23948sdkhjf

Fakta om udbudet

EU-nr
2015/S 126-230114
Offentliggjort
03.07.2015
Udbudstype
Offentligt udbud

Udbyder

Ministry of Foreign Affairs of Denmark, Danida

Procurement of Motorcycles — Uganda.


Ministry of Foreign Affairs of Denmark, Danida

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

Ministry of Foreign Affairs of Denmark, Danida
Asiatisk Plads 2
For the attention of: Kiri Kirk Petersen
1448 Copenhagen
DENMARK
Telephone: +45 33920000
E-mail: danidacontracts@um.dk

Internet address(es):

General address of the contracting authority: http://www.danidacontracts.um.dk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: Ministry of Foreign Affairs of Denmark
Asiatisk Plads 2
Contact point(s): Varemodtagelsen
For the attention of: Kiri Kirk Petersen
1448 Copenhagen K
DENMARK
Telephone: +45 33920000
E-mail: danidacontracts@um.dk
Fax: +45 33920780
Internet address: http://um.dk

I.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity
Other: development cooperation
I.4) Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Procurement of Motorcycles — Uganda.
II.1.2) Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Uganda.

NUTS code DKZZZ

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4) Information on framework agreement
II.1.5) Short description of the contract or purchase(s)
The Recovery and Development of Northern Uganda Component of the U-Growth II Programme provides agricultural extension services to 2 400 farmer groups in West-Nile and Acholi Sub-regions. The agricultural extension officers and their supervisors will be provided with motorcycles so that they can visit the farmer groups on a regular basis. In January 2016 80 agricultural extension officers and 7 agricultural extension supervisors will be recruited and a total of 87 motorcycles are therefore needed. The motorcycles will be used for three years.
II.1.6) Common procurement vocabulary (CPV)

75211200, 34410000

II.1.7) Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8) Lots
This contract is divided into lots: no
II.1.9) Information about variants
Variants will be accepted: no
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
87 motorcycles.
Estimated value excluding VAT: 1 300 000 DKK
II.2.2) Information about options
Options: no
II.2.3) Information about renewals
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion
Starting 1.9.2015. Completion 15.1.2017

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Requirements will appear in the tender dossier.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Financing conditions and payment arrangements will appear in the tender dossier.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A group of economic operators will be required to enter a joint venture agreement.
Where a joint venture is proposed, the Ministry of Foreign Affairs of Denmark will require that all members of the joint venture are jointly and severally liable.
Tenderers who tender as a joint venture shall each provide the documentation required under III.2.1) below.
If the Candidate is a joint venture, the joint venture shall, as a whole, meet the minimum conditions related to economic and financial standing and technical and professional ability required under III.2.2 and III.2.3) below.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Seller will be required to perform the services in compliance with the Danida Anti-corruption Code of Conduct and the principles of the UN Global Compact.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: No restrictions on nationality.
In situations where conflict of interest occurs, Candidates will be excluded from participation, e.g. any Candidate (if a joint venture any of the members) or expert participating in the preparation of a project must be excluded from participation in the tender, unless the involvement does not constitute unfair competition.
Any Candidate who has been the subject of a conviction by final judgment of which the contracting authority is aware for one or more of the reasons listed in Article 45, 1 in the Directive shall be excluded.
Any Candidate may be excluded from participation in a contract if any of the cases specified in Article 45, 2 apply to that Candidate or Tenderer.
The Candidate, and in the case of the Candidate being a joint venture each member and other legal entities, shall furthermore sign a Solemn Declaration (ANNEX B in the Application Form for Expression of Interest) providing sufficient evidence that none of the cases specified in Article 45, 2, (e) and (f) in the Directive applies to any of the legal entities making this application.
III.2.2) Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: If the Tenderer is a joint venture, the joint venture shall, as a whole, meet the minimum conditions related to economic and financial standing.
(a) Annual turnover of the Tenderer.
Minimum level(s) of standards possibly required: Minimum requirements:
(a) 5 000 000 DKK.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
If the Tenderer is a joint venture, the joint venture shall, as a whole, meet the minimum conditions related to technical and professional ability.
(a) List of most relevant project references from the last 3 years.
(b) Technicians or technical bodies.
(c) Measures for ensuring quality;.
(d) Capacities for production, studies, and/or research.
(e) Education and professional qualifications.
(f) Environmental management measures.
(g) Average annual manpower.
(h) Tools/plants etc.
(i) Subcontracting.
(j) Products supplied.
Minimum level(s) of standards possibly required:
(a) 3 relevant reference of contract for similar products and in similar numbers (entered or finalized) in the last 3 years.
At least one of these shall be with a Government or Non-Government Organisation.
(b) The supplier shall have a presence in Uganda either directly or through an authorised dealer.
(c) An EN ISO 9001 certification or similar, or an acceptable operating quality assurance and management system.
(d) Not applicable.
(e) Management has relevant technical and management experience.
(f) Not applicable.
(g) Not applicable.
(h) The supplier or his authorised dealer shall have the necessary workshop facilities and shall stock all necessary spare parts in Uganda so that they easily can be procured when needed.
(i) Subcontracting is allowed.
(j) Not applicable.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
III.3.2) Staff responsible for the execution of the service

Section IV: Procedure

IV.1) Type of procedure
IV.1.1) Type of procedure
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction
An electronic auction will be used: no
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
2015 – 27312
IV.3.2) Previous publication(s) concerning the same contract
no
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4) Time limit for receipt of tenders or requests to participate
10.8.2015 - 09:30
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
in days: 60 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1) Information about recurrence
This is a recurrent procurement: no
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3) Additional information
Tender procedures are subject to the law of Denmark and the rules applicable hereunder.
Any legal entity may only submit one application.
The proposals shall be submitted according to the requirements set out in the tender document.

The Tender Document and any background documents as well as clarifications and addenda hereto can be obtained from website: http://um.dk/en/danida-en/activities/business/contracts/long/contract-opportunities/

A Tenderer may, where appropriate and for a particular contract, rely on the capacities of other entities (to meet possible minimum requirements concerning economic and financial standing, and technical and/or professional ability as specified in the Contract Notice), 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 example, by producing an undertaking by those entities to that effect. Such entities, for instance the parent company of the Tenderer, must respect the same rules of eligibility, and must comply with the conditions as stated in the contract notice;
The Ministry reserves the right — but is not obliged — to use the remedies provided for in Section 12 of the Danish statutory order on procedures for the award of public supply contracts, public service contracts and public construction contracts (Order no. 712 and 15.6.2011), if applications or tenders do not fullfil the formalities of the tender documents.
The Client opposes exclusive agreements with local subcontractors, by they organisations, companies or individuals.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures

Klagenævnet for Udbud, Erhvervsstyrelsen (The Complaints Board for Public Procurement, Danish Commerce and Companies Agency)
Dahlerups Pakhus, Langelinie Allé 17
2100 Copenhagen Ø
DENMARK
E-mail: klfu@erst.dk
Telephone: +45 35291000
Internet address: http://klfu.dk
Fax: +45 33307799

VI.4.2) Lodging of appeals
VI.4.3) Service from which information about the lodging of appeals may be obtained

Konkurrence- og Forbrugerstyrelsen (Danish Competition and Consumer Authority)
Carl Jacobsens Vej 35
2500 Valby
DENMARK
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: http://kfst.dk
Fax: +45 41715100

VI.5) Date of dispatch of this notice:
29.6.2015

Send til en kollega

0.064