines);

Option 3: Diesel-Hybrid-Electric propulsion (high speed engines).

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

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
List and brief description of conditions:

ESDP Part III, Exclusion grounds, section A, B and C must be filled in.

III.1.2) Economic and financial standing
List and brief description of selection criteria:

“ESPD Part IV: Selection criteria, Section B: Economic and financial standing" to be filled in according to “Instructions_on_Request_for_Participation.pdf"

Minimum level(s) of standards possibly required:

If all information as required is not available for new companies, at least liable equity and revenue since establishment must be informed.

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

“ESPD Part IV: Selection criteria, Section C: Technical and professional ability" and “ESPD Part IV: Selection criteria, Section D: Quality assurance schemes and environmental management standards" to be filled in according to “Instructions_on_Request_for_Participation.pdf"

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

Conditions of contract as stated in the tender documents.

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
Competitive procedure with negotiation
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 03/09/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 14/09/2018
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: 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:

Request for participation and ESPD:

Instructions on request for participation and detailed information on objective criteria for choosing the limited number of candidates are given in the document “Instructions_on_Request_for_Participation.pdf", available as part of the public tender documentation.

Instructions to Tenderers:

Detailed description of award criteria and evaluation of award criteria relevant for selected candidates are described in the document “Instructions_to_Tenderers.pdf", available as part of the public tender documentation.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud
Langelinie Allé 17
København Ø
2100
Denmark
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
VI.5) Date of dispatch of this notice:
02/08/2018

Send til en kollega

0.047