An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
294829-2017 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: Forsvarsministeriets Materiel- og Indkøbsstyrelse
Official name: Forsvarsministeriets Materiel- og Indkøbsstyrelse
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK Danmark
Postal code: 2750
Country: Denmark
Contact person: Martin Porsborg-Smith
E-mail: fmi-id-sma11@mil.dk
Telephone: +45 41740616
Internet address(es):
Main address: www.fmi.dk
I.5.
Main activity
Defence
Defence
II.1.1.
Title
Roadside Assistance.
II.1.2.
Main CPV code
50118000 Automobile emergency road services
50118000 Automobile emergency road services
II.1.3.
Type of contract
Services
Services
II.1.5.
Estimated total value
Value excluding VAT: 5 000 000,00 DKK
Value excluding VAT: 5 000 000,00 DKK
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
34144220 Breakdown vehicles
34144220 Breakdown vehicles
II.2.3.
Place of performance
NUTS code: DK Danmark
II.2.6.
Estimated value
Value excluding VAT: 5 000 000,00 DKK
Value excluding VAT: 5 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
Duration in months: 48
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 25/08/2017 Local time: 13:00
Date: 25/08/2017 Local time: 13:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
26/07/2017
26/07/2017
Languages and formats
Notice
Official language
294829-2017 - CompetitionSee the notice on TED website 
294829-2017
294829-2017 - CompetitionDenmark-Ballerup: Automobile emergency road services
OJ S 143/2017 28/07/2017
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: Forsvarsministeriets Materiel- og Indkøbsstyrelse
Official name: Forsvarsministeriets Materiel- og Indkøbsstyrelse
National registration number: 16-28-71-80
Postal address: Lautrupbjerg 1-5
Town: Ballerup
NUTS code: DK Danmark
Postal code: 2750
Country: Denmark
Contact person: Martin Porsborg-Smith
E-mail: fmi-id-sma11@mil.dk
Telephone: +45 41740616
Internet address(es):
Main address: www.fmi.dk
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/af885366-832f-4556-a57a-b84860b7c8fb/homepage
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.ethics.dk/ethics/eo#/af885366-832f-4556-a57a-b84860b7c8fb/homepage
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4.
Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5.
Main activity
Defence
Defence
Section II: Object
II.1.
Scope of the procurement
II.1.1.
Title
Roadside Assistance.
II.1.2.
Main CPV code
50118000 Automobile emergency road services
50118000 Automobile emergency road services
II.1.3.
Type of contract
Services
Services
II.1.4.
Short description
The Danish Defence Acquisition and Logistics Organization is putting the acquisition of Roadside Assistance up for tender.
II.1.5.
Estimated total value
Value excluding VAT: 5 000 000,00 DKK
Value excluding VAT: 5 000 000,00 DKK
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
34144220 Breakdown vehicles
34144220 Breakdown vehicles
II.2.3.
Place of performance
NUTS code: DK Danmark
II.2.4.
Description of the procurement
The goal of the agreement is to provide roadside assistance for both civil and military wheeled vehicles with a total weight up to 110 tons, including:
— Personal vehicles,
— Vans,
— Busses,
— Trucks,
— Trucks for Heavy Haulage,
— Small vehicles e.g. motorcycles and ATV's,
— Trailers (O1 and O2),
— Trailers (O3 and O4).
The tenderer shall provide roadside assistance on ordinary roadways and on rare occasions gravelled roadways.
The obligations in the agreement include Denmark (excluding Greenland and the Faroe Islands) and Europe — possibly via subcontractors.
In 2016 DALO called for 572 assistances. Vehicles with a total weight up to and including 3 500 kg constituted 89 % of the performed assistance in 2016. 570 assistances were conducted in Denmark and 2 assistances were conducted abroad.
DALO believes that the number of assistances in 2016 is unusually high, and estimates approximately 400 assistances per year.
The Danish Defense and DEMA operate a variety of vehicles and have approximately 20 000 users, of various backgrounds. It is essential that the Suppliers personnel take charge of the situation at the scene when called upon.
II.2.5.
Award criteria
Criteria below
Criteria below
Price
II.2.6.
Estimated value
Value excluding VAT: 5 000 000,00 DKK
Value excluding VAT: 5 000 000,00 DKK
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
Duration in months: 48
This contract is subject to renewal: no
II.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: no
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
The framework agreement is not divided into lots on the grounds that a division of the contract would not ensure a sufficient competition in the current market.
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.
Section III: Legal, economic, financial and technical information
III.1.
Conditions for participation
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
The tenderer must use the European Single Procurement Document (hereafter ESPD — electronic version eESPD) and provide the following information in the eESPD:
Its general yearly turnover for the last 3 financial years to the extent such information is available, cf. Part IV, section B.
Its equity ratio (calculated by dividing the /tenderer's equity with the tenderer's total assets (equity/total assets x 100) at the end of the last 3 financial years, to the extent such information is available, cf. Part IV, section B.
Upon request from DALO the tenderer must submit the following documentation:
Annual reports or excerpts hereof or other documentation stating the tenderer's general yearly turnover for the last 3 financial years if publication of annual reports is required under the law of the country in which the tenderer is established, and to the extent such information is available. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.
Annual reports or excerpts hereof or other documentation stating the tenderer's equity ratio (calculated by dividing the tenderer's equity with the tenderer's total assets (equity/total assets x 100) at the end of the last 3 financial years, to the extent such information is available. When groups of entities (e.g. consortiums), including temporary joint ventures, participate in the tender procedure together, the documentation must be provided for each of the participating entities. If the tenderer relies on the economic and financial standing of another entity or entities (e.g. a parent or sister company or a sub supplier), the documentation must equally be provided for each entity or entities.
Be advised that DALO at any time during the procurement procedure can request that the tenderer presents the above mentioned documentation if this is deemed necessary to secure that the procurement procedure is conducted correctly. In this situation, DALO will set an appropriate time limit for the submission of the documentation.
Please note that a tenderer may rely on the economic and financial standing of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an eESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own eESPD. The entity or entities' eESPD must equally provide the information listed above.
Minimum level(s) of standards possibly required:
The tenderer must have had a general yearly turnover of at least 10 000 000 DKK in each of the last 3 financial years. If the turnover is not stated in said currency, DALO will calculate the turnover based on the official ex-change rate on the date this notice was published.
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the general yearly turnover is calculated as the sum of all the participants' general yearly turnover in each of the last 3 financial years available.
If the tenderer relies on the economic and financial standing of an entity or entities, the general yearly turnover will be calculated as the sum of the tenderer's general yearly turnover and the entity or entities' general yearly turnover in each of the last 3 financial years available.
The tenderer must have had an equity ratio of at least 5 percent for each the last 3 financial years. The equity ratio is calculated by dividing the tenderer's equity with the tenderers total assets (equity/total assets x 100).
If the tenderer is composed of a group of entities (e.g. consortium), including temporary joint ventures, the equity ratio is calculated by dividing the sum of all the participants' equities with the sum of all the participants' total assets (sum of equity/sum of total assets x 100) in each of the last 3 financial years available.
If the tenderer relies on the economic and financial standing of an entity or entities, the equity ratio is calculated by dividing the sum of the tenderer's and the entity or entities' equity with the sum of the tenderer's and the entity or entities' total assets (sum of equity/sum of total assets x 100) in each of the 3 financial years available.
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
The tenderer must use the European Single Procurement Document (hereafter ESPD — electronic version eESPD) and provide the following information in the eESPD:
A list of the most important similar deliveries (references), cf. section II.1.4) and II.2.4), carried out within the past 3 (three) years, prior to the deadline for the submission of the offer, cf. Part IV, section C.
The list should preferably include a description of each delivery. The description should include a clear indication of which specific parts of the deliveries that are similar to the services as described in section II.1.4) and II.2.4). The description should also include a description of the tenderers participation/role in the performance of the deliveries. The description should contain information on the date of the deliveries, the size and value of the deliveries, the recipients of the deliveries (specific names/countries are preferred, but not necessary; if no country specific information is included, the tenderer is asked to provide as much generic information as possible about the delivery). When specifying the date for the deliveries, the tenderer should state the date of commencement and completion. If this is not possible, e.g. because the delivery in question is performed on an ongoing basis according to a framework agreement, the description of the deliveries should nonetheless contain information on how the date is set.
Only the deliveries (references) performed at the time of the deadline for submission of the offer will be considered when assessing if the minimum requirement for suitability stated below is fulfilled. If the delivery in question is ongoing, it is only the part of the services performed and completed at the time of the deadline for the submission of the offer which will be included in the assessment of the delivery.
The list must contain a maximum of 10 previous deliveries whether the tenderer is one entity, composed of a group of entities (e.g. consortium), including temporary joint ventures or relies on the technical and professional capacity of other entities. If the list contains more than 10, DALO will only consider the first 10 deliveries on the list. Deliveries beyond this numberwill be disregarded.
A tenderer may rely on the technical and professional capacity of other entities (e.g. a parent or sister company or a sub supplier), irrespective of the legal nature of the relations between the tenderer and the entity or entities on which the tenderer relies. In this case, the tenderer shall ensure that an eESPD from the entity or entities on which the tenderer relies is submitted along with the tenderers own eESPD. The entity or entities' eESPD must equally provide the information listed above.
If the tenderer relies on the educational or professional qualifications, or professional experience of another entity or entities in relation to the performance of specific aspects of the services described in section II.1.4) and II.2.4), the specific aspects of the services shall be performed by the entity or entities on which the tenderer relies.
Minimum level(s) of standards possibly required:
The tenderer must demonstrate experience with facilitating roadside assistance within each of the past 3 years. For each of the past 3 years, the tenderer must have facilitated as a minimum 1 000 separate assistances, divided among the types stated in II.2.4. Furthermore, the tenderer must demonstrate to have experience with fleet operators, by having at least 3 service agreements within the past 3 years covering fleets of more than 200 vehicles each.
III.2.
Conditions related to the contract
III.2.2.
Contract performance conditions
Reference is made to the tender documents regarding payment terms. Invoicing must be done in accordance with the applicable Danish legislation on public payments. At present, this is Danish consolidation act. no. 798 of June 2007 which requires electronic invoicing. Exact terms are stated in the contract.
No particular legal form is required. If the contract is awarded to a group of suppliers (e.g. a consortium), the participants shall undertake joint and several liabilities and to appoint one supplier to represent the group.
The framework agreement must be conducted in consideration of social responsibility (CSR) and it contains a labour clause, please see Appendix B for further information.
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Open 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
Framework agreement with a single operator
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 25/08/2017 Local time: 13:00
Date: 25/08/2017 Local time: 13:00
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
English
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)
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7.
Conditions for opening of tenders
Date: 25/08/2017 Local time: 13:05
Date: 25/08/2017 Local time: 13:05
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
This is a recurrent procurement: no
VI.3.
Additional information
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 the tenderer fulfils 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 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 must be 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, the tenderer 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 fulfils 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 of the European Parliament and of the Council 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
Official name: Klagenævnet for udbud
Official name: Klagenævnet for udbud
Postal address: Nævnenes Hus, Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@@nævneneshus.dk
Telephone: +45 72405708
Internet address: http://erhvervsstyrelsen.dk/klagenaevnet-for-udbud.
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 Journal 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 decision 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
Official name: Konkurrence- og forbrugerstyrelsen
Official name: Konkurrence- og forbrugerstyrelsen
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk
VI.5.
Date of dispatch of this notice
26/07/2017
26/07/2017

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies