435200-2018 - Konkurrensutsättning

Meddelandevy

Sammanfattning

2018-OJS192-435200-sv
I.1.
Namn och adresser
Officiellt namn: Lower-Danube-vally Water Directorate
Postadress: Szécheny I. u. 2/c.
Ort: Baja
Postnummer: 6500
Land: Ungern
Internetadress(er):
Upphandlande myndighet: http://www.aduvizig.hu/
Ytterligare upplysningar kan erhållas från:
Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17.
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
Förfrågningsunderlag och kompletterande handlingar (inklusive dokument för en konkurrenspräglad dialog eller ett dynamiskt inköpssystem) kan erhållas från:
Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17.
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
Anbud eller anbudsansökningar ska skickas: Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17. 2nd floor, 10. Hungary
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
II.1.6.
Gemensam terminologi vid offentlig upphandling (CPV-kod(er))
43260000 Gräv-, last- och gruvmaskiner
Beskrivning
Gräv-, last- och gruvmaskiner.
IV.3.4.
Sista datum för mottagande av anbud eller anbudsansökningar
5.12.2018 - 14:00
IV.3.6.
Språk som får användas i anbud eller anbudsansökningar
engelska.

Språk och format

Officiellt språk (Signerad pdf)

BG
CS
DA
DE
EL
ES
ENHämta den signerade pdf-filen
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGHämta pdf-filen
CSHämta pdf-filen
DAHämta pdf-filen
DEHämta pdf-filen
ELHämta pdf-filen
ESHämta pdf-filen
ENHämta pdf-filen
ETHämta pdf-filen
FIHämta pdf-filen
FRHämta pdf-filen
GAHämta pdf-filen
HRHämta pdf-filen
HUHämta pdf-filen
ITHämta pdf-filen
LTHämta pdf-filen
LVHämta pdf-filen
MTHämta pdf-filen
NLHämta pdf-filen
PLHämta pdf-filen
PTHämta pdf-filen
ROHämta pdf-filen
SKHämta pdf-filen
SLHämta pdf-filen
SVHämta pdf-filen

Maskinöversättning i html-format

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Meddelande

Aktuellt språkHjälpikon
2018-OJS192-435200-sv
435200-2018 - KonkurrensutsättningUngern-Baja: Gräv-, last- och gruvmaskiner
OJ S 192/2018 05/10/2018
Meddelande om upphandling
Varor

Direktiv 2004/18/EG

Avsnitt I: Upphandlande myndighet

I.1.
Namn och adresser
Officiellt namn: Lower-Danube-vally Water Directorate
Postadress: Szécheny I. u. 2/c.
Ort: Baja
Postnummer: 6500
Land: Ungern
Internetadress(er):
Upphandlande myndighet: http://www.aduvizig.hu/
Ytterligare upplysningar kan erhållas från:
Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17.
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
Förfrågningsunderlag och kompletterande handlingar (inklusive dokument för en konkurrenspräglad dialog eller ett dynamiskt inköpssystem) kan erhållas från:
Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17.
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
Anbud eller anbudsansökningar ska skickas: Officiellt namn: Első Magyar Közbeszerzési Tanácsadó Zrt.
Postadress: Andrássy út 17. 2nd floor, 10. Hungary
Ort: Budapest
Postnummer: 1061
Land: Ungern
Kontaktperson: Első Magyar Közbeszerzési Tanácsadó Zrt.
Att: Ms. Éva Molnár dr.
E-post: drmolnareva@mkbt.eu
Fax: +36 17930640
Internetadress: www.mkbt.eu
I.2.
Typ av upphandlande myndighet
Departement eller annan central, regional eller lokal statlig myndighet
I.3.
Huvudsaklig verksamhet
Miljö
Annan: Water Directorate
I.4.
Tilldelning på andra upphandlande myndigheters vägnar
Den upphandlande myndigheten handlar på andra upphandlande myndigheters vägnar: nej

Avsnitt II: Upphandlingens föremål

II.1.
Beskrivning
II.1.1.
Den upphandlande myndighetens benämning på upphandlingen
Supply of Water Work Construction Machinery for the Lower Danube Valley Water Directorate (Aduvizig), Hungary
II.1.2.
Typ av kontrakt och plats för utförande eller leverans
Varor
Huvudsaklig plats för byggnation/anläggning eller utförande: Baja, Hungary.
Nuts-kod HU331 Bács-Kiskun
II.1.3.
Information om ramavtal eller dynamiskt inköpssystem
Meddelandet omfattar ett offentligt kontrakt
II.1.4.
Information om ramavtal
II.1.5.
Kort beskrivning av upphandlingen eller inköpet/inköpen
Supply of the following water work construction machinery for the Lower DanubeValley Water Directorate (Aduvizig), Hungary:
— mobile excavator (with knuckle boom) 1 pc,
— telescopic loader, 1 pc.
II.1.6.
Gemensam terminologi vid offentlig upphandling (CPV-kod(er))
43260000 Gräv-, last- och gruvmaskiner
II.1.7.
Information om avtalet om offentlig upphandling
Upphandlingen omfattas av avtalet om offentlig upphandling: ja
II.1.8.
Delar
Kontraktet är uppdelat i flera delar: nej
II.1.9.
Information om alternativa anbud
Alternativa anbud accepteras: nej
II.2.
Upphandlingens omfattning
II.2.1.
Total mängd eller omfattning
— mobile excavator (with knuckle boom) 1 pc,
— telescopic loader, 1 pc.
II.2.2.
Information om optioner
Option: nej
II.2.3.
Information om förlängning
Detta kontrakt kan förlängas: nej
II.3.
Kontraktets löptid eller tidsram för slutförande
Antal dagar: 108 (fr.o.m. tilldelningen av kontraktet)

Avsnitt III: Juridisk, ekonomisk, finansiell och teknisk information

III.1.
Villkor för kontraktet
III.1.1.
Begärda säkerheter och garantier
Tender guarantee: No tender guarantee is required.
Performance Guarantee: The successful tenderer will be asked to provide a performance guarantee of 5 % of the amount of the contract at the signing of the contract. This guarantee must be provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
III.1.2.
Huvudvillkor för finansiering och betalning och/eller hänvisning till de föreskrifter där dessa framgår
III.1.3.
Rättslig form som den grupp ekonomiska aktörer som tilldelas kontraktet ska anta
III.1.4.
Villkor för fullgörande av kontrakt
III.2.
Villkor för deltagande
III.2.1.
Behörighet att utöva yrkesverksamheten i fråga, inklusive krav på registrering i yrkes- eller handelsregister
En förteckning över och kortfattad beskrivning av kraven: Eligibility and rules of origin: Participation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium — of tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable Instrument under which the contract is financed /see also heading VI.3.)6 below. Participation is also open to international organisations.
All supplies under this contract must originate in one or more of these countries.
Please be aware that after the United Kingdom's withdrawal from the EU, the rules of access to EU procurement procedures of economic operators established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procure.
Grounds for exclusions: tenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in in Section 2.6.10.1 of the Practical Guide. Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.
III.2.2.
Ekonomisk och finansiell kapacitet
En förteckning över och kortfattad beskrivning av kraven: Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract). The successful tenderer will be asked to submit the proofs of his declarations as specified in the tender dossier. In case of tenderer being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed.
Capacity-providing entities.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
Eventuella minimistandardnivåer: The selection criteria for each tenderer are as follows:
Criteria for legal persons:
1) The average annual turnover of the tenderer for the last 3 years for which accounts have been closed must exceed the total value of its financial proposal;
2) Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium, this criterion must be fulfilled by each member.
Criteria for natural persons:
1) The available financial resources of the tenderer must exceed the total value of her/his financial proposal;
2) The financial situation of the tenderer should not be in deficit, taken into account debts, within the 12 months preceding the deadline for submission of the tenders in this procedure.
III.2.3.
Teknisk kunskap och yrkeskunskap
En förteckning över och kortfattad beskrivning av kraven:
The professional capacity of tenderer is based on i.a. items 4 and 5 of the tender form for a supply contract. The successful tenderer will be asked to submit the proofs of his declarations as specified in the tender dossier.
Technical capacity of tenderer is based on i.a. items 5 and 6 of the tender form for a supply contract. The reference period which will be taken into account will be the last 3 years from submission deadline. This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary
Evidence (similarly to projects completed) also detailing its value.
Capacity-providing entities.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other entities it must prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the Contracting Authority.
With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required.
Eventuella minimistandardnivåer:
Professional capacity of tenderer.
Criteria for legal persons:
At least 2 staff currently employed and have been employed during the past 2 years on permanent basis for the tenderer in field of selling construction machines.
Criteria for natural persons:
She/he is currently working and was working during the past 2 years as manager/team-leader or private entrepreneur in the field of selling construction machines.
Technical capacity of tenderer.
Criteria for legal and natural persons:
The tenderer has delivered earthmover machines with a budget of at least 100 000 EUR (excl. VAT) within the period 5.12.2015 – 5.12.2018.
III.2.4.
Information om reserverade kontrakt
III.3.
Särskilda villkor för tjänstekontrakt
III.3.1.
Information om en viss yrkesgrupp
III.3.2.
Personal som ska ansvara för utförandet av kontraktet

Avsnitt IV: Förfarande

IV.1.
Typ av förfarande
IV.1.1.
Typ av förfarande
Öppet
IV.1.2.
Upplysningar om begränsningar av antalet kandidater som inbjuds
IV.1.3.
Uppgifter om minskning av antalet lösningar eller anbud under förhandlingarna eller dialogen
IV.2.
Tilldelningskriterier
IV.2.1.
Tilldelningskriterier
Lägsta pris
IV.2.2.
Information om elektronisk auktion
En elektronisk auktion kommer att användas: nej
IV.3.
Administrativ information
IV.3.1.
Den upphandlande myndighetens referensnummer för ärendet
HUSRB/1601/11/0001 BABECA - Supply
IV.3.2.
Tidigare offentliggörande angående detta förfarande
Förhandsmeddelande
Meddelandenummer i EUT: 2017/S 192-394666 av den 6.10.2017
IV.3.3.
Villkor för att erhålla förfrågningsunderlag och kompletterande handlingar eller beskrivande handling
IV.3.4.
Sista datum för mottagande av anbud eller anbudsansökningar
5.12.2018 - 14:00
IV.3.5.
Uppskattat datum för avsändande av inbjudan till utvalda kandidater att lämna anbud eller delta
IV.3.6.
Språk som får användas i anbud eller anbudsansökningar
engelska.
IV.3.7.
Minimiperiod under vilken anbudsgivaren är bunden av sitt anbud
Antal dagar: 90 (fr.o.m. angivet datum för mottagande av anbud)
IV.3.8.
Anbudsöppning
Datum: 5.12.2018 - 14:15
Plats:

H-1061 Budapest, Andrássy Str. 17. 2nd floor 10. Hungary

Avsnitt VI: Kompletterande upplysningar

VI.1.
Är detta en återkommande upphandling
VI.2.
Information om EU-medel
Kontraktet är knutet till projekt och/eller program som finansieras med EU-medel: ja
Projektnummer eller referens: Interreg-IPA CBC Hungary-Serbia Programme: HUSRB/1601/11/0001 BABECA - The complex water
Management development of the area of the Baja-Bezdan Canal
VI.3.
Kompletterande upplysningar
1) The rules of the tender procedure:

For this tender procedure the rules of the PRAG Practical Guide (Procurement And Grants for EuropeanUnion external actions — A Practical Guide Applicable as of 2 August 2018) for international open supply tender procedures shall be applied. For full information about procurement procedures please consult the Practical Guide and its annexes, which can be downloaded from the following web page: http://ec.europa.eu/europeaid/prag/document.do

2) Number of tenders:
Tenderers may submit only one tender. Tenders for parts if the supplies will not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier;
3) Information meeting and/or site visit:
No information meeting is planned;
4) Tender validity:
Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Contracting Authority may, before the validity period expires, requests that tenderers extend the validity of tenders for a specific period (see para 8.2 of the instructions to tenderers);
5) How to obtain the tender dossier:

The tender dossier is available from the following Internet address: http://kozzetetel.mkbt.eu/. The tender dossier is also available from the Contracting Authority. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and instructions must be strictly observed. Clarifications may be sought from the Contracting Authority at the following email address drmolnareva@mkbt.eu, at the latest 21 days before the deadline for submission of applications stated at the point 6 below. Clarifications will be published on the TED website and on http://kozzetetel.mkbt.eu/ at the latest 11 days before the deadline;

6) Deadline for submission of tenders:
The tenderer's attention is drawn to the fact that there are 2 different systems for sending tenders, either by post or private mail service, or by hand delivery. In the first case, the tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip (it is recommended to use registered mail in case the postmark would not be readable), but in the second case it is the acknowledgment of receipt given at the time of the delivery of the tender which will serve as proof.
The deadline is: 14:00 Central European Time on the 5.12.2018. Any tender received by the Contracting Authority after this deadline will not be considered. The Contracting Authority may, for reasons of administrative efficiency, reject any tender submitted on time to the postal service but received, for any reason beyond the Contracting Authority's control, after the effective date of approval of the evaluation report, if accepting tenders that were submitted on time but arrived late would considerably delay the evaluation procedure (for instance when applications or tenders are received after the evaluation committee has finished its works and evaluating them would imply recalling the evaluation committee) or jeopardise decisions already taken and notified;
7) How tenders may be submitted:
Tenders must be submitted in English exclusively to the Contracting Authority in a sealed envelope:
— either by post or by courier service, in which case the evidence shall be constituted by the postmark or the date of the deposit slip, to:

Éva Molnár dr. Első Magyar Közbeszerzési Tanácsadó Zrt. on behalf of the Lower Danube Valley Water Directorate (ADUVIZIG) H-1061 Budapest, Andrássy Str. 17. 2nd floor 10. Hungary,

— or hand delivered by the participant in person or by an agent directly to the premises of the Contracting Authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to: Éva Molnár dr., between 9 AM till 5 PM Első Magyar Közbeszerzési Tanácsadó Zrt. on behalf of the Lower Danube Valley Water Directorate (Aduvizig) H-1061 Budapest, Andrássy Str. 17. 2nd floor 10. Hungary The contract title and the Publication reference must be clearly marked on the envelope containing the tender and must always be mentioned in all subsequent correspondence with the Contracting Authority. Tenders submitted by any other means will not be considered. By submitting a tender candidates accept to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the Contracting Authority sends it to the electronic address referred to in the tender;

8) VAT: The prices of the supplies shall be given excluding VAT in the tender;
9) Legal basis: Regulation (EU) No. 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-accession Assistance (IPA II).
Commission Implementing Regulation (EU) No. 447/2014 of May 2014 on the specific rules for implementing Regulation (EU) No. 231/2014 of the European Parliament and of the Council establishing an Instrument for Pre-accession Assistance (IPA II) (hereinafter referred to as the IPA Implementing Regulation);
Regulation (EU) No. 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action.
The European Commission’s Decision C(2015) 9488 on 15.12.2015 which relies on the Regulation (EC) No. 231/2014 of the European Parliament and of the Council and the Commission Implementing Regulation (EU) No. 447/2014 (IPA II Implementing Regulation).
10) Taking into account the fact that payment of the contract is from the subsidy awarded for the implementation of the project “Babeca”, the Contracting Authority may terminate the contract, even after the Contractor has commenced performance if the EU contribution is withdrawn in full or is reduced in the extent that the implementation of the project becomes impossible or if any regulatory provision concerning the project prevents its execution.
In this case, the Contracting Authority is obliged to disclose the reasons and justifications for the decision on terminating the contract in a written legal declaration with the Contractor.

11) This is the repeated procedure for Lot 1: loader and excavator of the tender titled supply of water work construction machinery for the Lower Danube Valley Water Directorate (Aduvizig), Hungary, publication reference: 2017/S 230-480464

VI.4.
Överprövningsförfaranden
VI.4.1.
Behörigt organ vid överprövning
VI.4.2.
Överprövning
VI.4.3.
Organ som kan lämna information om överprövning
VI.5.
Datum då meddelandet sänts
3.10.2018