EDF - Development and implementation of the National Energy Information System of Benin (SINEB) (примерный перевод: EDF - Разработка и внедрение Национальной энергетической информационной системы Бенина (SINEB)) (Бенин - Тендер #5390111)
Поделиться
Для перевода текста тендера на нужный язык воспользуйтесь приложением:
Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
1.Publication referenceEuropeAid/140185/IH/SER/BJ
2ProcedureRestricted
3.Programme titleInstitutional support and capacity building for stakeholders in the energy sector in Benin (RECASEB)
4.FinancingFinancing agreement no. BJ/FED/2015/037-876 signed between the European Union and the Republic of Benin under the 11th European Development Fund (EDF)
5.Contracting authorityRepublic of Benin represented by the Ministry of Economy and Finance, EDF National Authorising Officer, Cotonou, Benin.Details may be requested from the Contracting
Authority at the following email address: appeldoffresutfed@FINANCES.BJ; no later than 21 days before the deadline for submission of tenders listed in section 23 below.Clarifications will be
published on the website of DG International Cooperation and Development at the latest eleven days before the submission deadline.
6.Nature of contractAll-inclusive price
7.Contract descriptionAs part of the Capacity Building Programme for Energy Sector Stakeholders in Benin (Renforcement des Capacités des Acteurs du Secteur de l’Énergie au Bénin - RECASEB),
the Government of Benin, with funding from the European Union, proposes to develop and put into production the National Energy Information System of Benin (Système d’Information National de
l’Énergie du Bénin - SINEB). SINEB consists mainly of developing and putting into operation an Open Data driven, data-sharing community platform for the country’s energy sector. It will
also be the government"s basic tool for preparing the sector"s development strategy, and the monitoring tool for its implementation, particularly with regard to the production of the country’s
annual energy balance.A preliminary project highlighted the opportunity and the feasibility of the project. A detailed plan for its implementation involving all the stakeholders and relevant
beneficiaries, has been developed and approved.The project will be located at the Directorate General of Energy Resources (DGRE) at the Ministry of Energy in Benin. A SINEB technical management
team has been formed.A general design phase was conducted by the SINEB technical management team and formed with the support of experts. It resulted in the issue of a document detailing the
functional and technical specifications of the modules for the production and implementation of SINEB, namely:— the SINEB modules: management of the common energy reference system, management
of the directory of energy stakeholders, management of the Energy Information System (EIS), management of the data bank and documents, management of the GIS-Web, administration of SINEB, and
management of public and private portals of SINEB. For each module, the main management processes are detailed with their BPM model, the functionalities, the outline of the Human-Machine
Interface (HMI), and the conceptual data model and the detailed functional requirements,— the technical specifications for the development of the platform and its hosting on the cloud, with the
recommended software architecture, the requirements in terms of management of the user interface (Responsive Web Design and Representational State Transfer - REST), functional and technical
security, business continuity plan, and performance and monitoring of operations,— the training of the SINEB team for the technologies used, the technical components implemented, and the
technical management of the platform,— the transfer of skills to ensure sustainability of SINEB, functional and technical support for data and documents recovery as well as platform operation
for the first 2 years,— the user training pertaining to the use of the SINEB platform, and access to data and documents.A plan details the desired organisation and management for the project,
the identified activities and the resources to be mobilized, both by the service provider and the manager of SINEB.The duration of the development and implementation (provisional acceptance) of
the SINEB platform is set at 20 calendar months. The duration of the operational technical assistance is set at 24 months, including the year of guarantee after implementation.
8.Number and titles of lotsThis contract consists of a single lot: development and implementation of SINEB.
9.Maximum budget1 000 000 EUR.
10.Additional servicesThe contracting authority may, at its own discretion, extend the project duration and/or contract scope subject to availability of funding up to an estimated amount of
approximately 200 000 EUR. Any extension of the contract will be subject to satisfactory performance of the tasks by the contractor.
11.EligibilityParticipation in the contract is open on equal terms to natural persons and legal entities participating either individually or as part of a grouping — consortium — of tenderers
that are established in one of the Member States of the European Union, an ACP State or in a country or territory authorised by the ACP-EC Partnership Agreement, under which the programme is
financed (see also point 29 below). Participation is also open to international organisations.It should be stressed that, as from the withdrawal of the United Kingdom from the Union, the rules on
access to the Union"s procurement procedures for economic operators established in third countries will apply to candidates and tenderers from the United Kingdom, depending on the outcome of the
negotiations. If this access is not provided for by the legal provisions in force at the time of award of the contract, United Kingdom applicants and tenderers may be excluded from the
procurement procedure.
12.ApplicationAny eligible natural person or legal entity (as defined in point 11 above) or grouping of said parties (consortium) may apply.A consortium may be a permanent, legally-established
grouping or a grouping constituted informally for a specific tender procedure. All the members of a consortium (i.e. the lead company and all other members) will be jointly and severally liable
vis-à-vis the contracting authority.Should an ineligible natural person or legal entity (as defined in point 11) take part, the application concerned will be automatically rejected. If said
party belongs to a consortium, its disqualification will entail the disqualification of the consortium as a whole.
13.Number of applicationsNatural persons or legal entities may submit one application only, irrespective of whether they take part as a sole legal entity, or as a lead company or member of a
consortium submitting an application. Should a natural person or legal entity submit more than one application, all the applications involving the said party will be disqualified.
14.Prohibition on alliances between shortlisted tenderers.Tenders which include companies not mentioned on the application forms used to compile the shortlist will be disqualified from this
restricted procedure unless prior approval from the contracting authority has been obtained (see section 2.6.3 of the Practical Guide). Candidates invited to tender may not form alliances or
subcontract to each other for the contract in question.
15.Grounds for exclusionAs part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the
exclusion situations described in section 2.6.10.1 of the Practical Guide.Candidates included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award
decision cannot be awarded the contract.
16.Sub-contractingSubcontracting is allowed, but is limited to a maximum of 35% of the project’s budgeted implementation cost, and the candidate or the consortium as a whole must directly, and
by its own means, ensure at least 65% of the project’s implementation cost.
17.Number of candidates invited to tenderOn the basis of the applications received, at least 4 and at most 8 candidates will be invited to submit detailed tenders for this contract. Should the
number of eligible candidates meeting the selection criteria be less than the minimum of 4, the contracting authority may invite the candidates which satisfy the criteria to submit a
tender.
18.Scheduled date for dispatch of invitations to tenderOctober 2019
19.Commencement date of the contractMarch 2020
20.Implementation period for the tasks1st phase of development and implementation 20 months, and 2nd phase of operation 24 months including the year of guarantee.
21.Selection criteriaThe following selection criteria will apply to candidates. Where applications are submitted by a consortium, the selection criteria will apply to the consortium as a whole,
unless specifically stipulated otherwise. The selection criteria will not apply to natural persons and single-member companies working as subcontractors.1) Candidate"s economic and financial
capacity (details to be given in section 3 of the application form). Should the candidate be a public body, equivalent information must be provided. The reference period taken into account will
correspond to the last three financial periods for which accounts have been closed (2016, 2017 et 2018).Criteria for legal entities and natural persons:a) the candidate or leader in the case of a
consortium must have existed legally and professionally for at least 3 years;b) the candidate or the consortium as a whole must directly and by its own means (own resources or bank support)
ensure at least 65% of the total cost of the project;c) the average annual turnover of the candidate or consortium as a whole must be equal to or greater than 1 000 000 EUR for the three
financial years 2016, 2017 and 2018;d) the general liquidity ratio (short-term assets/short-term liabilities) for the past financial year for which accounts have been closed must be at least 0.7.
In the case of a consortium, this criterion must be met by each of its members;2) Candidate"s professional capacity (details to be given in sections 4 and 5 of the application form). The
reference period will cover the 3 financial periods prior to the submission deadline.The project plans to mobilise up to 28 technical experts with various responsibilities, including at least 14
with a full workload.Criteria for legal entities and natural persons:a) at least 5 members among the total technical staff of the candidate or of the consortium of candidates are currently
working in fields related to this contract;b) at least 3 among the staff of the candidate or the consortium as a whole, working in 2018 in fields related to this contract (as described in point
7), are permanent;c) the candidate or consortium of candidates as a whole must have, among their technical staff, experts who have been certified in at least 3 of the following specialties:—
project management practitioner,— information system design: BPM and UML,— design and management of at least one relational database (oracle, sql etcc),— Web development environment: Java,
J2EE, Python, Java script, and one of the frameworks: Laravel, Angular, Symfony, Zend, CodeIgniter, NodeJS, etc.,—information system security,— software architecture, SOA architecture and
inter-system exchange;3) Candidate"s technical capacity (details to be given in sections 5 and 6 of the application form). The reference period will cover the 3 financial periods prior to the
submission deadline.Criteria for legal and natural persons: the candidate has provided services for at least 2 projects with a budget of at least 250 000 EUR in the areas of information systems
with web architecture, or other related fields (implementation of computer platforms). They must have been executed at any time during the last 3 years. This means that the projects the candidate
refers to could have been started or completed at any time during the reference period. However, the projects need not necessarily have been completed during this period, or have been performed
during the entire reference period. Candidates may refer to either a project completed during the reference period (although started before this period), or part of a contract that has not yet
been fully performed. In the first case, the project will be considered in its entirety, subject to proof that it was performed satisfactorily (declaration from the relevant contracting
authority, proof of final payment). In the 2nd scenario, only the part of the contract properly undertaken during the reference period (even if it was started before) will be taken into
consideration, to the extent that documentary proof of the satisfactory performance of the same are submitted (the same as for completed projects). These documents must enable the determination
of the value of the portion of the contract referred to. If the project referred to was implemented by a consortium, in the event that a selection criterion relating to the relevance of the
experience is used, the supporting documents must clearly show the proportion completed by the candidate, as well as a description of the nature of the services provided. Documentary evidence is
not required at the application stage, but will be requested with the invitation to tender.Any previous experience involving a breach of contract and termination by a contracting authority cannot
be used as a reference.An economic operator may, if necessary and for a specific contract, make use of the capacities of other entities irrespective of the legal nature of the connection between
itself and said entities. As an example, the contracting authority may consider it inappropriate if the tender relies, for the main part, on the capacities of other entities, or calls on them for
key criteria. If the tenderer relies on the capacities of other entities, it must in this case provide the contracting authority with proof that it will have the resources needed to perform the
contract by, for example, producing a written commitment undertaken by said entities to place such resources at its disposal. Such entities, e.g. the economic operator"s parent company, must
observe the same eligibility rules — notably regarding nationality — and must meet the same selection criteria as those that the economic operator has met to prove its own capacities.
Furthermore, the information relating to this third party entity/these third party entities for the relevant selection criteria must be included in a separate document. Proof of the capacity of
this entity must also be furnished when requested by the contracting authority.With regard to technical and professional criteria, an economic operator may only rely on the capacities of other
entities where the latter will perform the works or services for which these capacities are required.With regard to the economic and financial criteria, the entities whose capacities the tenderer
uses will become jointly and severally liable for the performance of the contract.If more than 8 applications prove to be eligible, i.e. meet all the selection criteria, then the strengths and
weaknesses of these candidates" applications will need to be re-examined to determine which 8 applications for the invitation to tender are the most suitable. The only additional comparative
criteria which will be considered in this re-examination are, in order:1) the highest number of projects that meet criterion 3.1;2) the highest cumulative value of all projects that meet
criterion 3.1;3) the age of the implementation of the project management system.NB: the additional 2nd comparison criterion will only be applied if the number of eligible applications remains
above 8 after the application of the 1st additional comparison criterion, and so on.
22.Award criteriaThe best price-quality ratio.
23.Deadline for receipt of applicationsThe candidate’s attention is drawn to the fact that there are 2 different systems for sending the application: by post or by courier service, or delivered
by hand.In the 1st case, the application must be sent before the deadline for submission, the postmark or deposit receipt being proof (1), and in the 2nd case, the acknowledgement of receipt
given at the time of delivery of the application will serve as proof.18:30 local time, on 9.9.2019, at the latest.Applications submitted to the contracting authority after the deadline will not
be considered.The contracting authority may, for reasons of administrative efficiency, reject any application submitted on time to the postal service but received, for reasons beyond its control,
after the effective date of approval of the pre-selection report, if the fact of accepting applications submitted in time but arriving late may excessively delay the evaluation process, or call
into question decisions already taken and communicated.(1) The use of registered mail is recommended in case the postmark is not readable.
24.Format of the application and details to be providedThe standard application form must be used for applications. The instructions and format of this form must be strictly adhered to. This
application form is available from the following web address:http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=BThe application must be accompanied by a solemn declaration,
concerning the exclusion and selection criteria, using the template available from the following web address:http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=AAny additional
documentation (brochure, letter, etc.) sent with the application will not be taken into consideration.
25Application submission proceduresApplications must be submitted in French only and sent to the contracting authority:— either by post or by courier service, in which case the evidence will be
constituted by the postmark or the date of the deposit slip, to the following address: l’ordonnateur National du FED — unité technique d’appui à l’ordonnateur national, ministère de
l’économie et des finances, avenue Jean Paul II (route de l’Aéroport), BP 963 Cotonou — REPUBLIC OF BENIN, Tel. +229 21302313 — Fax: +229 21301362 Email:
appeldoffresutfed@finances.bj— or hand delivered by the candidate in person or by their agent directly to the premises of the Contracting Authority in return for a signed and dated receipt, in
which case the evidence will be constituted by this acknowledgement of receipt, to: l’ordonnateur National du FED — unité technique d’appui à l’ordonnateur national, ministère de
l’économie et des finances, avenue Jean Paul II (route de l’Aéroport), BP 963 Cotonou — REPUBLIC OF BENIN, Tel. +229 21302313 — Fax: +229 21301362 Email:
appeldoffresutfed@finances.bjOpening hours: 8:00 to 12:30; 15:00 to 18:30 Monday to Friday, Cotonou time.The contract title and the contract notice number (see point 1 above) must be clearly
marked on the envelope containing the application, and must be quoted in all subsequent correspondence with the contracting authority.Applications submitted in any other way will not be
considered.When submitting their proposals, candidates agree to receive notification of the result of the procedure by electronic means. The notification will be deemed to have been received on
the day the contracting authority sends it to the email address stated in the application.
26.Alteration or withdrawal of applicationsCandidates may amend or withdraw their application by giving written notification before the deadline for submission of applications. Applications
cannot be amended once this deadline has passed.Notice of amendment or withdrawal must be submitted and sent as per the instructions given in point 25. The word "Modification" (amendment) or
"Retrait" (withdrawal), as applicable, must be written on the outside envelope (and on the inner envelope, where applicable).
27.Working languageAll correspondence concerning this invitation to tender procedure and contract must be in French.
28.Date of publication of prior information notice18.3.2019.
29.Legal basis (2)Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States, of the one part, and the European Community and its Member
States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of
the ACP-EU Council of Ministers of 20.6.2014.(2) Please indicate any specification that may have an impact on the rules of participation (e.g. geographical specificity, short-term or long-term
thematic specificity).
Источник закупки
Перейти
Импорт - Экспорт по стране Бенин
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.