23948sdkhjf

Fakta om udbudet

EU-nr
2017/S 089-175205
Offentliggjort
10.05.2017
Udbudstype
Udbud efter forhandling

Udbyder

DSB SOV

Vindere

Diesel EN590, B7 for Rolling Stock in Denmark (Diesel trains), delivered at 13 locations in Denmark

(28.11.2017)
Circle K
Borgmester Christiansensgade 50
2450 Copenhagen SV

Diesel EN590, B7 for rolling stock in Denmark (Diesel trains), delivered in different locations across Denmark


DSB SOV

Contract notice – utilities

Supplies

Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
DSB SOV
25 05 00 53
Telegade 2
Taastrup
2630
Denmark
Contact person: Bruno Kaae
Telephone: +45 24682517
E-mail: brunok@dsb.dk
NUTS code: DK

Internet address(es):

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

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/63264

I.2) 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=185958&B=DSB
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=185958&B=DSB
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

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

Diesel EN590, B7 for rolling stock in Denmark (Diesel trains), delivered in different locations across Denmark.

Reference number: Diesel EN590, B7
II.1.2) Main CPV code
09134220
II.1.3) Type of contract
Supplies
II.1.4) Short description:

Diesel EN 590, B7 for rolling stock in Denmark (Diesel trains), delivered by truck in different locations across Denmark.

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)
09134220
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

Diesel EN 590, B7 for rolling stock in Denmark (Diesel trains), delivered by truck in different locations across Denmark.

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: 48
This contract is subject to renewal: yes
Description of renewals:

The contract duration can be extended by two periods, each covering up to 12 months.

II.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 3
Objective criteria for choosing the limited number of candidates:

DSB will select the most suitable applicants based on the applicant's References. DSB will select the candidates, who have documented the most relevant references in relation to:

— Organisation: The type and size of organization, geographical location, geographical spread of delivery addresses of the referenced organization and how this aligns to DSB's organization.

— Services delivered by applicant: The type of the products and services delivered by the applicant to the referenced organization and how this aligns to the services required by DSB in this Tender regarding sales and delivery of diesel.

The greater the degree of comparability to DSB and the tendered contract in the references, the more relevant the applicant will be evaluated. Additionally, recent references are evaluated being more relevant than older ones.

Applicant is referred to the requirements in section III.1.3) (Technical and professional ability) to check which information should be incorporated in the reference description.

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

Extension of contract duration cf. II.2.7).

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

The applicant is required to show that the applicant is financially robust and thus able to undertake the contract. For this purpose, the applicant must submit a complete version of the European Single Procurement Document (ESPD), including Part IV, section B, which shall contain information considering the turnover, assets and the financial ratios described below.

Minimum level(s) of standards possibly required:

The applicant must have an annual turnover of at least 600 000 000 DKK in the last financial year.

The applicant must have a solvency ratio of at least 20 %. The ratio must be calculated by dividing equity with total assets (equity/total assets)*100. The applicant should state the average ratio based on the previous 3 financial years.

The applicant's total amount of assets must be at least 1 000 000 000 DKK in the last financial year.

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

The applicant must provide information on its technical and professional ability. For this purpose, the applicant must submit a complete version of the European Single Procurement Document (ESPD), including Part IV, section B, which shall contain the information requested below:

Applicant shall elaborate on its experience in delivery of Diesel EN 590 by truck by providing max five (5) references in the last three (3) years to provide DSB insight in its knowledge.

The applicant's description of the reference should include:

Information on the referenced company:

— Company name,

— Description of type and size of the referenced organization,

— An overview of the products and services that the referenced organization provides to its customers,

— Name of the country(-ies) in which the services to the referenced organization were delivered by the applicant.

Information regarding the services provided:

— An overview of the products and services delivered to the referenced organization and how they compare to the products and services that will be delivered to DSB,

— Customer satisfaction results,

— Statement whether the services were delivered independently (without subcontractors and not in a partnership) and an overview of the part of the services that where delivered by subcontractor or partner.

III.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria:

It is a requirement that the applicant is not covered by the exclusion grounds as set out in the Danish Procurement Act art. 135 and art. 136. For this purpose, the applicant must submit a complete version of the European Single Procurement Document (ESPD), including Part III, section A, B and C.

The exclusion grounds apply not only for the applicant, but for all parties applying to the prequalification, i.e. for consortiums the total group of economic operators, and if the applicant relies on other entities technical, financial or economic capabilities for all entities on which the applicant relies.

III.1.5) Information about reserved contracts
III.1.6) Deposits and guarantees required:

The tenderer will be required to provide a guarantee, the specific contents of which appears from the contract. Please see the contract in the Tender material for full description of the required guarantee.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please see the contract in the Tender material for full description of the payment terms.

III.1.8) 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 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 advisor to represent the group.

III.2) Conditions related to the contract
III.2.2) Contract performance conditions:

The supplier shall comply to the following codex in DSB:

* Code of Conduct, including that the supplier must ensure that all employees performing services in Denmark under the agreement with DSB are ensured — pursuant to ILO Convention No 94 (1955) — salary (including special payments), working hours and other working conditions, which are not less favourable than those applicable to work of same kind performed under a collective labour agreement entered into by the most representative labour market parties in Denmark within the area in question. Code of Conduct appears from the contract.

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
Negotiated procedure with prior call for competition
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: 06/06/2017
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/06/2017
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

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Medio 2021 if the contract is not extended in accordance to II.2.7).

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:

Further description concerning the request for prequalification, completion of the ESPD and documentation is included in the tender material.

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
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8000
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

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

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:

Complaints regarding prequalification covered by the utilities procurement directive must be filed The Complaints Board for Public Procurement within 20 days calculated from the day after the contracting authority has sent the notification to the the Applicants about the result of the prequalification. Complaints regarding a tender covered by the utilities procurement directive must be filed with The Complaints Board for Public Procurement within 6 months after the contracting authority published a contract award notice in the Official Journal of the European Union (with effect from the day following the publication date). The complainant must inform the contracting authority of the appeal in writing, at the latest simultaneously with the lodge of the complaint to The Complaints Board for Public Procurement. The complainant shall state whether the complaint was lodged during the standstill period. If the appeal was not lodged during the standstill period, the appellant must also state whether he requests the appeal to have a delaying effect.

VI.4.4) Service from which information about the review procedure may be obtained
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.5) Date of dispatch of this notice:
05/05/2017

Send til en kollega

0.047