Fakta om udbudet
EU-nr
2015/S 007-007530
Offentliggjort
12.01.2015
Udbudstype
Offentligt udbud
Bestilling af materiale
Addresse
http://permalink.mercell.com/48487187.aspx
Indlevering af tilbud
Til
10.03.2015 Kl. 12:00
Addresse
http://permalink.mercell.com/48487187.aspx
Udbyder
Danish Defence Acquisition and Logistics Organisation (DALO)
Vindere
Wheel loader backhoes — Arctic Commando
(20.06.2015)
Nicolaisen & Larsen A/S
Holmegade 58
6990 Ulfborg
Wheel loader backhoes — Arctic Commando
Danish Defence Acquisition and Logistics Organisation (DALO)
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)
Name, addresses and contact point(s)
Danish Defence Acquisition and Logistics Organisation (DALO)
Lautrupbjerg 1
For the attention of: Jesper Enemark
2750 Ballerup
DENMARK
Telephone: +45 72572241
E-mail: fmt-id-s219@mil.dk
Internet address(es):
Electronic access to information: http://permalink.mercell.com/48487187.aspx
Electronic submission of tenders and requests to participate: http://permalink.mercell.com/48487187.aspx
Further information can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/48487187.aspx
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/48487187.aspx
Tenders or requests to participate must be sent to: Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
5000 Odense C
DENMARK
E-mail: support.dk@mercell.com
Internet address: http://permalink.mercell.com/48487187.aspx
I.2)
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)
Main activity
Defence
I.4)
Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)
Description
II.1.1)
Title attributed to the contract by the contracting authority:
Wheel loader backhoes — Arctic Commando.
II.1.2)
Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Lager Danmark/Skrydstrup.
NUTS code DK0
II.1.3)
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)
Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 000 000 and 8 000 000 DKK
II.1.5)
Short description of the contract or purchase(s)
The contract concerns a framework agreement for acquisition of wheel loader backhoes (WLB) for use by Arctic Command in Greenland. The initial planned purchase concerns 4 - 7 WLB, including spare parts and training of personnel. The WLBs will be used for clearing away ice and snow, excavating earth and rocks and for moving various objects. The WLBs will operate on Danish Defence establishments in Greenland, in severe climatic conditions with low temperatures.
II.1.6)
Common procurement vocabulary (CPV)
43200000, 43250000
II.1.7)
Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)
Lots
This contract is divided into lots: no
II.1.9)
Information about variants
Variants will be accepted: no
II.2)
Quantity or scope of the contract
II.2.1)
Total quantity or scope:
The framework agreement concerns the acquisition of approximately 4 - 7 wheel loader backhoes, including spare parts and training of personnel.
II.2.2)
Information about options
Options: no
II.2.3)
Information about renewals
This contract is subject to renewal: no
II.3)
Duration of the contract or time limit for completion
Starting 1.4.2015. Completion 30.3.2019
Section III: Legal, economic, financial and technical information
III.1)
Conditions relating to the contract
III.1.1)
Deposits and guarantees required:
If prepayments are made, an on-demand guarantee from a recognized financial institution must be presented. The financial institution has to be approved by DALO.
III.1.2)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Reference is made to the tender documents with regard to the payment terms. Invoicing must be done in accordance with the at any time applicable Danish legislation on public payments. At present this is the Danish consolidation act. no. 798 of June 2007 which demands that invoicing must be done electronically. Exact terms will be stated in the contract.
III.1.3)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required. If the order 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.1.4)
Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)
Conditions for participation
III.2.1)
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: When submitting the bids the tenderes must submit a solemn declaration stating to which degree the tenderer has fulfilled its obligations relating to the payment of direct and indirect taxes and social security contributions in accordance with the legal provisions of the country in which the candidate is established and in Denmark in accordance with Consolidation Act no. 336 of 13. May 1997 regarding public payments. A form that the tenderers can use will be submitted with the tender material.
III.2.2)
Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The 3 latest annual reports or a declaration stating the annual turnover for the last 3 financial years available, insofar information on such turnovers is available. The three latest published annual reports or a declaration stating the candidate s solvency 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 3 financial years. 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 tenderer shall have had an annual turnover of at least 1 500 000 EUR in each of the preceding 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 the Contract Notice was published).
Regarding the solvency ratio, the tenderer shall have had a solvency ratio of at least 10, for each of the preceding 3 financial years.
III.2.3)
Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
A list of the most important similar deliveries carried out over the past 3 years regarding similar deliveries. The list should preferably include: — A description of each delivery, including when it was carried out —The size and value of the deliveries — The recipients of the deliveries (specific names/countries need not necessarily be included) — Whether the delivered wheel loader backhoes have been used in Arctic conditions. 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 tenderer shall demonstrate that during the past 3 years, deliveries of at least 15 Wheel loader backhoes have been concluded.
III.2.4)
Information about reserved contracts
III.3)
Conditions specific to services contracts
III.3.1)
Information about a particular profession
III.3.2)
Staff responsible for the execution of the service
Section IV: Procedure
IV.1)
Type of procedure
IV.1.1)
Type of procedure
Open
IV.1.2)
Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)
Reduction of the number of operators during the negotiation or dialogue
IV.2)
Award criteria
IV.2.1)
Award criteria
Lowest price
IV.2.2)
Information about electronic auction
An electronic auction will be used: no
IV.3)
Administrative information
IV.3.1)
File reference number attributed by the contracting authority:
IV.3.2)
Previous publication(s) concerning the same contract
no
IV.3.3)
Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)
Time limit for receipt of tenders or requests to participate
10.3.2015 - 12:00
IV.3.5)
Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)
Language(s) in which tenders or requests to participate may be drawn up
Danish. English.
Other: Supporting documents may be submitted in other languages.
IV.3.7)
Minimum time frame during which the tenderer must maintain the tender
IV.3.8)
Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)
Additional information
Re. Section III.2) According to directive 2004/18, art. 47(2) and art. 48(3) and directive 2009/81, art. 41(2) and 42(2), a candidate may rely on the economic, financial and/or technical capacity of other entities, regardless of the legal nature of the links with the entities. If a candidate wants to rely on other entities and wishes that the capacity of other entities is included when establishing the suitability of the candidate, the candidate must prove that the other entities will and shall put the relevant resources at the disposal of the candidate. For instance this is fulfilled if the candidate submits a co-operation agreement clearly stating that the candidate has the relevant resources at its disposal (conversely, it is not sufficient to submit a declaration stating that the candidate is entitled to sell products on behalf of another entity if the candidate wishes to rely on the capacity of this other entity).
When submitting contact details the candidates are encouraged to submit as much information as possible and preferable also the e-mail address of the candidate s contact person.
VI.4)
Procedures for appeal
VI.4.1)
Body responsible for appeal procedures
Klagenævnet for Udbud
Dahlerups Pakhus, Langelinie Allé 17
2100 København Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: www.klfu.dk
Fax: +45 33307799
VI.4.2)
Lodging of appeals
VI.4.3)
Service from which information about the lodging of appeals may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
Fax: +45 41715100
VI.5)
Date of dispatch of this notice:
8.1.2015