Tender

Section 2 - 1.1 Title

  • Ojeu 2.0.9
  • anotheraddressofficialname

F02: Contract notice

Notice identifier: 2021/S 000-007498

Procurement identifier (OCID): ocds-h6vhtk-02a4bb

Published 12 April 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Ojeu 2.0.9

PO Box 1235

London

TV 45612

Contact

contactperson1

Email

nbell@jaggaer.com

Telephone

+44 1785278111

Fax

+65 6565656

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

nationalregistrationnumber1

Internet address(es)

Main address

www.jaggaer-fts.com

Buyer's address

www.jaggaer14.com

one.1) Name and addresses

anotheraddressofficialname

PO Box 125

Townsville

TV789987

Contact

contactperson3

Email

nbell@jaggaer.com

Telephone

+49 12345687

Fax

+98 454545

Country

Australia

NUTS code

AU - Australia

National registration number

nationalregistrationnumber3

Internet address(es)

Main address

www.jaggaer15.com

Buyer's address

www.jaggaer16.com

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

https://blacksea.com

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

Email

nbell@jaggaer.com

Telephone

+44 565656

Fax

+44 656565

Country

United Kingdom

Internet address

www.jaggaer2.com

six.4.2) Body responsible for mediation procedures

boyresponsibleformediationproceduresofficialname

PO Box 125

Townsville

TV 45612

Email

nbell@jaggaer.com

Telephone

+49 123456789

Fax

+61 65656565

Country

Australia

Internet address

www.jaggaer3.com

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

Email

nbell@jaggaer5.com

Telephone

+61 565656

Fax

+65 78787878

Country

Australia

Internet address

www.jaggaer7.com