Section one: Contracting authority
one.1) Name and addresses
Ojeu 2.0.9
PO Box 1235
London
TV 45612
Contact
contactperson1
Telephone
+44 1785278111
Fax
+65 6565656
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
nationalregistrationnumber1
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
anotheraddressofficialname
PO Box 125
Townsville
TV789987
Contact
contactperson3
Telephone
+49 12345687
Fax
+98 454545
Country
Australia
NUTS code
AU - Australia
National registration number
nationalregistrationnumber3
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
jointprocurementdifferentcountries
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.electroniccommunication.com
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Section 2 - 1.1 Title
Reference number
S4546
two.1.2) Main CPV code
- 16000000 - Agricultural machinery
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supplies description
two.1.5) Estimated total value
Value excluding VAT: 7,504,545.45 ARS
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- DK - Denmark
Main site or place of performance
placeofperformancemainsite
two.2.4) Description of the procurement
nature is unknown
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: 189,500.23 BMD
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
29 April 2022
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 123
Maximum number: 250
Objective criteria for choosing the limited number of candidates:
ojectivecriteriaforchoosingthelimitednumberofcandidates
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
additionainformation twodotteodotfourteen
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
suitabilitytopursuetheprofessionactivity
conditionslist
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
The execution of the contract is restricted to the framework of sheltered employment programmes
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
contracperformanceconditions
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
Accelerated procedure
Justification:
typeofprocedurejustification
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
In the case of framework agreements, provide justification for any duration exceeding 4 years:
infoaboutframworkagreementordynamicpurchasingsystem
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
electronicauctioninfo
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2010/S 123-456321
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 April 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
German, English, Italian
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 36 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 23
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
additionainformation
six.4) Procedures for review
six.4.1) Review body
Eva Green
PO Box 126
London
TV444454
Telephone
+44 565656
Fax
+44 656565
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
boyresponsibleformediationproceduresofficialname
PO Box 125
Townsville
TV 45612
Telephone
+49 123456789
Fax
+61 65656565
Country
Australia
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
reviewprocedure
six.4.4) Service from which information about the review procedure may be obtained
reviewprocedureofficialname
po box 123
Townsville
AS546456
Telephone
+61 565656
Fax
+65 78787878
Country
Australia