Technical assistance for the implementation of the governance support project in the transport sector in West Africa (примерный перевод: Техническая помощь для реализации проекта поддержки управления в транспортном секторе в Западная Африка) (Кот-д'Ивуар - Тендер #3835655)
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 titleGovernance support in the transport sector in West Africa
4.Financing11th European Development Fund (EDF) regional indicative programme / financing agreement ROC/FED/039-218
5.Contracting authorityRepublic of Côte d’Ivoire represented by the Ministry of Economy and Finance, EDF National Authorising Officer, Abidjan, Côte d’IvoireRequests for clarification may
be sent to the contracting authority by email at the following addresses: herve.nzai@cccciue.ci and david.ane@ccciue.ci at least 21 days before the deadline for submission of applications, as set
out in point 23 below.Replies to requests for clarification will be published on the website of the Directorate-General for International Cooperation and Development no later than 5 days before
the deadline for submission of applications.
6.Nature of contractUnit price
7.Contract descriptionThe objective of this contract is to contribute to effective implementation of the governance support project in the transport sector in West Africa, and more specifically
in Côte d"Ivoire, by providing technical assistance to transport sector participants, and the road infrastructure sector in Côte d"Ivoire: Ministries of Transport, and Economic Infrastructure
(MIE), structures under supervision, and professional representations. This technical assistance will contribute to improving the governance of road maintenance, combating overloading, improving
transport services and conditions and ensuring transport fluidity on regional road corridors.
8.Number and titles of lotsSingle lot
9.Maximum budgetEUR 4 000 000.
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 EUR 2 000 000. Any extension of the contract is 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.Please be aware that after the United Kingdom"s withdrawal from the EU, the rules of access to EU
procurement procedures of economic operators established in third countries will apply equally to candidates or tenderers from the United Kingdom depending on the outcome of negotiations. If such
access would not be provided for by the legal provisions in force at the time of the contract award, the candidates or tenderers of the United Kingdom could 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 tenderersTenders 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 on one of the EU"s restrictive measures lists (see section 2.4 of the Practical Guide) at the time of the
contract award decision cannot be awarded the contract.
16.Sub-contractingSubcontracting is allowed.
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 tenderNovember 2018.
19.Commencement date of the contractApril 2019.
20.Implementation period for the tasks34 months
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 3 financial years for which accounts have been closed.— the candidate"s average annual turnover for the last 3 financial years for which annual accounts have been closed
must be equal to or higher than EUR 2 500 000 excluding tax,— the general liquidity ratio (short-term assets/short-term liabilities) for the last financial year for which accounts have been
closed must be at least 1. 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 correspond to the last 3 financial years for which accounts have been closed prior to the submission deadline.— the candidate"s minimum permanent
staff for the current year in the field of transport policy and/or institutional support for road network management: 15 persons.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 years prior to the submission deadline.During the last 3 financial years, the candidate has executed at least 2
technical assistance contracts, with a share obtained above 50% for each of the contracts, in the field of transport policy and/or institutional support for the management of road networks in one
of the developing countries included in the DAC list of ODA recipients (downloadable from the following link:
http://www.oecd.org/fr/cad/financementpourledeveloppementdurable/normesfinancement-developpement/DAC_List_ODA_Recipients2018to2020_flows_Fr.pdf), with a minimum amount of EUR 2 000 000 excluding
tax per contract. This amount corresponds to the part directly implemented by the candidate.This means that the project the candidate refers to could have been started or completed at any time
during the period given. However, it need not necessarily have been completed during this period, or have been undertaken during the whole of said period. Candidates or tenderers may refer either
to a project completed during the reference period (although started before this period) or to part of a contract that has not yet been fully performed. In the first scenario, the project will be
considered as a whole, subject to proof of satisfactory performance (statement from the entity that awarded the contract, proof of final payment, etc.); in the case of ongoing projects, only the
part which has been successfully performed by the candidate may be used as a reference. The candidate must be able to provide documentary proof of satisfactory performance of this part
(declaration from the entity that awarded the contract, proof of final payment, etc.) and the corresponding amount. 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. Examples of situations that might be considered inappropriate by the contracting authority would be if the
tenderer relies mainly on the capacities of other entities, or relies on the same for key criteria. If the tenderer relies on 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
the economic operator. In addition, the information regarding the relevant selection criterion for this third party entity must be included in a separate document in the tender dossier. Proof of
capacity must also be provided at the request of 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 economic and financial criteria, the entities upon whose capacity the tenderer
relies 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. Only the following factors will be
considered in the re-examination:— the number of projects having the highest value under criterion 3,— the above technical capacity.
22.Award criteriaThe best price-quality ratio.
23.Deadline for receipt of applicationsThere are 2 different systems for sending applications: the first is by post or private delivery service, the other delivered by hand.In the first case, the
application must have been sent before the tender deadline of Monday 22.10.2018 at 12.00, local time, as evidenced by the postmark or delivery record, and in the second case the acknowledgment of
receipt given at the time of receipt of the application/tender will be used as evidence.Applications received by the contracting authority after the deadline will not be considered.The
contracting authority may, for reasons of administrative efficiency, reject any tender or application sent by post on time but received, for reasons beyond the control of the contracting
authority, after the date of approval of the short-listing report or evaluation report, if admitting those applications/tenders sent on time but received too late would significantly delay the
evaluation procedure (e.g. if applications/tenders were to be received after the evaluation committee had finished its work, and evaluating them would imply that the evaluation committee would
have to meet again) or would call into question decisions already taken and notified.
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.
25.Application submission proceduresApplications must be submitted in French only and sent to the contracting authority:— either by post or courier service, in this case the postmark or the
delivery record will certify compliance with the deadline for receipt of tenders, to the following address: à l’attention de M. Semon Bamba, cellule de coordination de la coopération CI/UE,
18 rue du Dr Crozet, immeuble Azur Plateau, 19 01 BP V 306 Abidjan 01, CÔTE D’IVOIRE,— or delivered personally by the participant or an agent directly to the contracting authority, against a
signed and dated acknowledgment of receipt, in which case the acknowledgment of receipt certifies compliance with the deadline for receipt of tenders, to the following address: à l’attention
de M. Semon Bamba, cellule de coordination de la coopération CI/UE, 18 rue du Dr Crozet, immeuble Azur Plateau, 19 01 BP V 306 Abidjan 01, CÔTE D’IVOIRE, Monday to Friday, 7.30 to 12.30 and
13.30 to 16.30.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 onthe day the contracting authority sends it to the email address stated in the
application.
26.Amendments to or withdrawal of tendersTenderers may amend or withdraw their tender by giving notice thereof in writing before the final date for submission of tenders. Tenders 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 notice26.4.2018.
29.Legal basis. 1Annex 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).
30.Additional informationThe indicative amount of incidental expenditure provided for in this contract is EUR 400 000.
Источник закупки
Перейти
Импорт - Экспорт по стране Кот-д'Ивуар
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.