Fakta om udbudet
Bestilling af materiale
https://www.ethics.dk/ethics/eo#/b67d5528-034d-4bef-af92-9d03eac4ae94/publicMaterial
Udbyder
The Embassy of Denmark in Uganda
Tender for Motorcycles for Danida Uganda Country Programme
The Embassy of Denmark in Uganda
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
National registration number: 43271911
Postal address: Plot 3, Lumumba Avenue, P.O. Box 11234 Lumumba Ave
Town: Kampala
NUTS code: DKZ
Postal code: N/A
Country: Denmark
Contact person: Victor Azza Vuzzi
E-mail: vicvuz@um.dk
Internet address(es):
Main address: https://www.ethics.dk/ethics/eo#/b67d5528-034d-4bef-af92-9d03eac4ae94/homepage
Section II: Object
Tender for Motorcycles for Danida Uganda Country Programme
The Danish Embassy in Kampala wishes to enter into a framework agreement for the supply of approximately 150 motorcycles in the agreement period, which is running from the signing of contract until 31 December 2022.
The Danish Embassy in Kampala will procure 98 motorcycles as an initial purchase.
The motorcycles will be used for implementation of a wide range of activities related to projects and programmes supported and financed under Danida in Uganda. Most of these motorcycles are expected to be primarily used on rough and remote roads in Northern Uganda and they should be able to drive on rough and muddy gravel roads.
The offered motorcycles should be based on the manufacturer’s current standard production model.
The motorcycles should be suitable for continuous and strenuous off-road driving in tropical conditions, in all areas of Uganda but especially in the Northern parts. The motorcycles should be of sturdy construction and good quality.
UGANDA.
The supplier must be able to deliver one service within the warranty period at named, authorised workshops or at NURI district offices.
The supplier must be able to provide OEM spare parts or other spare parts approved by the motorcycle manufacturer for the motorcycles in question and must be able to provide access to and deliver services at named, authorised workshops or at NURI’s district offices, such as repair and technical support and assistance, of the procured Motorcycles throughout the agreement period.
It is a requirement that the Supplier has named, authorised workshops for the motorcycles in question in the Northern region of Uganda, including the sub-regions West-Nile and Acholi.
The Embassy of Denmark in Uganda will perform a test of the offered motorcycles as part of the evaluation of tenders. The tenderers must submit a fully serviced test motorcycle and will receive payment equivalent to the price of the motorcycles, however, the payment for the test motorcycle cannot exceed DKK 22 500. The test motorcycle will remain the property of the Embassy of Denmark in Uganda.
Section III: Legal, economic, financial and technical information
In Part III.A-C of the ESPD, economic operators must answer whether they are subject to exclusion grounds.
An economic operator is excluded from the procurement procedure if the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein has been convicted by final judgement or fined within the last 4 years for any of the exclusion grounds relating to the criminal convictions listed in section 135(1) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it has unpaid overdue debt of DKK 100 000 or more to public authorities in relation to payment of taxes and payment of social security, cf. section 135(3) of the Danish Public Procurement Act. An economic operator is, however, not excluded where the economic operator provides guarantee of payment of the part of the debt which constitutes DKK 100 000 or more, or where the economic operator has agreed on a repayment scheme with the collection authority and that scheme is observed, cf. section 135(4).
An economic operator is excluded from the procurement procedure if it is subject to any of the exclusion grounds listed in sections 136(1)(1) and 136(1)(2) of the Danish Public Procurement Act.
An economic operator is excluded from the procurement procedure if it within the last 2 years has been subject to any of the exclusion grounds listed in sections 136(1)(3) and 137(1)(2-3) of the Danish Public Procurement Act.
The contracting authority can accept the following documentation in relation to the exclusion grounds in sections 135(1), 135(3) and 137(1)(2) of the Danish Public Procurement Act (in order of priority):
1) Extracts from the relevant register or similar documents issued by a competent judicial or administrative authority or certificates issued by the competent authority in the country referred to as documentation that the tenderer is not subject to the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2);
2) A declaration on oath (only if such extracts, certificates or similar documents are not issued in the country where the economic operator is established, or where the documentation does not cover all the grounds for exclusion stipulated in sections 135(1), 135(3) and 137(1)(2) entirely);
3) A solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established (only if there is no provision for declarations on oath in the country where the economic operator is established).
Thus, the contracting authority cannot accept e.g. a solemn declaration made before a notary if there can be issued a certificate by the competent authority in the country where the economic operator is established. Moreover, the contracting authority cannot accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation in relation to the exclusion grounds.
Economic operators can identify the relevant documentation using the online platform e-Certis: https://ec.europa.eu/growth/tools-databases/ecertis/
Economic operators are encouraged to submit all necessary documentation as early as possible.
In Part IV.B of the ESPD, the economic operator must fill in its average yearly turnover for the last 2 annual reports available (where the economic operator can present annual reports).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the economic and financial standing of other entities, the participating economic operators or the entities referred to are subject to joint and severable liability for the performance of the contract.
The contracting authority can accept annual reports or excerpts hereof or relevant statements from a bank or certified accountant as documentation in relation to the economic and financial standing.
When an economic operator is participating in the procurement procedure together with others or when an economic operator relies on the economic and financial standing of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary economic and financial standing. The statements of support must establish a legal obligation for the party concerned and state that the involved economic operators or entities are subject to joint and severable liability for the performance of the contract.
Economic operators are encouraged to submit all necessary documentation as early as possible.
The economic operator is required to have an average yearly turnover of minimum DKK 5 000 000 based on the last 2 annual reports available.
When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria.
IIn Part IV.C of the ESPD, the economic operator must fill in a list of maximum 5 contracts entered into, ongoing or finalized within the last 3 years stating a description of the contract (nature and quantity of supplies and/ or services from the economic operator and how they compare to the description of this procurement), amount (contract fee received by the economic operator), start date, end date, delivery time as specified in the contract in question and whether the delivery time was accomplished by the tenderer, and recipient (name and contact information).
If an economic operator has listed more than 5 contracts, the contracting authority will only read and assess the 5 most recent contracts listed (based on start date).
If the economic operator consists of a group of economic operators (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, each involved economic operator or entity must submit a completed ESPD.
When an economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the technical and professional abilities of other entities, the specific parts of the contract must be performed by the economic operators or entities with the required technical and professional abilities.
The contracting authority reserves the right to contact the recipients of supplies and services or require statements from the recipients, confirming that the economic operator has performed the listed contracts, as documentation in relation to the technical and professional ability.
When an economic operator is formed by a group of economic operators or relies on the technical and professional abilities of other entities, the economic operator must also provide statements of support or other documentation proving that the economic operator has access to the necessary technical and professional abilities. The statements of support must establish a legal obligation for the party concerned and state the parts of the contract to be performed by the party concerned.
Economic operators are encouraged to submit all necessary documentation as early as possible.
As a minimum requirement the economic operator is required to:
Have performed (entered into, ongoing or finalized) minimum 2 contracts regarding similar deliveries of motorcycles within the last 3 years with a value each of minimum DKK 0.5 million. Similar deliveries are considered to be delivery of motorcycles of approximately the same nature as described in Appendix 1.
When the economic operator is participating in the procurement procedure together with others (e.g. a consortia or joint venture) or if the economic operator relies on the capacity of other entities, it is required that the participating economic operators or the economic operator and the entities referred to altogether meet the selection criteria.
When an economic operator is participating in the procurement procedure together with others, the economic operator must present a joint statement from all the participating economic operators which identifies the member of the group who can act as an agent on behalf of the group with mandate to establish a legal obligation on behalf of the group in relation to the contracting authority.
The winning tenderer is to perform the contract in compliance with the Danida Anti-Corruption Policy and the principles of the UN Global compact.
Economic operators can find more information on:
http://um.dk/en/danida-en/about-danida/Danida-transparency/anti-corruption/
https://www.unglobalcompact.org/what-is-gc/mission/principles
Section IV: Procedure
The Embassy of Uganda only received non-compliant offers in the tender published on the 17 December 2019 (contract notice 2019/S 243-596588). The Embassy of Uganda has therefore deemed it necessary to cancel the previous tender. Due to the cancellation the delivery of needed motorcycles will be delayed. This will affect the new extension staff, counting over 100 employees, who have joined NURI as of 1 March 2020. The staff cannot be deployed in the field to undertake core duties until the motorcycles have been delivered. The delays in staff deployment will have a direct impact on the agricultural development activities in Uganda and the ability to meet the target and objectives of the NURI project. Consequently, there is an urgent need to receive the motorcycles as soon as possible to ensure targets are successfully met and field work is implemented as planned. Critically the project will fail to realize its intended impact because it will miss out on the 2020 agricultural season.
N/A
Economic operators will not be allowed to witness the opening of tenders.
Section VI: Complementary 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/46419/the-public-procurement-act.pdf
Access to the procurement procedure requires online registration.
Guidance (in Danish and English) on the use of the tendering system can be found at: https://www.udbudssystemet.dk/public/instructions/ETHICS.EO.vejledning.pdf
Local time in section IV is according to Central European Time (CET) in Denmark.
Economic operators may only submit one application or tender.
Economic operators must submit a European Single Procurement Document (ESPD) as preliminary evidence that the economic operator is not subject to exclusion grounds and that the economic operator fulfils the minimum requirements for economic and financial standing and technical and professional ability.
When the economic operator is participating together with others or if the economic operator relies on the capacity of other entities, each participating economic operator must provide a separate ESPD.
Before the contracting authority decides to award the contract, the tenderer, which the contracting authority intends to award the contract to, must present documentation of the information provided in the ESPD.
Estimated date of notification of award decision is 13 April 2020. Tenderers are encouraged to arrange for ESPD documentation as soon as possible and preferable within the 13 April 2020.
This contract has not been divided into lots, cf. section II.1.6), due to market and economic considerations.
Economic operators will not receive remuneration for their participation in the procedure besides payment for the test motorcycle, cf. section II.2.14.
Postal address: Toldboden 2
Town: Viborg
Postal code: 8800
Country: Denmark
E-mail: klfu@naevneneshus.dk
Telephone: +45 72405600
Internet address: https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/
Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within:
45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU,
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.
The complainant must at the same time notify the contracting authority that an action has been submitted to the Danish Complaints Board for Public Procurement.
Postal address: Carl Jacobsens Vej 35
Town: Valby
Postal code: 2500
Country: Denmark
E-mail: kfst@kfst.dk
Telephone: +45 41715000
Internet address: www.kfst.dk