23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 034-074488
Offentliggjort
17.02.2018
Udbudstype
Resultat

Udbyder

Forsvarsministeriets Materiel- og Indkøbsstyrelse

Coach transportation service


Forsvarsministeriets Materiel- og Indkøbsstyrelse

Contract award notice

Results of the procurement procedure

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Forsvarsministeriets Materiel- og Indkøbsstyrelse
16-28-71-80
Lautrupbjerg 1-5
Ballerup
2750
Denmark
Contact person: Martin Sigsgaard
Telephone: +45 72814224
E-mail: fmi-id-slu04@mil.dk
NUTS code: DK

Internet address(es):

Main address: https://www.ethics.dk/ethics/eo#/29eb6416-e905-4431-90b5-dbfaa8d20735/homepage

Address of the buyer profile: www.fmi.dk

I.2) Joint procurement
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:

Coach transportation service

II.1.2) Main CPV code
60140000
II.1.3) Type of contract
Services
II.1.4) Short description:

The purpose of this tender is to establish framework agreement concerning commercial transportation service in relation to coach transportation — primarily in Denmark. The service is a supplement to The Danish Defence's own capabilities.

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: 16 000 000.00 DKK
II.2) Description
II.2.1) Title:
II.2.2) Additional CPV code(s)
60000000
60100000
60130000
60170000
60172000
II.2.3) Place of performance
NUTS code: DK
II.2.4) Description of the procurement:

DALO is in charge of entering a framework agreement that meets the Danish Defence’s demand for domestic and international transportation of personnel by coach. The transportation entails soldiers with and without equipment (including weapons and ammunition), office staff, bands with musical instruments and VIP transport.

The framework agreement tendered is non‐exclusive, as DALO has its own coaches.

As well as the option of booking coaches via a current framework agreement covering military exercises. Accordingly, if transportation of passengers is needed in connection with a specific military exercise, the current framework agreement or DALO’s own coaches will be used.

The framework agreement encompassed by this tender is thus a supplement to DALO`s own capacity. The routes may be of short or long distances throughout Denmark as well as international voyages. Some bookings will encompass return trips and others will be single trips. Sometimes there may be need for coaches to remain on site but normally DALO expects the supplier to perform tasks for other entities in the interim.

Every year DALO has events which require coaches with service to and from an event as well as shuttle coaches in a given area.

JMTO (Joint Movement and Transportation Organization) is responsible for all coordination, ordering and billing of personnel transport by coaches.

II.2.5) Award criteria
Quality criterion - Name: Administration, quality and functionality / Weighting: 50 %
Price - Weighting: 50 %
II.2.11) Information about options
Options: yes
Description of options:

The framework agreement includes an option for DALO to extend the framework.

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

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. For further information see the "additional information" document available at the URL address in section I.3).

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
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.2.8) 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

Title:

Coach transportation services

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
01/11/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Papuga Bus A/S
27199992
Lundahl Nielsens Vej 1
Vejle
7100
Denmark
NUTS code: DK0
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 16 000 000.00 DKK
Total value of the contract/lot: 16 000 000.00 DKK
V.2.5) Information about subcontracting

Section V: Award of contract

Title:

Coach transportation services

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
01/11/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Københavns Bustrafik Aps
27286577
Bådehavnsgade 38
København SV
2450
Denmark
NUTS code: DK0
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 16 000 000.00 DKK
Total value of the contract/lot: 16 000 000.00 DKK
V.2.5) Information about subcontracting

Section V: Award of contract

Title:

Coach transportation services

A contract/lot is awarded: yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:
01/11/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Egons turist- & minibusser a/s
Slagelse
Denmark
NUTS code: DK0
The contractor is an SME: yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 16 000 000.00 DKK
Total value of the contract/lot: 16 000 000.00 DKK
V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information:

DALO demands that the tenderer and each of the legal entities whose capacities the tenderer relies on undertake joint and several liability for the performance of the contract.

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

DALO shall exclude a 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.

For further information regarding this procurement, please see the enclosed document “Additional information to Contract Notice”.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for udbud (The Complaints Board for Public Procurement)
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 72405708
E-mail: klfu@naevneneshus.dk

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

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 with subsequent amendments (available at www.retsinformation.dk), the following time limits for filing a complaint apply:

Complaints regarding public procurements and decisions subject to Title II or III of the Public Procurement Act, which does not concern a candidate not being invited to tender, 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 Jour-nal 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 deci-sion 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 stand-still period, cf. § 6(4) of the Act on The Complaints Board for Public Procurement. If the complaint has not been lodged in the stand-still 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 (The Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk

Internet address:www.kfst.dk

VI.5) Date of dispatch of this notice:
16/02/2018

Send til en kollega

0.046