Ausschreibungen und Aufträge: Personenkraftwagen - UG-Kampala Personenkraftwagen Fahrzeuge mit Allradantrieb Kleinbusse Dokument Nr...: 331711-2021 (ID: 2021070209172143766) Veröffentlicht: 02.07.2021 * UG-Kampala: Personenkraftwagen 2021/S 126/2021 331711 Bekanntmachung vergebener Aufträge Ergebnisse des Vergabeverfahrens Lieferauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Embassy of Denmark in Uganda Nationale Identifikationsnummer: 43271911 Postanschrift: Plot 3, Lumumba Avenue Ort: Kampala NUTS-Code: UG Uganda Land: Uganda Kontaktstelle(n): Carolyne Mbekeka E-Mail: [10]carmbe@um.dk Internet-Adresse(n): Hauptadresse: [11]http://um.dk/en/danida-en/ I.4)Art des öffentlichen Auftraggebers Ministerium oder sonstige zentral- oder bundesstaatliche Behörde einschließlich regionaler oder lokaler Unterabteilungen I.5)Haupttätigkeit(en) Andere Tätigkeit: Development assistance Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Vehicles for the Uganda Country Programme Referenznummer der Bekanntmachung: 2020-11051 II.1.2)CPV-Code Hauptteil 34110000 Personenkraftwagen II.1.3)Art des Auftrags Lieferauftrag II.1.4)Kurze Beschreibung: 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. II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: ja II.1.7)Gesamtwert der Beschaffung (ohne MwSt.) Niedrigstes Angebot: 1 405 643.00 EUR / höchstes Angebot: 1 507 943.00 EUR das berücksichtigt wurde II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Double Cabin Pickups for the Uganda Country Programme Los-Nr.: 1 II.2.2)Weitere(r) CPV-Code(s) 34113000 Fahrzeuge mit Allradantrieb II.2.3)Erfüllungsort NUTS-Code: UG Uganda II.2.4)Beschreibung der Beschaffung: 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 manufacturers 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. II.2.5)Zuschlagskriterien Qualitätskriterium - Name: Environmental impact / Gewichtung: 25 Qualitätskriterium - Name: Warranty / Gewichtung: 25 Preis - Gewichtung: 50 II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Minibuses for the Uganda Country Programme Los-Nr.: 2 II.2.2)Weitere(r) CPV-Code(s) 34114400 Kleinbusse II.2.3)Erfüllungsort NUTS-Code: UG Uganda II.2.4)Beschreibung der Beschaffung: 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 manufacturers 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. II.2.5)Zuschlagskriterien Qualitätskriterium - Name: Environmental impact / Gewichtung: 25 Qualitätskriterium - Name: Warranty / Gewichtung: 25 Preis - Gewichtung: 50 II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: Sport Utility Vehicles (SUVs) for the Uganda Country Programme Los-Nr.: 3 II.2.2)Weitere(r) CPV-Code(s) 34113000 Fahrzeuge mit Allradantrieb II.2.3)Erfüllungsort NUTS-Code: UG Uganda II.2.4)Beschreibung der Beschaffung: 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 manufacturers 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. II.2.5)Zuschlagskriterien Qualitätskriterium - Name: Environmental impact / Gewichtung: 25 Qualitätskriterium - Name: Warranty / Gewichtung: 25 Preis - Gewichtung: 50 II.2.11)Angaben zu Optionen Optionen: nein II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [12]2021/S 037-091880 IV.2.8)Angaben zur Beendigung des dynamischen Beschaffungssystems IV.2.9)Angaben zur Beendigung des Aufrufs zum Wettbewerb in Form einer Vorinformation Abschnitt V: Auftragsvergabe Auftrags-Nr.: 1 Los-Nr.: 1 Bezeichnung des Auftrags: Double Cabin Pickups for the Uganda Country Programme Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 28/06/2021 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Anzahl der eingegangenen Angebote von KMU: 3 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 0 Anzahl der eingegangenen Angebote von Bietern aus Nicht-EU-Mitgliedstaaten: 4 Anzahl der elektronisch eingegangenen Angebote: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Motorcare Uganda Ltd Postanschrift: Plot 95, Jinja Road Ort: Kampala NUTS-Code: UG Uganda Postleitzahl: 12704 Land: Uganda Der Auftragnehmer ist ein KMU: ja V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Niedrigstes Angebot: 514 977.00 EUR / höchstes Angebot: 595 707.00 EUR das berücksichtigt wurde V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt V: Auftragsvergabe Auftrags-Nr.: 2 Los-Nr.: 1 Bezeichnung des Auftrags: Double Cabin Pickups for the Uganda Country Programme Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 28/06/2021 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Anzahl der eingegangenen Angebote von KMU: 3 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 0 Anzahl der eingegangenen Angebote von Bietern aus Nicht-EU-Mitgliedstaaten: 4 Anzahl der elektronisch eingegangenen Angebote: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Toyota Uganda Ltd Postanschrift: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Ort: Kampala NUTS-Code: UG Uganda Postleitzahl: 0256 Land: Uganda Der Auftragnehmer ist ein KMU: nein V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Niedrigstes Angebot: 514 977.00 EUR / höchstes Angebot: 595 707.00 EUR das berücksichtigt wurde V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt V: Auftragsvergabe Auftrags-Nr.: 3 Los-Nr.: 2 Bezeichnung des Auftrags: Minibuses for the Uganda Country Programme Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 28/06/2021 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Anzahl der eingegangenen Angebote von KMU: 3 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 1 Anzahl der eingegangenen Angebote von Bietern aus Nicht-EU-Mitgliedstaaten: 3 Anzahl der elektronisch eingegangenen Angebote: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Motorcare Uganda Ltd Postanschrift: Plot 95, Jinja Road Ort: Kampala NUTS-Code: UG Uganda Postleitzahl: 12704 Land: Uganda Der Auftragnehmer ist ein KMU: ja V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Niedrigstes Angebot: 367 841.00 EUR / höchstes Angebot: 389 411.00 EUR das berücksichtigt wurde V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt V: Auftragsvergabe Auftrags-Nr.: 4 Los-Nr.: 2 Bezeichnung des Auftrags: Minibuses for the Uganda Country Programme Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 28/06/2021 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 4 Anzahl der eingegangenen Angebote von KMU: 3 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 1 Anzahl der eingegangenen Angebote von Bietern aus Nicht-EU-Mitgliedstaaten: 3 Anzahl der elektronisch eingegangenen Angebote: 4 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Toyota Uganda Ltd Postanschrift: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Ort: Kampala NUTS-Code: UG Uganda Postleitzahl: 0256 Land: Uganda Der Auftragnehmer ist ein KMU: nein V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Niedrigstes Angebot: 367 841.00 EUR / höchstes Angebot: 389 411.00 EUR das berücksichtigt wurde V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt V: Auftragsvergabe Auftrags-Nr.: 5 Los-Nr.: 3 Bezeichnung des Auftrags: Sport Utility Vehicles (SUVs) for the Uganda Country Programme Ein Auftrag/Los wurde vergeben: ja V.2)Auftragsvergabe V.2.1)Tag des Vertragsabschlusses: 28/06/2021 V.2.2)Angaben zu den Angeboten Anzahl der eingegangenen Angebote: 3 Anzahl der eingegangenen Angebote von KMU: 2 Anzahl der eingegangenen Angebote von Bietern aus anderen EU-Mitgliedstaaten: 0 Anzahl der eingegangenen Angebote von Bietern aus Nicht-EU-Mitgliedstaaten: 3 Anzahl der elektronisch eingegangenen Angebote: 3 Der Auftrag wurde an einen Zusammenschluss aus Wirtschaftsteilnehmern vergeben: nein V.2.3)Name und Anschrift des Wirtschaftsteilnehmers, zu dessen Gunsten der Zuschlag erteilt wurde Offizielle Bezeichnung: Toyota Uganda Ltd Postanschrift: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Ort: Kampala NUTS-Code: UG Uganda Postleitzahl: 0256 Land: Uganda Der Auftragnehmer ist ein KMU: nein V.2.4)Angaben zum Wert des Auftrags/Loses (ohne MwSt.) Gesamtwert des Auftrags/Loses: 522 824.00 EUR V.2.5)Angaben zur Vergabe von Unteraufträgen Abschnitt VI: Weitere Angaben VI.3)Zusätzliche Angaben: 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: [13]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. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Klagenævnet for Udbud Postanschrift: Toldboden 2 Ort: Viborg Postleitzahl: 8800 Land: Dänemark E-Mail: [14]klfu@naevneneshus.dk Telefon: +45 72405600 Internet-Adresse: [15]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: 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: [16]https://naevneneshus.dk/media/9802/complaint-guidelines.pdf VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt Offizielle Bezeichnung: Konkurrence- og Forbrugerstyrelsen Postanschrift: Carl Jacobsens Vej 35 Ort: Valby Postleitzahl: 2500 Land: Dänemark E-Mail: [17]kfst@kfst.dk Telefon: +45 41715000 Internet-Adresse: [18]www.kfst.dk VI.5)Tag der Absendung dieser Bekanntmachung: 28/06/2021 References 10. mailto:carmbe@um.dk?subject=TED 11. http://um.dk/en/danida-en/ 12. https://ted.europa.eu/udl?uri=TED:NOTICE:091880-2021:TEXT:DE:HTML 13. https://www.kfst.dk/media/54435/the-public-procurement-act.pdf 14. mailto:klfu@naevneneshus.dk?subject=TED 15. https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ 16. https://naevneneshus.dk/media/9802/complaint-guidelines.pdf 17. mailto:kfst@kfst.dk?subject=TED 18. http://www.kfst.dk/ OT: 02/07/2021 S126 Uganda-Kampala: Passenger cars 2021/S 126-331711 Contract award notice Results of the procurement procedure Supplies Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Embassy of Denmark in Uganda National registration number: 43271911 Postal address: Plot 3, Lumumba Avenue Town: Kampala NUTS code: UG Uganda Country: Uganda Contact person: Carolyne Mbekeka E-mail: [10]carmbe@um.dk Internet address(es): Main address: [11]http://um.dk/en/danida-en/ I.4)Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.5)Main activity Other activity: Development assistance Section II: Object II.1)Scope of the procurement II.1.1)Title: Vehicles for the Uganda Country Programme Reference number: 2020-11051 II.1.2)Main CPV code 34110000 Passenger cars II.1.3)Type of contract Supplies II.1.4)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. II.1.6)Information about lots This contract is divided into lots: yes II.1.7)Total value of the procurement (excluding VAT) Lowest offer: 1 405 643.00 EUR / Highest offer: 1 507 943.00 EUR taken into consideration II.2)Description II.2.1)Title: Double Cabin Pickups for the Uganda Country Programme Lot No: 1 II.2.2)Additional CPV code(s) 34113000 4-wheel-drive vehicles II.2.3)Place of performance NUTS code: UG Uganda II.2.4)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 manufacturers 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. II.2.5)Award criteria Quality criterion - Name: Environmental impact / Weighting: 25 Quality criterion - Name: Warranty / Weighting: 25 Price - Weighting: 50 II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Minibuses for the Uganda Country Programme Lot No: 2 II.2.2)Additional CPV code(s) 34114400 Minibuses II.2.3)Place of performance NUTS code: UG Uganda II.2.4)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 manufacturers 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. II.2.5)Award criteria Quality criterion - Name: Environmental impact / Weighting: 25 Quality criterion - Name: Warranty / Weighting: 25 Price - Weighting: 50 II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information II.2)Description II.2.1)Title: Sport Utility Vehicles (SUVs) for the Uganda Country Programme Lot No: 3 II.2.2)Additional CPV code(s) 34113000 4-wheel-drive vehicles II.2.3)Place of performance NUTS code: UG Uganda II.2.4)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 manufacturers 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. II.2.5)Award criteria Quality criterion - Name: Environmental impact / Weighting: 25 Quality criterion - Name: Warranty / Weighting: 25 Price - Weighting: 50 II.2.11)Information about options Options: no II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Section IV: Procedure IV.1)Description IV.1.1)Type of procedure Restricted procedure IV.1.3)Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement IV.1.8)Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2)Administrative information IV.2.1)Previous publication concerning this procedure Notice number in the OJ S: [12]2021/S 037-091880 IV.2.8)Information about termination of dynamic purchasing system IV.2.9)Information about termination of call for competition in the form of a prior information notice Section V: Award of contract Contract No: 1 Lot No: 1 Title: Double Cabin Pickups for the Uganda Country Programme A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 28/06/2021 V.2.2)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 V.2.3)Name and address of the contractor Official name: Motorcare Uganda Ltd Postal address: Plot 95, Jinja Road Town: Kampala NUTS code: UG Uganda Postal code: 12704 Country: Uganda The contractor is an SME: yes V.2.4)Information on value of the contract/lot (excluding VAT) Lowest offer: 514 977.00 EUR / Highest offer: 595 707.00 EUR taken into consideration V.2.5)Information about subcontracting Section V: Award of contract Contract No: 2 Lot No: 1 Title: Double Cabin Pickups for the Uganda Country Programme A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 28/06/2021 V.2.2)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 V.2.3)Name and address of the contractor Official name: Toyota Uganda Ltd Postal address: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Town: Kampala NUTS code: UG Uganda Postal code: 0256 Country: Uganda The contractor is an SME: no V.2.4)Information on value of the contract/lot (excluding VAT) Lowest offer: 514 977.00 EUR / Highest offer: 595 707.00 EUR taken into consideration V.2.5)Information about subcontracting Section V: Award of contract Contract No: 3 Lot No: 2 Title: Minibuses for the Uganda Country Programme A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 28/06/2021 V.2.2)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 V.2.3)Name and address of the contractor Official name: Motorcare Uganda Ltd Postal address: Plot 95, Jinja Road Town: Kampala NUTS code: UG Uganda Postal code: 12704 Country: Uganda The contractor is an SME: yes V.2.4)Information on value of the contract/lot (excluding VAT) Lowest offer: 367 841.00 EUR / Highest offer: 389 411.00 EUR taken into consideration V.2.5)Information about subcontracting Section V: Award of contract Contract No: 4 Lot No: 2 Title: Minibuses for the Uganda Country Programme A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 28/06/2021 V.2.2)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 V.2.3)Name and address of the contractor Official name: Toyota Uganda Ltd Postal address: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Town: Kampala NUTS code: UG Uganda Postal code: 0256 Country: Uganda The contractor is an SME: no V.2.4)Information on value of the contract/lot (excluding VAT) Lowest offer: 367 841.00 EUR / Highest offer: 389 411.00 EUR taken into consideration V.2.5)Information about subcontracting Section V: Award of contract Contract No: 5 Lot No: 3 Title: Sport Utility Vehicles (SUVs) for the Uganda Country Programme A contract/lot is awarded: yes V.2)Award of contract V.2.1)Date of conclusion of the contract: 28/06/2021 V.2.2)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 V.2.3)Name and address of the contractor Official name: Toyota Uganda Ltd Postal address: Plot 668, First Street, Kampala Industrial and Business Park, Namanve Town: Kampala NUTS code: UG Uganda Postal code: 0256 Country: Uganda The contractor is an SME: no V.2.4)Information on value of the contract/lot (excluding VAT) Total value of the contract/lot: 522 824.00 EUR V.2.5)Information about subcontracting Section VI: Complementary information VI.3)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: [13]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. VI.4)Procedures for review VI.4.1)Review body Official name: Klagenævnet for Udbud Postal address: Toldboden 2 Town: Viborg Postal code: 8800 Country: Denmark E-mail: [14]klfu@naevneneshus.dk Telephone: +45 72405600 Internet address: [15]https://naevneneshus.dk/start-din-klage/klagenaevnet-for-udbud/ VI.4.3)Review procedure Precise information on deadline(s) for review procedures: 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: [16]https://naevneneshus.dk/media/9802/complaint-guidelines.pdf VI.4.4)Service from which information about the review procedure may be obtained Official name: Konkurrence- og Forbrugerstyrelsen Postal address: Carl Jacobsens Vej 35 Town: Valby Postal code: 2500 Country: Denmark E-mail: [17]kfst@kfst.dk Telephone: +45 41715000 Internet address: [18]www.kfst.dk VI.5)Date of dispatch of this notice: 28/06/2021 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de