SUPPLY PROCUREMENT NOTICE

Size: px
Start display at page:

Download "SUPPLY PROCUREMENT NOTICE"

Transcription

1 1. Publication reference SUPPLY PROCUREMENT NOTICE EuropeAid/135065/DH/SUP/MULTI 2. Procedure International open invitation to tender 3. Programme Supply of Armoured Vehicles Common Foreign and Security Policy (CFSP) and Instrument contributing to Stability and Peace (IcSP) 4. Financing CFSP and IcSP budget (respectively chapter and of the general budget of the European Union). EEAS budget and the budget of CSDP military operations (ATHENA mechanism). 5. Contracting authority European Commission, on its own behalf and on behalf of persons or entities entrusted with the implementation of specific actions (Heads of Mission of CSDP - Civilian Crisis Management Operations (CCMOs) and European Union Special Representatives (EUSRs)), pursuant to Title V of the Treaty on European Union, and on behalf and account for the European External Action Service (EEAS) and its Delegations as well as for the CSDP military operations (ATHENA mechanism). The specific contracts governed by the framework contract will either be concluded by the Commission, CSDP mission, EUSR, EEAS or the ATHENA mechanism. 6. Description of the contract CONTRACT SPECIFICATIONS The objective of the inter-institutional call for tender is to conclude a framework contract for the supply and delivery as well as commissioning, maintenance and after-sale service of large armoured 4x4 off-road vehicles (Lot 1) and for the supply and delivery as well as commissioning, maintenance and after-sale service of medium sized armoured 4x4 off-road vehicles (Lot 2) to Civilian Crisis Management Operations (CCMOs), European Union Special Representatives (EUSRs), IcSP operations and operations under the responsibility of the Service for Foreign Policy Instruments, to the Offices of the Humanitarian Aid and Civil Protection department of the European Commission (ECHO), EU Delegations and CSDP military operations, wherever they are located. Delivery will also be requested to the EEAS Headquarter (HQ) in Brussels. The contract will include the requirement to establishment and maintain a stock of 15 (fifteen) large armoured 4x4 off-road vehicles (Lot 1) and a stock of 15 (fifteen) medium sized armoured 4x4 off-road vehicles (Lot 2) available for rapid delivery to any new or existing CCMO, EUSR, IcSP operations and operations under the responsibility of the Service for Foreign Policy Instruments, Delegation, ECHO Offices, CSDP Military Operations, EEAS HQ or CSDP Warehouse.

2 The framework contract(s) will be concluded between the Commission and the successful tenderer(s). The framework contract(s) will be implemented through specific contracts and order forms to be concluded between the successful tenderer (contractor) and either the Commission, on its own behalf, or by persons or entities entrusted with the implementation of specific actions (Heads of Mission of CSDP CCMOs and EUSRs), pursuant to Title V of the Treaty on European Union. Specific contracts might also be signed by the EEAS or by CSDP military operations (ATHENA) on their own behalf and budget. Specific Contracts might also be concluded between the successful tenderer and entities managing actions under the IcSP and the other instruments under the responsibility of the Service for Foreign Policy Instruments. 7. Number and titles of lots Lot 1: Lot 2: large armoured vehicles, 4x4 off-road and medium seized armoured vehicles, 4x4 off-road, 8. Eligibility and rules of origin TERMS OF PARTICIPATION Participation is open on a global basis to all legal persons participating either individually or in a grouping (consortium) of tenderers. No restriction applies to the origin of the supplies. 9. Grounds for exclusion 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 point of the Practical Guide to contracts procedures for EU external actions. 10. Number of tenders Tenderers may submit only one tender per lot. Tenders for parts of the contract will not be considered. 11. Tender guarantee Not applicable 12. Performance guarantee The successful tenderer will be asked to provide a performance guarantee of 10% of the amount of the specific contracts governed by the framework contract. This guarantee must be provided together with the return of the countersigned specific contract no later than 30 days after the tenderer receives the specific contract signed by the Contracting Authority. If the selected tenderer fails to provide such a guarantee within this period, the specific contract will be void. 13. Information meeting and/or site visit Site visits might be considered at any time to company headquarters and production facilities. Any incorrect regarding information from tenderers regarding the place of production of cars or registered office might lead to the exclusion of the tender. 14. Tender validity 2

3 Tenders must remain valid for a period of 90 days after the deadline for submission of tenders. 15. Period of implementation The framework contracts will be concluded for an initial period of 2 years followed by two possible automatic extensions of one year bringing the total maximum duration to 4 years. Specific contracts must be signed before the expiry of the framework contract and the deliveries must take place at the latest within 6 months following the signature of the specific contract. The normal period for the implementation of the specific contracts will depend on the number of the vehicles to be supplied. It will be specified in the orders implementing the framework contract. 16. Selection criteria SELECTION AND AWARD CRITERIA The following selection criteria will be applied to tenderers. In the case of tenders submitted by a consortium, these selection criteria will be applied to the consortium as a whole: 1) Economic and financial capacity of tenderer (based on inter alia item 3 of the Tender Form for a Framework Supply Contract) (a) the average annual turnover of the tenderer for the last 3 financial years must exceed ,00 EURO. The tenderer should provide the balance sheets or extract from balance sheets for at least 3 years for which accounts have been closed, where publication of the balance sheet is required under the company law of the country in which the economic operator is established. 2) Professional capacity of tenderer (based on inter alia items 4 and 5 of the Tender Form for a Framework Supply Contract) (a) Manpower and staff capacity: The tenderer has had a minimum of 20 staff employed in the last three years. Professional qualifications and experience of relevant staff must be given indicating, in particular: contractor s managerial, logistic, import-export department organization and technical staff responsible for the goods to be supplied. (item 4.1.of the Tender Form) (b) After-sales service capacity: The tenderer is able to provide, either directly or through authorised local agents, after-sales services, spare parts, engineering and repair service in the areas and regions of the world were operations, missions and delegations, the endusers of the armoured vehicles, are located or will be located (see point 6 above). (item 4.2. of the Tender Form) (c) Manufacture and export: the tenderer is registered as a company authorised to manufacture, put into service and export armoured cars. (item 4.3. of the Tender Form) (d) Manufacture quality-control: The tenderer is able to provide quality assurance certificates issued by officially recognised quality-control institutes or official departments which state that the manufactured armour-plated vehicles comply with certain specifications or standards. (ISO 9001 Certification or equivalent documentary proof) (item 4.3. of the Tender Form). 3) 3) Technical capacity of tenderer (based on inter alia items 5 and 6 of the Tender Form for a Supply Framework Contract) 3

4 (a) Manufacture capacity: The tenderer has a proven capacity to manufacture at least 10 armour-plated vehicles per month. (items 6.1. and 6.2 of the Tender Form) (b) Delivery capacity: The tenderer has a proven capacity to manufacture and deliver, under normal conditions to the regions in the world where CCMOs and EUSRs (see point 6) are located or might be located in the future (world-wide), to ECHO offices, to EU Delegations, to IcSP operations and operations under the responsibility of the Service for Foreign Policy Instruments, to the EEAS HQ or CSDP Warehouse, 25 vehicles within a period of 3 months understood as a timeline from the signature of the Specific contracts/orders to the final destination. (item 6.3. of the Tender Form). (c) Level of quality: the tenderer has the capacity and the systems in place to ensure the level of quality and the standards and norms of the proposed vehicles. (item 6.4.of the Tender Form) (d) Organizational capacity to arrange transport: The tenderer has the capacity to arrange normal and rapid transport of vehicles in a cost effective way to the areas and regions mentioned under point 6) above. (item 6.5. of the Tender Form) (e) Stock capacity: the tenderer has the capacity and is committed to stock 15 standard armoured vehicles ready for use for lot 1 or 15 standard armoured vehicles ready for use for lot 2 for the rapid deployment to any destination. If the tenderer tenders for lot 1 and lot 2, tenderers must have the capacity to stock 15 standard armoured vehicles ready for use for lot 1 and 15 standard armoured vehicles ready for use for lot 2 for rapid deployment to any destination. The tenderer has also appropriate tools to report relevant information about the stock variations to Contracting Authority on monthly basis. (item 6.6. of the Tender Form) (f) Online Order Management System: the tenderer is committed to provide the European Commission a secure online access within 6 weeks after the signature of the framework contract at no extra charges. A website, or similar, where it is possible 24/7/365 to login with password and username to see a weekly updated status of stock of vehicles, orders and deliveries, quantities and prices of goods, transportation costs, the accumulated total sum of expenses/turnover through the framework contract as well as the time needed for each order from the moment of signature of the order form until the moment of provisional acceptance. A possibility to easily print and extract (excel and pdf) the data has to be included. A detailed description of the project of the webpage or the presentation of existing webpage has to be presented with the submission of this tender. The Commission undertakes to handle all the provided information in the strictest confidence. An economic operator may rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Under the same conditions, a consortium of economic operators may rely on the capacities of members of the consortium or of other entities. However, the contractor will retain the full responsibility for the quality and delivery of the vehicles and will have to provide the same guarantees and warranty as for those vehicles manufactured with his own resources. 17. Award criteria The award criterion is the price. The contract will be awarded to the tenderer with a technically compliant offer and the lowest price. 4

5 Only tenders with the price in Euro ( ) will be accepted. Contracts will be awarded lot by lot. Discounts offered by the tenderer in case of being awarded with both lots (2 contracts) will not be taken into account. TENDERING 18. How to obtain the tender dossier The tender dossier is available from the following Internet address: &searchtype=rs&aofr= The tender dossier is also available from the Contracting Authority. Tenders must be submitted using the Tender Form for a Supply Contract included in the tender dossier (annex D). The format and instructions must be strictly observed. Tenderers may submit questions in writing to the following address up to 21 days before the deadline for submission of tenders, specifying the publication reference and the contract title (EuropeAid/135065/DH/SUP/Multi Armoured Vehicles) and the Lot number: European Commission Service for Foreign Policy Instruments Unit FPI.3 - CFSP Operations For the attention of Robert Krengel, Head of Unit Office: EEAS 1/296 B-1049 Brussels, Belgium Fax: FPI-3-TENDERS@ec.europa.eu The Contracting Authority must reply to all tenderers' questions at least 11 days before the deadline for submission of tenders. Eventual clarifications to the tender dossier shall be published on the EuropeAid website at &searchtype=rs&aofr= Deadline for submission of tenders 17:30 hrs Central European Time (GMT + 1 hour) on 20 May 2014 at the following address of the Commission s central mail department: European Commission Service for Foreign Policy Instruments FPI.3 For the attention of Robert Krengel, Head of Unit Office EEAS 1/296 Avenue du Bourget 1 B-1140 Brussels (Evere) Belgium If the tenders are hand delivered (please respect the opening hours) they should be delivered to the following address: 5

6 European Commission Service for Foreign Policy Instruments FPI.3 For the attention of Robert Krengel, Head of Unit Office EEAS 1/296 Avenue du Bourget 1 B-1140 Brussels (Evere) Belgium A receipt must be obtained as proof of submission, signed and dated by the official in the Commission's central mail department who took delivery. The department is open from to Monday to Fridays. It is closed on Saturdays, Sundays and Commission holidays. Any tender received after this deadline will not be considered. 19. Tender opening session 10:00 hrs Central European Time on 22 May Venue: European Commission, Service for Foreign Policy, EEAS building, Rue de la Loi/Wetstraat 242, 1049 Brussels. 20. Language of the procedure All written communications for this tender procedure and contract must be in English. All documents and certificates in other languages must be accompanied by a translation in English. 21. Legal basis Council joint actions establishing EU crisis management operations or appointing EU Special Representatives. Regulation (EC) No 1717/2006 of the European Parliament and the Council of 15 November 2006 establishing an Instrument for Stability. COUNCIL DECISION 2011/871/CFSP of 19 December 2011 ATHENA mechanism COUNCIL REGULATION (EC) No 1257/96 of 20 June 1996 concerning humanitarian aid 6