Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Демократической республики Конго


EDF — Design, manufacture, supply and delivery of multi-purpose modular boats for the National Waterways Management Agency (примерный перевод: EDF - Проектирование, изготовление, поставка и поставка многоцелевых модульных лодок для Национального агентства по водным путям управления) (Демократическая республика Конго - Тендер #694200)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Демократическая республика Конго (другие тендеры и закупки Демократическая республика Конго)
Номер конкурса: 694200
Дата публикации: 07-09-2016
Сумма контракта: 168 821 349 (Российский рубль) Цена оригинальная: 2 860 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
1.Publication reference:EuropeAid/137950/IH/SUP/CD.

2.Procedure:International open procedure.

3.Programme title:Project to support the navigability of lakes and rivers in the Democratic Republic of the Congo.

4.Financing:10th European Development Fund — No CD/FED/2009/021-536.

5.Contracting authority:Finance Minister, National Authorising Officer of the European Development Fund in the Democratic Republic of the Congo, Kinshasa, DEMOCRATIC REPUBLIC OF THE CONGO.

6.Contract description:Under the contract the contractor shall design, manufacture, supply and deliver multi-purpose modular boats for the National Waterways Management Agency (beneficiary) as part of the project to support the navigability of lakes and rivers in the Democratic Republic of the Congo. The goods are to be delivered DDP (Delivered Duty Paid)/DAP (Delivered At Place) — Incoterms 2010 International Chamber of Commerce — http://www.iccwbo.org/products-and-services/trade-facilitation/incoterms-2010/the-incoterms-rules/ to the following location: National Waterways Management Agency shipyard in the Democratic Republic of the Congo, at: 2357, Poids lourds, Ndolo, Kinshasa, DEMOCRATIC REPUBLIC OF THE CONGO.

7.Number and titles of lots:3 lots.Lot 1:item; name; type; quantity; delivery period:1; buoy tenders; unit; 2; 420 days.Lot 2:item; name; type; quantity; delivery period:2; pontoons for living areas; unit; 2; 300 days.Lot 3:item; name; type; quantity; delivery period:3; fitted out prefabs; —; —; 300 days:3.1; type 1 accommodation for managers; unit; 6; —;3.2; type 2 accommodation for workers; unit; 6; —;3.3; type 3 offices; unit; 8; —;3.4; type 4 kitchen — mess; unit; 4; —;3.5; type 5 workshop — store; unit; 2; —;3.6; type 6 bathroom facilities — showers; unit; 2; —;3.7; type 7 store; unit; 8; —.

8.Eligibility and rule of origin:Participation in the contract is open on equal terms to natural persons and legal entities (irrespective of whether they are taking part as individuals or as part of a grouping (consortium) of tenderers) established in an ACP country, an EU Member State or a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is financed (see point 22 below). Participation in the procedure is also open to international organisations. All the goods supplied under this contract must originate in these countries.

9.Grounds for exclusion:Tenderers must provide a signed declaration, included in the tender form for a supplies contract, confirming that they are not in any of the situations listed in point 2.3.3 of the Practical Guide.

10.Number of tenders:Tenderers may not submit more than 1 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 guarantee:Tenderers must provide a tender guarantee of 35 000 EUR for lot 1, 15 000 EUR for lot 2, and 15 000 EUR for lot 3 when they submit their tender. This 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 bond:The 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 he receives the contract signed by the contracting authority in which to furnish the bond along with the countersigned contract. If the successful tenderer does not provide the required bond within the time allowed, the contract will be rendered void and a new contract may then be drawn up and sent to the tenderer who submitted the second lowest-priced compliant tender.

13.Briefing and/or site visit:There are no plans for a briefing or a site visit. Individual visits by potential tenderers during the invitation to tender period cannot be organised.

14.Tender validity:Tenders 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 tasks:The implementation period for the tasks will start from the date stated in the administrative order, which will be issued to the contractor after contract signature. It runs until the provisional acceptance of the supplies. It will be up to: — 420 calendar days for lot 1,— 300 calendar days for lots 2 and 3.

16.Selection criteria:The 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.1) Tenderer"s economic and financial capacity (based on point 3 of the tender form for a supplies contract):• certified balance sheets for the past 3 financial years for which accounts have been closed,• the tenderer"s average annual turnover must be at least twice the tender value,• the ratio of short-term assets to short-term liabilities (for the last year for which accounts have been closed) must be at least 1.2) 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 5 financial years for which accounts have been closed:• professional certification relevant to this contract, such as partnership and resale agreements with equipment suppliers,• at least 10 of the tenderer"s staff must currently work in the fields related to this contract (supply, installation, maintenance and repair).3) Tenderer"s technical capacity (based on points 5 and 6 of the tender form for a supplies contract). The reference period will correspond to the past 5 financial years for which accounts have been closed:• during the past 5 years, the tenderer must have delivered goods for at least 2 contracts with a budget of at least 500 000 EUR in the fields of supply, installation, maintenance and repair, carried out during the following period: 5 years prior to the tender submission date, i.e. 14.11.2016,• the tenderer must have a secure and reliable after-sales service which allows him to react quickly during the warranty period.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 in 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, 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 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 entity/these third 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 the technical and professional criteria, a tenderer may only use the capacities of other entities if they perform the tasks for which said capacities are required.With regard to the economic and financial criteria, the entities whose capacities the tenderer uses become jointly and severally liable for performance of the contract.

17.Award criterion:Price.

18.Procedures for obtaining the invitation to tender dossier:The invitation to tender dossier is available from the following web address:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcomeIt 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 to:M. l"ordonnateur national délégué du Fonds européen de développement en République démocratique du Congo, cellule d"appui à l"ordonnateur national du Fonds européen de développement (COFED), bâtiment de la direction générale des impôts, croisement des avenues des Marais et Province orientale, Kinshasa/Gombe, DEMOCRATIC REPUBLIC OF THE CONGO. Tel. +243 81 555 36 44. Fax +243 81 555 36 49. E-mail: cofed@cofed.cdwith a copy to:M. le chef de la délégation de l"Union européenne en République démocratique du Congo, immeuble BCDC, 14e étage, boulevard du 30 juin, Kinshasa/Gombe, DEMOCRATIC REPUBLIC OF THE CONGO. Tel. +243 81 55 67 401. E-mail: delegation-dem-rep-of-congo@eeas.europa.eu(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 at least 11 days before the final date for submission of tenders. Clarifications or minor amendments to the invitation to tender dossier will be 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 tenders:Tenders must be sent by bearer or by express delivery no later than 14.11.2016 (15:00) local time in Kinshasa, to the offices of the European Development Fund National Authorising Officer Support Unit on the 2nd floor of the building of the direction générale des impôts, croisement des avenues des Marais et Province orientale, Kinshasa/Gombe, DEMOCRATIC REPUBLIC OF THE CONGO.The contracting authority will not consider any tenders received after this deadline.

20.Tender opening session:The opening session will take place on 14.11.2016 (15:30) in the conference room of the European Development Fund National Authorising Officer Support Unit on the 2nd floor of the building of the direction générale des impôts, croisement des avenues des Marais et Province orientale, Kinshasa/Gombe, DEMOCRATIC REPUBLIC OF THE CONGO.

21.Language for the procedure:French must be used for all correspondence concerning this invitation to tender.

22.Legal basis:Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States and the European Community and its Member States, 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.

23.Additional information:Not applicable.


Источник закупки

Перейти

Импорт - Экспорт по стране Демократическая республика Конго

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.

Экспорт Импорт




Copyright © 2008-2024, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

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.

Политика обработки персональных данных tenderguru.ru