Passenger cars (№24316610)

02 jul

Номер: 24316610

Страна: Уганда

Источник: TED

Зарегиструйтесь

Поделиться:

Ссылка на первоисточник

Для просмотра ссылки на первоисточник Вам надо зарегистрироваться

Дата публикации


02-07-2021

Описание


  1. Section I
    1. Name and addresses
      Embassy of Denmark in Uganda
      Plot 3, Lumumba Avenue
      Kampala
      Uganda
      E-mail: [email protected]
    2. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    3. Main activity:
      Other activity: Development assistance
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Vehicles for the Uganda Country Programme

        Reference number: 2020-11051
      2. Main CPV code:
        34110000, 34113000, 34114400, 34113000
      3. Type of contract:
        Supplies
      4. Short description:

        The Danish Embassy in Uganda requires the delivery of vehicles for its engagements in Northern Uganda under the Northern Uganda Resilience Initiative (NURI) programme and the Democratic Governance Facility (DGF) which covers all the regions in the country.

        The contract has been divided into three lots: (1) Double Cabin Pickups, (2) Minibuses, and (3) Sport Utility Vehicles (SUVs).

        In order to ensure that vehicles are provided on market terms, the contracting authority will for each lot enter into two parallel framework agreements (with the two tenderers who submitted the most and second most economically advantageous tender during the procurement procedure), and reopen competition between the two suppliers.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:

        Double Cabin Pickups for the Uganda Country Programme

      2. Additional CPV code(s):
        34113000
      3. Place of performance:
      4. Description of the procurement:

        The Customer will procure nine (9) vehicles for NURI of the Double-Cabin Pickup type. In addition, the Customer expects to procure fifteen (15) vehicles during the contract period of the Double-Cabin Pickup type. The number of vehicles (and the total value of the framework agreements) are only estimated and not guaranteed by the Customer. Thus, the Customer does not guarantee that the number of vehicles or the estimated total value is correct or that the actual expenditure will correspond to the estimated total value.

        The vehicles will be used in all types of terrain in Uganda, including in remote areas on rough and muddy gravel roads. The vehicles should be suitable for continuous and strenuous operations in general ‘on and off’ road in tropical conditions, in all areas of Uganda. The vehicles should be of sturdy construction and good quality.

        The vehicles must be the manufacturer’s production models that are offered for sale to the public, and able to be legally driven on public roads (street legal).

        Upon delivery, the vehicles must be new and unused.

      5. Award criteria:
        Quality criterion - Name: Environmental impact / Weighting: 25
        Quality criterion - Name: Warranty / Weighting: 25
        Price - Weighting: 50
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
      9. Title:

        Minibuses for the Uganda Country Programme

      10. Additional CPV code(s):
        34114400
      11. Place of performance:
      12. Description of the procurement:

        The Customer expects to procure ten (10) vehicles during the Contract Period of the Minibus type. The number of vehicles (and the total value of the framework agreements) are only estimated and not guaranteed by the Customer. Thus, the Customer does not guarantee that the number of vehicles or the estimated total value is correct or that the actual expenditure will correspond to the estimated total value.

        The vehicles will be used in all types of terrain in Uganda, including in remote areas on rough and muddy gravel roads. The vehicles should be suitable for continuous and strenuous operations in general ‘on and off’ road in tropical conditions, in all areas of Uganda. The vehicles should be of sturdy construction and good quality.

        The vehicles must be the manufacturer’s production models that are offered for sale to the public, and able to be legally driven on public roads (street legal).

        Upon delivery, the vehicles must be new and unused.

      13. Award criteria:
        Quality criterion - Name: Environmental impact / Weighting: 25
        Quality criterion - Name: Warranty / Weighting: 25
        Price - Weighting: 50
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:
      17. Title:

        Sport Utility Vehicles (SUVs) for the Uganda Country Programme

      18. Additional CPV code(s):
        34113000
      19. Place of performance:
      20. Description of the procurement:

        The Customer expects to procure fifteen (15) vehicles during the Contract Period of the Sport Utility Vehicle (SUV) type. The number of vehicles (and the total value of the framework agreements) are only estimated and not guaranteed by the Customer. Thus, the Customer does not guarantee that the number of vehicles or the estimated total value is correct or that the actual expenditure will correspond to the estimated total value.

        The vehicles will be used in all types of terrain in Uganda, including in remote areas on rough and muddy gravel roads. The vehicles should be suitable for continuous and strenuous operations in general ‘on and off’ road in tropical conditions, in all areas of Uganda. The vehicles should be of sturdy construction and good quality.

        The vehicles must be the manufacturer’s production models that are offered for sale to the public, and able to be legally driven on public roads (street legal).

        Upon delivery, the vehicles must be new and unused.

      21. Award criteria:
        Quality criterion - Name: Environmental impact / Weighting: 25
        Quality criterion - Name: Warranty / Weighting: 25
        Price - Weighting: 50
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Restricted procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2021/S 037-091880
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Lot No: 1
      Title:

      Double Cabin Pickups for the Uganda Country Programme

    2. Award of contract
      1. Date of conclusion of the contract: 2021-06-28
      2. Information about tenders:
        Number of tenders received: 4
        Number of tenders received from SMEs: 3
        Number of tenders received from tenderers from other EU Member States: 0
        Number of tenders received from tenderers from non-EU Member States: 4
        Number of tenders received by electronic means: 4
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Motorcare Uganda Ltd
        Plot 95, Jinja Road
        Kampala
        12704
        Uganda
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):


      5. Information about subcontracting:

        Contract No: 2
        Lot No: 1
        Title:

        Double Cabin Pickups for the Uganda Country Programme

      6. Award of contract
        1. Date of conclusion of the contract: 2021-06-28
        2. Information about tenders:
          Number of tenders received: 4
          Number of tenders received from SMEs: 3
          Number of tenders received from tenderers from other EU Member States: 0
          Number of tenders received from tenderers from non-EU Member States: 4
          Number of tenders received by electronic means: 4
          The contract has been awarded to a group of economic operators: no
        3. Name and address of the contractor:
          Toyota Uganda Ltd
          Plot 668, First Street, Kampala Industrial and Business Park, Namanve
          Kampala
          0256
          Uganda
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):


        5. Information about subcontracting:

          Contract No: 3
          Lot No: 2
          Title:

          Minibuses for the Uganda Country Programme

        6. Award of contract
          1. Date of conclusion of the contract: 2021-06-28
          2. Information about tenders:
            Number of tenders received: 4
            Number of tenders received from SMEs: 3
            Number of tenders received from tenderers from other EU Member States: 1
            Number of tenders received from tenderers from non-EU Member States: 3
            Number of tenders received by electronic means: 4
            The contract has been awarded to a group of economic operators: no
          3. Name and address of the contractor:
            Motorcare Uganda Ltd
            Plot 95, Jinja Road
            Kampala
            12704
            Uganda
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):


          5. Information about subcontracting:

            Contract No: 4
            Lot No: 2
            Title:

            Minibuses for the Uganda Country Programme

          6. Award of contract
            1. Date of conclusion of the contract: 2021-06-28
            2. Information about tenders:
              Number of tenders received: 4
              Number of tenders received from SMEs: 3
              Number of tenders received from tenderers from other EU Member States: 1
              Number of tenders received from tenderers from non-EU Member States: 3
              Number of tenders received by electronic means: 4
              The contract has been awarded to a group of economic operators: no
            3. Name and address of the contractor:
              Toyota Uganda Ltd
              Plot 668, First Street, Kampala Industrial and Business Park, Namanve
              Kampala
              0256
              Uganda
              The contractor is an SME: no
            4. Information on value of the contract/lot (excluding VAT):


            5. Information about subcontracting:

              Contract No: 5
              Lot No: 3
              Title:

              Sport Utility Vehicles (SUVs) for the Uganda Country Programme

            6. Award of contract
              1. Date of conclusion of the contract: 2021-06-28
              2. Information about tenders:
                Number of tenders received: 3
                Number of tenders received from SMEs: 2
                Number of tenders received from tenderers from other EU Member States: 0
                Number of tenders received from tenderers from non-EU Member States: 3
                Number of tenders received by electronic means: 3
                The contract has been awarded to a group of economic operators: no
              3. Name and address of the contractor:
                Toyota Uganda Ltd
                Plot 668, First Street, Kampala Industrial and Business Park, Namanve
                Kampala
                0256
                Uganda
                The contractor is an SME: no
              4. Information on value of the contract/lot (excluding VAT):

                Total value of the contract/lot: 522 824.00 EUR
              5. Information about subcontracting:

          7. Section VI
            1. Additional information

              The tender procedure is governed by Danish law and the rules applicable hereunder.

              An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/54435/the-public-procurement-act.pdf

              For each lot, the contracting authority has awarded framework agreements to the two tenderers who submitted the most and second most economically advantageous tender.

              For lot 3, only one tender complied with the requirements in the procurement documents. As a result, the contracting authority will not be able reopen competition between two suppliers for the award of contracts under the framework agreement.

              Economic operators will not receive remuneration for their participation in the procedure.

            2. Procedures for review
              1. Review body
                Klagenævnet for Udbud
                Toldboden 2
                Viborg
                8800
                Denmark
                Telephone: +45 72405600
                E-mail: [email protected]
              2. Body responsible for mediation procedures

              3. Service from which information about the review procedure may be obtained

                Actions regarding regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:

                — 30 calendar days from the day after the contracting authority has notified the economic operators that a contract based on a framework agreement with reopening of competition has been entered into, or

                — 6 months from the day after the contracting authority has notified the economic operators of the decisions regarding award of a framework agreement.

                Complaint guidelines (in English) can be found at: https://naevneneshus.dk/media/9802/complaint-guidelines.pdf

                Konkurrence- og Forbrugerstyrelsen
                Carl Jacobsens Vej 35
                Valby
                2500
                Denmark
                Telephone: +45 41715000
                E-mail: [email protected]
            3. Date of dispatch of this notice
              2021-06-28