Supply, installation and commissioning of solar photovoltaic equipment for courts and prisons (примерный перевод: Поставка, монтаж и ввод в эксплуатацию солнечного фотоэлектрического оборудования для судов и тюрем) (Чад - Тендер #3076022)
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
3.Programme titleProject to support justice in Chad, phase 2 (Projet d"appui à la justice au Tchad, phase 2 — Prajust 2)
4.FinancingFinancing agreement No SN/FED/037- 456
5.Contracting authorityLe ministère de l’économie et de la planification du développement, ordonnateur national du FED, quartier résidentiel, administratif et commercial, Rue 1032, Porte
415, BP 1917, N’Djamena, Chad, Tel.: +235 225146 23, Fax: +235 22518741, E-mail: paonfed@paonfedtchad.org
6.Description of the contractUnder this contract, the aim is to supply, install and commission solar photovoltaic equipment in 9 district courts, the National Judicial Training School, the
Ministry of Justice and Human Rights (server room, minister"s office, general secretariat) and 11 prisons within the framework of implementing the project to support justice in Chad phase 2
(Prajust 2) financed by the 11th EDF.
7.Number and titles of lots4 Lots:Lot No 1: 6 Mini photovoltaic solar power plants for the power supply of the following high courts (Tribunaux de grandes instances -TGI) and prisons: TGI Mongo
(12.5KW), MA Mongo (10KW), TGI Ati (12KW), MA Ati (10KW), TGI Moussoro (12KW) and MA Moussoro (10KW).Lot No 2: 5 mini photovoltaic solar power plants for the supply of the following high courts
(TGI) and prisons (Maisons d"arrêts - MA):TGI Amtiman (12KW), MA Amtiman (10KW), TGI Sarh (12.5KW), MA Sarh (10KW) and MA Koumra (10KW).Lot No 3: 6 Mini photovoltaic solar power plants for the
power supply of the following high courts (TGI) and prisons: TGI Doba (12KW), MA Doba (10KW), TGI Moundou (12.5), MA Moundou (10KW), TGI Kelo(12KW) and MA Kelo (10KW).Lot No 4: 5 Mini solar
photovoltaic power plants for the National Judicial Training School (Ecole nationale de formation judiciaire - ENFJ, 12KW), the Ministry of Justice and Human Rights (ministère de la justice et
des droits humains - MJDH, 12.5KW), and the following prisons (MA): MA Amsinene (10KW), MA Bongor (10KW) and the Bongor high court (TGI) (12.5KW).— site visits,— site visits are mandatory and
must be made before the information meeting. Tenderers must include proof of their site visit signed by the site manager with their tender . A visit permit will be issued at the start, signed and
sealed on arrival by the site managers (president of the court or his representative for the TGI and managers for the prisons),— tenderers must carry out surveys and calculations of the areas
available to accommodate the PV field that will accompany their tender,— tenderers must submit a schematic diagram for wiring each site in relation to their observations with their
tender.
8.Eligibility and rule of originParticipation in the contract is open on equal terms to all natural persons and legal entities (participating either individually or as part of a grouping —
consortium — of tenderers) established in an ACP country, a European Union Member State, or a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is
financed (see point 22 below). Furthermore, participation is open to international organisations. All goods supplied under this contract must originate in these countries.All supplies purchased
under this contract must originate in one or more of these countries.
9.Exclusion situationsTenderers must provide a signed declaration, included in the tender form for a works contract, confirming that they are not in any of the situations listed in point 2.3.3 of
the practical guide.
10.Number of tendersTenderers may not submit more than one tender per lot. Tenders for part of a lot will not be considered. Tenderers may state in their tender whether they would grant a
discount should they be awarded several lots. Tenderers may not submit a variant tender in addition to their tender for the supplies required in the invitation to tender dossier.
11.Tender guaranteeTenderers must provide a tender guarantee for the lots:— 4 385 055 FCFA or 6 685 EUR for lot No. 1,— 4 305 000 FCFA or 6 563 EUR for lot No. 2,— 3 912 375 FCFA or 5 965
EUR for lot No. 3,— 3 733 500 FCFA or 5 692 EUR for lot No. 4.When they submit their tenders. This guarantee will be returned to unsuccessful tenderers once the invitation to tender procedure
has been completed and to the successful tenderer(s) once the contract has been signed by all parties. This guarantee will be drawn on if the tenderer does not honour all the obligations
stipulated in the invitation to tender.
12.Performance bondThe successful tenderer will be required to provide a performance bond for 10 % of the contract value when the contract is signed. The tenderer will have 30 days from the date
on which they receive the contract signed by the contracting authority in which to provide the bond along with the countersigned contract. Should the successful tenderer not provide the required
bond within the time allowed, the contract shall be rendered void and a new contract may then be drawn up and sent to the tenderer who submitted the compliant tender with the next lowest
price.
13.Briefing and/or site visitA briefing and a mandatory site visit will be arranged for 16.5.2018 at 09:00 in the conference room, Programme to support the EDF National Authorising Officer
(PAON-FED), Tel +33 22514623
14.Tender validityTenders are to be valid for 90 days from the final date for submission of tenders. In exceptional circumstances, and before the tender validity period expires, the contracting
authority may request tenderers to extend the validity of their tenders for a specific period (see point 8.2 of the instructions to tenderers).
15.Implementation period for the tasksThe implementation period for tasks from signature of the contract by the successful tenderer to the provisional acceptance of the products is:— 120 days
for Lot No. 1,— 120 days for Lot No. 2,— 120 days for Lot No. 3,— 120 days for Lot No. 4.
16.Selection criteriaThe following selection criteria will be applied to tenderers. Where tenders are submitted by a consortium, these criteria will apply to the consortium as a whole, unless
otherwise specified. The selection criteria will neither be applied to natural persons nor single-member companies acting as subcontractors:1) tenderer"s economic and financial capacity (based on
point 3 of the tender form for a supplies contract). Should the tenderer be a public body, equivalent information must be submitted. The reference period will correspond to the past 3 financial
years for which accounts have been closed.a) the tenderer’s average annual turnover must exceed:— 445 665 EUR or 292 337 075 FCFA for lot No. 1,— 437 530 EUR or 287 000 850 FCFA for lot No.
2,— 397 625 EUR or 260 825 000 FCFA for lot No. 3,— 379 445 EUR or 248 900 000 FCFA for lot No. 4.b) the ratio of short-term assets to short-term liabilities must be at least 1 for the last
financial year for which accounts have been closed. In the case of a consortium, each of its members must comply with this criterion.Tenderers may submit one tender for all lots, but in order for
multiple lots to be awarded to the same tenderer, they must meet the following selection criteria:— economic and financial capacity of the candidate: the tenderer’s average annual turnover
must exceed 1 500 000 EUR or 983 935 500 FCFA for all the lots,— economic and financial capacity of the candidate: the tenderer’s average annual turnover must exceed 800 000 EUR or 524 765
600 FCFA for 2 lots,— economic and financial capacity of the candidate: the tenderer’s average annual turnover must exceed 1 200 000 EUR or 787 148 400 FCFA for 3 lots.2) tenderer"s
professional capacity (based on points 4 and 5 of the tender form for a supplies contract). The reference period will correspond to the past 3 financial years for which accounts have been
closed.(a) relevant professional certification for this contract, such as sale/installation and/or manufacture of solar photovoltaic and/or electrical (low-voltage, very low-voltage,
medium-voltage or high-voltage electricity distribution network) equipment.(b) the tenderer"s staff must include at least 2 persons (engineer and senior technician), highly qualified in the field
of renewable energies and/or electricity, who are currently working in fields related to this contract.3) tenderer"s technical capacity (based on points 5 and 6 of the tender form for a supplies
contract).The tenderer must have successfully completed the following during the period 5.6.2015 to 5.6.2018.— For lot No.1: 1 or more contracts with a budget at least equal to 445 665 EUR or
292 337 075 FCFA in the field of supply, installation and commissioning of photovoltaic equipment,— For lot No. 2: 1 or more contracts with a budget at least equal to 437 530 EUR or 287 000 850
FCFA in the field of supply, installation and commissioning of photovoltaic equipment,— For lot No.3: 1 or more contracts with a budget at least equal to 397 625 EUR or 260 825 000 FCFA in the
field of supply, installation and commissioning of photovoltaic equipment,— For lot No.4: 1 or more contracts with a budget at least equal to 379 445 EUR or 248 900 000 FCFA in the field of
supply, installation and commissioning of photovoltaic equipment.For multiple lots to be awarded to the same tenderer, they must meet the following selection criteria:—— EUR contracts with a
budget of at least 415 066 EUR or 272 265 448 FCFA for the supply, installation and commissioning of photovoltaic equipment.This means that the contract(s) to which the tenderer refers may have
begun or been completed at any time during the period given, but need not have begun and been completed during this period or have been carried out during the whole of said period.The tenderer
may refer to projects completed during the reference period (even if the project began before that period) or ongoing projects. In the first case, the project will be considered in its entirety,
subject to proof that it was carried out satisfactorily (declaration from the relevant contracting authority, final acceptance). In the case of an ongoing project, only the part satisfactorily
completed in the reference period will be taken into account, subject to adequate proof being provided and details being given as to the value of the part that was satisfactorily completed.An
economic operator may, if necessary and for a specific contract, rely on 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
capacities of other entities are relied on, the economic operator must, in that case, provide the contracting authority with proof that it will have the resources needed to perform the contract
by, for example, producing an undertaking from those entities to place those resources at its disposal. These entities, e.g. the economic operator"s parent company, must observe the same
eligibility rules, notably regarding nationality, as the economic operator in question. 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 their capacity must also be provided when requested by the contracting authority.With regard to technical and
professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the tasks 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 performance of the contract.
17.Award criteriaPrice
18.Procedures for obtaining the invitation to tender dossierThe tender dossier is available from the following Internet
address:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome. It can also be obtained from the contracting authority. The standard tender form for a supplies contract
must be used to draw up tenders. This form can be found in the invitation to tender dossier, and its clauses and format must be strictly adhered to.Questions regarding this invitation to tender
must be sent in writing toProjet d"appui à l"ordonnateur national du FED (PAON), quartier résidentiel, administratif et commercial, rue 1032, porte 415, BP 1917, N"Djamena, ChadE-mail:
paonfed@paonfed-tchad.org Tel.: +235 22514623 Fax +23522518741(quoting the publication reference given in point 1) at least 21 days before the final date for submission of tenders given in point
19. The contracting authority must reply to the questions no later than 11 days prior to the final date for submission of tenders. Clarifications or minor amendments to the invitation to tender
dossier are published at least 11 days prior to the final date for submission of tenders on the EuropeAid
site:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome
19.Final date for submission of tendersThe final date for submission of tenders is set at 10:00 (local time), on Tuesday 5.6.2018. The opening hours of the contracting authority offices are from
07:00 to 15:30 from Monday to Thursday and from 07:00 to 12:00 on Friday.The contracting authority will not consider any tenders received after the deadline.
20.Tender opening sessionThe tender opening session will take place on 5.6.2018 at 10:30 (local time), in the large PAON conference room.
21.Language of the procedureFrench must be used for all correspondence concerning this invitation to tender.
22.Legal basis (1)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.(1) 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).
23.Additional InformationNot Applicable
Источник закупки
Перейти
Импорт - Экспорт по стране Чад
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.