Motor vehicles (примерный перевод: автомобили) (Гана - Тендер #2081918) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Гана (другие тендеры и закупки Гана) Организатор тендера: Danish Embassy in Ghana Номер конкурса: 2081918 Дата публикации: 14-09-2017 Сумма контракта: 38 110 140 (Российский рубль) Цена оригинальная: 4 800 000 (Датская крона) Источник тендера: Единая система закупок Европейского союза TED |
||
Procurement of vehicles for the tax and development programme in Ghana.
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).
Ghana.
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.
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.
Not applicable.
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.
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.
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.
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.
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.
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.
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
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