23948sdkhjf

Fakta om udbudet

EU-nr
2018/S 125-284480
Offentliggjort
03.07.2018
Udbudstype
Offentligt udbud

Udbyder

Beredskabsstyrelsen

Vindere

Lot 1: Construction of Fire Engine, DS/EN 1846, Medium, Categories 1 and 2

(13.12.2018)
Ziegler Brandweertechniek bv
Industrieweg 20
9672AS Winschoten

Lot 3: Construction of Water Tender 8 000 litre, DS/EN 1846, Super, Categories 1 and 2

(13.12.2018)
Wawrzaszek ISS Sp. Z o.o. S.K.A.
Leszczynska 22
43-300 Bielsko-Biala

Opdateringer

Rettelse
(04.08.2018)

IV.2.2)
Placing the text to be modified:Time limit for receipt of tenders or requests to participate
instead of:
Date: 03-09-2018
Time: 14:00
Read:
Date: 24-09-2018
Time: 14:00

IV.2.7)
Placing the text to be modified:Conditions for opening of tenders
instead of:
Date: 03-09-2018
Time: 14:00
Read:
Date: 24-09-2018
Time: 14:00

Rettelse
(22.08.2018)

VI.3)
Placing the text to be modified:Additional information:
instead of:
Beredskab and Sikkerhed (Randers, Favrskov og Djursland) Beredskab Fyn Beredskab Øst Bornholms Brandvæsen Brand and Redning MidtVest Brand and Redning Sønderjylland Frederiksborg Brand og Redning Helsingør Beredskab Hovedstadens Beredskab LollandFalster Brandvæsen Midt- og Sydsjællands Brand and Redning Midtjysk Brand and Redning Nordjyllands Beredskab Nordsjællands Brandvæsen Nordvestjyllands Brandvæsen Slagelse Brand og Redning Sydvestjysk Brandvæsen Sydøstjyllands Brandvæsen Sønderborg Brand and Redning Trekantområdets Brandvæsen Tårnby Brandvæsen Vestsjællands Brandvæsen Østjyllands Brandvæsen Østsjællands Beredskab
Read:
With reference to III.1.2)
The following minimum requirements for the applicant's economic and financial capacity are:
— the applicant must have an annual turnover of at least 5 500 000 EUR in each of the last 3 financial years,
— applicants must have a positive equity in the last financial year.
For the purposes of the above assessment, the applicant must disclose its annual turnover in each of the last three financial years, as well as equity in the last financial year, see ESPD.
If the applicant is a group of companies, the fulfilment of the minimum requirements will be based on an estimate of the turnover and the equity as a whole for the members of the association.
If an applicant is based on another entity's financial and financial capacity, this unit's annual revenue and equity will be included in determining whether the minimum requirements are met.
With reference to III.1.3)
The following minimum requirements are set for the applicant's technical and professional capacity.
— The applicant must be able to demonstrate a minimum of 3 references proving that the applicant has made similar agreements for fire and rescue vehicles in the last 3 years. For each reference above, the applicant should indicate the recipient of the delivery, a brief description of the content of the agreement, the value of the assignment and the time /period for carrying out the task.
The Danish municipal fire and rescue services:
Beredskab and Sikkerhed (Randers, Favrskov og Djursland) Beredskab Fyn Beredskab Øst Bornholms Brandvæsen Brand and Redning MidtVest Brand and Redning Sønderjylland Frederiksborg Brand og Redning Helsingør Beredskab Hovedstadens Beredskab LollandFalster Brandvæsen Midt- og Sydsjællands Brand and Redning Midtjysk Brand and Redning Nordjyllands Beredskab Nordsjællands Brandvæsen Nordvestjyllands Brandvæsen Slagelse Brand og Redning Sydvestjysk Brandvæsen Sydøstjyllands Brandvæsen Sønderborg Brand and Redning Trekantområdets Brandvæsen Tårnby Brandvæsen Vestsjællands Brandvæsen Østjyllands Brandvæsen Østsjællands Beredskab

EU tender for construction of fire engines, fire engines (5 000 litre), water tenders (8 000 litre) and water tenders (13 000 litre)


Beredskabsstyrelsen

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1) Name and addresses
Beredskabsstyrelsen
52990319
Datavej 16
Birkerød
3460
Denmark
Contact person: Mikkel Bjerrregaard Jensen
Telephone: +45 45906403
E-mail: brs-mbjj@brs.dk
NUTS code: DK

Internet address(es):

Main address: https://permalink.mercell.com/88063744.aspx

Address of the buyer profile: http://www.beredskabsstyrelsen.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: https://permalink.mercell.com/88063744.aspx
Additional information can be obtained from another address:
Mercell Danmark A/S
Østre Stationsvej 33, Vestfløjen
Odense C
5000
Denmark
E-mail: support.dk@mercell.com
NUTS code: DK

Internet address(es):

Main address: https://permalink.mercell.com/88063744.aspx

Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/88063744.aspx
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
General public services

Section II: Object

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

EU tender for construction of fire engines, fire engines (5 000 litre), water tenders (8 000 litre) and water tenders (13 000 litre)

II.1.2) Main CPV code
34144210
II.1.3) Type of contract
Supplies
II.1.4) Short description:

The Framework Agreements is divided into 4 lots:

Lot 1: Construction of fire engine;

Lot 2: Construction of fire engine (5 000 litre);

Lot 3: Construction of water tender (8 000 litre);

Lot 4: Construction of water tender (13 000 litre).

The chassis is not included in the call for tenders.

The Framework Agreement is not exclusive and does not contain terms for minimum supply. Based on expectation the estimated volume of all the lots over a 4 year period will be around 35 000 000-42 000 000 DKK. The amount is not binding and there is no obligation to a binding volume.

The Danish Emergency Management Agency and all other authorities under the Danish Ministry of Defence may place orders via the Framework Agreements.

The Danish municipal fire and rescue services, are original parties to the Framework Agreement and are permitted to order via this Framework Agreement. See the list in the Contract Notice VI.3) and Appendix 3.

II.1.5) Estimated total value
Value excluding VAT: 39 000 000.00 DKK
II.1.6) Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title:

Lot 1: Construction of fire engine, DS/EN 1846, medium, Categories 1 and 2

Lot No: 1
II.2.2) Additional CPV code(s)
34144210
34144213
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

All of Denmark

II.2.4) Description of the procurement:

The versions of the fire engine to be used by the Danish fire and rescue services as emergency vehicles for assignments involving fire, rescue and environmental accidents are medium class, category 1 (urban) and category 2 (rural). Thus, it must be possible to deploy the vehicle in connection with all three of the following types of accident.

Examples of main assignments:

— fire in residential properties, industrial fires, fire in infrastructure, wildfires,

— fire in and accidents with means of transport, fires during transport of flammable liquids / gas,

— rescue of injured persons, release of trapped persons, support for decontamination.

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
Value excluding VAT: 11 000 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 x 1-year extensions (2 x 12 months).

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
II.2) Description
II.2.1) Title:

Lot 2: Construction of fire engine (5 000 litre), DS/EN 1846, super, Categories 1 and 2

Lot No: 2
II.2.2) Additional CPV code(s)
34144210
34144212
34144213
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

All of Denmark.

II.2.4) Description of the procurement:

The versions of fire engine, 5 000 litre, to be used by the Danish fire and rescue services as emergency vehicles for assignments involving fire, rescue and environmental accidents are super class, Category 1 (urban) and Category 2 (rural). Thus, it must be possible to deploy the vehicle in connection with all three of the following types of accident.

Examples of main assignments:

— fire in residential properties, industrial fires, fire in infrastructure, wildfires,

— fire in and accidents with means of transport, fires during transport of flammable liquids / gas,

— rescue of injured persons, release of trapped persons, support for decontamination.

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
Value excluding VAT: 15 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 x 1-year extensions (2 x 12 months).

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
II.2) Description
II.2.1) Title:

Lot 3: Construction of water tender 8 000 litre, DS/EN 1846, super, Categories 1 and 2

Lot No: 3
II.2.2) Additional CPV code(s)
34144210
34144212
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

All of Denmark.

II.2.4) Description of the procurement:

The versions of water tender (8 000 litre) to be used by the Danish fire and rescue services as emergency vehicles for assignments primarily involving fire are super class, Category 1 (urban) and Category 2 (rural).

Examples of main assignments:

— fire in residential properties, industrial fires, fire in infrastructure, wildfires,

— fire in and accidents with means of transport, fires during transport of flammable liquids.

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
Value excluding VAT: 5 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 x 1-year extensions (2 x 12 months).

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
II.2) Description
II.2.1) Title:

Lot 4: Construction of water tender 13 000 litre, DS/EN 1846, super, Categories 1 and 2

Lot No: 4
II.2.2) Additional CPV code(s)
34144210
34144212
II.2.3) Place of performance
NUTS code: DK
Main site or place of performance:

All of Denmark.

II.2.4) Description of the procurement:

The versions of water tender to be used by the Danish fire and rescue services as emergency vehicles for assignments primarily involving fire are super class, Category 1 (urban) and Category 2 (rural).

Examples of main assignments:

— fire in residential properties, industrial fires, fire in infrastructure, wildfires,

— fire in and accidents with means of transport, fires during transport of flammable liquids.

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
Value excluding VAT: 6 500 000.00 DKK
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

2 x 1-year extensions (2 x 12 months).

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

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
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5) Information about reserved contracts
III.2) Conditions related to the contract
III.2.2) Contract performance conditions:
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
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: 03/09/2018
Local time: 14:00
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
IV.2.7) Conditions for opening of tenders
Date: 03/09/2018
Local time: 14:00

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:

Beredskab and Sikkerhed (Randers, Favrskov og Djursland).

Beredskab Fyn.

Beredskab Øst.

Bornholms Brandvæsen.

Brand & Redning MidtVest.

Brand & Redning Sønderjylland.

Frederiksborg Brand og Redning.

Helsingør Beredskab.

Hovedstadens Beredskab.

Lolland-Falster Brandvæsen.

Midt- og Sydsjællands Brand and Redning.

Midtjysk Brand and Redning.

Nordjyllands Beredskab.

Nordsjællands Brandvæsen.

Nordvestjyllands Brandvæsen.

Slagelse Brand og Redning.

Sydvestjysk Brandvæsen.

Sydøstjyllands Brandvæsen.

Sønderborg Brand and Redning.

Trekantområdets Brandvæsen.

Tårnby Brandvæsen.

Vestsjællands Brandvæsen.

Østjyllands Brandvæsen.

Østsjællands Beredskab.

VI.4) Procedures for review
VI.4.1) Review body
Klagenævnet for Udbud
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: klfu@naevneneshus.dk
Fax: +45 33307799

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

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
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: kfst@kfst.dk
Fax: +45 41715100

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

VI.5) Date of dispatch of this notice:
29/06/2018

Send til en kollega

0.063