Fournitures - 359997-2017

14/09/2017    S176

Ghana-Accra: Véhicules à moteur

2017/S 176-359997

Avis de marché

Fournitures

Base juridique:
Directive 2014/24/UE

Section I: Pouvoir adjudicateur

I.1)Nom et adresses
Nom officiel: Danish Embassy in Ghana
Adresse postale: 67, Dr Isert Road, North Ridge, PO Box CT 596
Ville: Accra
Code NUTS: DKZ EXTRA-REGIO
Pays: Ghana
Point(s) de contact: Angela Farhat
Courriel: accamb@um.dk
Adresse(s) internet:
Adresse principale: http://ghana.um.dk
Adresse du profil d’acheteur: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281402
I.3)Communication
Les documents du marché sont disponibles gratuitement en accès direct non restreint et complet, à l'adresse: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=194016&B=KA
Adresse à laquelle des informations complémentaires peuvent être obtenues: le ou les point(s) de contact susmentionné(s)
Les offres ou les demandes de participation doivent être envoyées par voie électronique via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=194016&B=KA
Les offres ou les demandes de participation doivent être envoyées au(x) point(s) de contact susmentionné(s)
I.4)Type de pouvoir adjudicateur
Ministère ou toute autre autorité nationale ou fédérale, y compris leurs subdivisions régionales ou locales
I.5)Activité principale
Autre activité: development assistance

Section II: Objet

II.1)Étendue du marché
II.1.1)Intitulé:

Procurement of vehicles for the tax and development programme in Ghana.

Numéro de référence: F.2017-17357
II.1.2)Code CPV principal
34100000 Véhicules à moteur
II.1.3)Type de marché
Fournitures
II.1.4)Description succincte:

The procurement is part of a Danida-funded development program in Ghana. The objective of the assignment is to procure 21 specified vehicles for implementation of the Danish Tax and Development programme in Ghana, including 10 pickups with 4-wheel drive and dual cab (4 door), 5 pickups with 4-wheel drive and dual cab (4 door) for Canine Unit, and 6 saloon cars (4 door). See II.2.4).

II.1.5)Valeur totale estimée
Valeur hors TVA: 4 800 000.00 DKK
II.1.6)Information sur les lots
Ce marché est divisé en lots: non
II.2)Description
II.2.2)Code(s) CPV additionnel(s)
34113000 Véhicules à quatre roues motrices
34113200 Véhicules tout terrain
34113300 Quatre-quatre
34115200 Véhicules à moteur pour le transport de moins de dix personnes
II.2.3)Lieu d'exécution
Code NUTS: DKZ EXTRA-REGIO
Lieu principal d'exécution:

Ghana.

II.2.4)Description des prestations:

The procurement consists of:

1) 10 pickups with 4-wheel drive and dual cab (4 door): The vehicles offered should be based on the manufacturer’s current standard production model. They should be suitable for continuous and strenuous operations in general ‘On and Off’ road tropical conditions, in all areas of Ghana. They should be of sturdy construction and good quality. See Annex 1 in the tender dossier for further requirements.

2) 5 pickups with 4-wheel drive and dual cab (4 door) for Canine Unit: The vehicles offered should be based on the manufacture’s current standard production model. They should be suitable for continuous and strenuous operations in general ‘On and Off’ road tropical conditions, in all areas of Ghana. They should be of sturdy construction and good quality. Each Vehicle will be used to transport 2 working dogs in the rear cargo compartment. See Annex 2 in the tender dossier for further requirements.

3) 6 saloon cars (4 door): The vehicles offered should be based on the manufacturer’s current standard production model, which conforms as near as possible to the following specifications. Vehicles should be suitable for continuous and strenuous operations in tropical condition and for use in all areas of Ghana. See Annex 3 in the tender dossier for further requirements.

II.2.5)Critères d’attribution
Critères énoncés ci-dessous
Prix
II.2.6)Valeur estimée
Valeur hors TVA: 4 800 000.00 DKK
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 36
Ce marché peut faire l'objet d'une reconduction: non
II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

The vehicles must be delivered DAT Tema Port, Ghana Incoterms® 2010. The exact terminal in the port will be specified later by the Danish Embassy in Ghana.

Section III: Renseignements d’ordre juridique, économique, financier et technique

III.1)Conditions de participation
III.1.1)Habilitation à exercer l'activité professionnelle, y compris exigences relatives à l'inscription au registre du commerce ou de la profession
Liste et description succincte des conditions:

Not applicable.

III.1.2)Capacité économique et financière
Liste et description succincte des critères de sélection:

The tenderer must submit the European Single Procurement Document (‘ESPD’) with the following information (see uploaded Guide to the Single Procurement Document ESPD):

The tenderer's total annual turnover in the last 3 financial years available.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of economic and financial capacity.

Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

When required by the contracting authority, the tenderer must submit the following documentation of economic and financial capacity:

A statement regarding the operator's overall turnover in the last 3 financial years available, depending on the date when the operator was set up or started trading, as far as the information on these turnovers is available. For groups of operators (e.g. a consortium), the information must be submitted for each participating operator in the group. Where an operator relies on the economic and financial capacity of other entities (e.g. a parent company, sister company or a sub-contractor), the information must be submitted for these entities also.

Where an operator relies on the capacity of other entities (e.g. a parent company, sister company or a sub-contractor), regardless of the legal nature of the links between the operator and such other entities, the operator must include documentation in its tender that it will have at its disposal the resources necessary for the performance of the contract by producing an undertaking of support or other documentation that the tenderer has in fact at its disposal the required economic and financial capacity. It must be documented that the entity in question is legally obliged to the tenderer. Failing this, the contracting authority will not take into account the capacity of other entities. The contracting authority has drawn up a template for the undertaking of support for the tenderer to use.

Niveau(x) spécifique(s) minimal/minimaux exigé(s):

As a minimum requirement, a total annual turnover of at least 9 000 000 DKK is required in each of the 3 last financial years available. If the tenderer relies on the capacity of other entities, the turnover is to be calculated as the total turnover of the tenderer and such other entities in each of the 3 last financial years available. For groups of operators (e.g. a consortium), the turnover is calculated as the total turnover of the operators in each of the 3 last financial years available. The information is to be stated in section IV.B of the ESPD. Reference is made to the contracting authority's guide to the ESPD.

III.1.3)Capacité technique et professionnelle
Liste et description succincte des critères de sélection:

Using the ESPD, the tenderer should provide:

A list of the most significant comparable supplies, see sections II.1.4) and II.2.4) that the tenderer has carried out in the last 3 years before the expiry of the tender deadline depending on when the tenderer was set up or started trading.

Each reference is requested to include a brief description of the delivery performed. The delivery description should include a clear description of the supplies set out in sections II.1.4) and II.2.4) to which the delivery related and the tenderer's role(s) in the performance of the delivery. The delivery description should moreover include the financial value of the delivery (amount), the date of the delivery, and the name of the customer (recipient).

When indicating the date of the delivery, the tenderer is requested to indicate the date when the delivery was commenced and finalised. If that is not possible, e.g. if the tasks were performed on an ongoing basis under a framework agreement, the tenderer is asked to indicate in the description of the delivery how the date is specified.

No more than 5 references may be stated irrespective of whether the tenderer is a single operator, whether the tenderer relies on the technical capacity of other entities, or whether the tenderer is a group of operators (e.g. a consortium).

If more than 5 references are stated, only the first 5 references will be taken into account. Any additional references will be disregarded.

The ESPD serves as provisional documentation that the tenderer fulfils the minimum suitability requirements in respect of technical and professional capacity, see section III.1.3).

Before the decision to award the contract is made, the tenderer to whom the contracting authority intends to award the contract must submit documentation that the information stated in the ESPD is accurate.

No additional documentation of technical and professional capacity will be required from the tenderer. However, the contracting authority reserves the right to contact the tender or the customer indicated in the reference for confirmation of the information stated in the reference, including the dates of the reference indicated.

Where an operator relies on the capacity of other entities (e.g. a parent company, sister company or a sub-contractor) regardless of the legal nature of the links between the operator and such other entities, the operator must include documentation in its tender that it will have at its disposal the resources necessary for the performance of the contract by producing an undertaking of support or other documentation that the tenderer has in fact at its disposal the required technical and professional capacity. It must be documented that the entity in question is legally bound towards the tenderer. Failing this, the contracting authority will not take into account the capacity of other entities. The contracting authority has drawn up a template for the undertaking of support that the tenderer may use.

Niveau(x) spécifique(s) minimal/minimaux exigé(s):

As a minimum requirement, minimum 2 comparable supplies with a value each of minimum 1 000 000 DKK performed is required during the 3 last years.

III.2)Conditions liées au marché
III.2.2)Conditions particulières d'exécution:

The winner of the contract will be required to perform the supplies in compliance with the Danida Anti-corruption Code of Conduct and the principles of the UN Global Compact.

A group of economic operators will be required to enter a joint venture agreement. Where a joint venture is proposed, the Danish Embassy in Ghana will require that all members of the joint venture are jointly and severally liable. Furthermore the members shall establish common Quality Assurance and Business Integrity Management systems for the implementation of the contract.

Section IV: Procédure

IV.1)Description
IV.1.1)Type de procédure
Procédure ouverte
IV.1.3)Information sur l'accord-cadre ou le système d'acquisition dynamique
IV.1.6)Enchère électronique
Une enchère électronique sera effectuée
Renseignements complémentaires sur l’enchère électronique:

See Tender Document, Instructions to Tenderers section 7.8.

IV.1.8)Information concernant l’accord sur les marchés publics (AMP)
Le marché est couvert par l'accord sur les marchés publics: oui
IV.2)Renseignements d'ordre administratif
IV.2.2)Date limite de réception des offres ou des demandes de participation
Date: 17/10/2017
Heure locale: 14:00
IV.2.3)Date d’envoi estimée des invitations à soumissionner ou à participer aux candidats sélectionnés
IV.2.4)Langue(s) pouvant être utilisée(s) dans l'offre ou la demande de participation:
anglais
IV.2.6)Délai minimal pendant lequel le soumissionnaire est tenu de maintenir son offre
Durée en mois: 2 (à compter de la date limite de réception des offres)
IV.2.7)Modalités d’ouverture des offres
Date: 17/10/2017
Heure locale: 14:00

Section VI: Renseignements complémentaires

VI.1)Renouvellement
Il s'agit d'un marché renouvelable: non
VI.2)Informations sur les échanges électroniques
La facturation en ligne sera acceptée
Le paiement en ligne sera utilisé
VI.3)Informations complémentaires:

The meaning of ‘local time’ is Central European Summer Time (CEST).

Any legal entity may only submit 1 Tender. The tender and the ESPD shall be submitted electronically using the web-based tendering system provided by Kammeradvokaten following the instructions in the Tender Document. Tenders cannot be submitted using any other means. The tendering system can be accessed using the link set out in section I.3. If not already registered in the system access to the tender documents can be obtained by registering using the link ‘Online registration’. The ESPD is completed via: https://ec.europa.eu/growth/tools-databases/espd/filter?lang=da. where the Tenderer is to upload the XML file, complete it and then save it locally. It is the responsibility of the Tenderer to keep informed of questions and answers and any addenda and/or clarification published in the system in respect of this tender. In case of technical problems with the system the Tenderer can contact technical support either per e-mail: dksupport@eu-supply.com or per telephone on (+45) 70 20 80 14.

The Embassy shall exclude a Tenderer from participation in the procurement procedure where it has established that the Tenderer is covered by the exclusion grounds listed in the Danish Public Procurement Act, (Udbudsloven) §135 and §136 (EU Directive 2014/24/EU of the European Parliament and of the Council, article 57(1)-(3), and article 57 (4)(e),(f) and (h).) (i.e. Grounds relating to criminal convictions, grounds relating to the payment of taxes or social security contributions, Grounds relating to conflicts of interests or distortion of competition from the prior involvement of the economic operators in the preparation of the procurement procedure, if this cannot be remedied by other, less intrusive measures, guilty of serious misrepresentation of information).

The Embassy will exclude a Tenderer from the procurement procedure if the Tenderer is in a situation covered by the Danish Public Procurement Act §137, stk. 1, No 2. (EU Directive 2014/24/EU of the European Parliament and of the Council, article 57 (4) (b).) (i.e. Grounds relating to insolvency). Before award of contract, the Embassy will require that the Tenderer to whom it intends to award the contract presents documentation for the claims given in the ESPD proving the absence of grounds for exclusion, as stipulated in the Danish Public Procurement Act §135, stk. 1 and 3, and §137 stk. 1, no. 2. (EU Directive 2014/24/EU of the European Parliament and of the Council, article 57 (1), article 57 (2), and article 57 (4)(b)) (i.e. Grounds relating to criminal convictions, the payment of taxes or social security contributions and grounds relating to insolvency).

For Danish tenderers documentation can be in the form of a ‘serviceattest’. Entities from other EU member states may identify the relevant certificate(s) using the online platform e-Certis to the extent this has been updated. Where the country in question does not issue such documents or certificates, or where these do not cover all the cases specified, they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established.

The Embassy reserves the right — but is not obliged — to use the remedies provided for in the Danish Public Procurement Act, §159, stk. 5, if applications or tenders do not fulfil the formalities of the tender documents. (EU Directive 2014/24/EU of the European Parliament and of the Council, article 56 (3)).

Rationale for not splitting the contract up into lots (cf. Danish Public Procurement Act §49, stk. 2): This contract has not been split into lots due to market and economic considerations. The size and character of the services to be provided makes it unsuitable for distributing over several lots.

The Embassy opposes exclusive agreements with sub-consultants, be they organisations or individuals.

VI.4)Procédures de recours
VI.4.1)Instance chargée des procédures de recours
Nom officiel: Klagenævnet for Udbud (The Danish Complaints Board for Public procurement)
Adresse postale: Nævnenes Hus, Toldboden 2
Ville: Viborg
Code postal: 8800
Pays: Danemark
Courriel: klfu@naevneneshus.dk
Téléphone: +45 72405708
Adresse internet: www.erhvervsstyrelsen.dk/klagenaevnet-for-udbud
VI.4.3)Introduction de recours
Précisions concernant les délais d'introduction de recours:

Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk), the following deadlines apply to the lodging of complaints:

Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Procurement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1)(i) of the Act and section 171(2) of the Danish Public Procurement Act.

In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Danish Complaints Board for Public Procurement before the expiry of:

1) 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has entered into a contract. The deadline is calculated from the day after the day when the notice was published.

2) 30 calendar days calculated from the day after the day when the contracting authority has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a dynamic purchasing system has been entered into where the notification has included an explanation of the relevant grounds for the decision.

3) 6 months after the contracting authority entered into a framework agreement calculated from the day after the day when the contracting authority notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act.

4) 20 calendar days calculated from the day after the contracting authority has submitted notification of its decision; see section 185(2) of the Danish Public Procurement Act.

Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting authority in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill period, the complainant must furthermore indicate whether a suspensory effect of the complaint has been requested, see clause 12(1) of the Act.

The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board's own complaints procedure is available at https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.4)Service auprès duquel des renseignements peuvent être obtenus sur l'introduction de recours
Nom officiel: Konkurrence- og Forbrugerstyrelsen (The Danish Competition and Consumer Authority)
Adresse postale: Carl Jacobsens Vej 35
Ville: Valby
Code postal: 2500
Pays: Danemark
Courriel: kfst@kfst.dk
Téléphone: +45 41715000
Adresse internet: http://www.kfst.dk
VI.5)Date d’envoi du présent avis:
12/09/2017