Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
3.Programme:Project to support the energy sector (Energos) in Côte d"Ivoire.
4.Financing:11th EDF — financing agreement No CI/FED/037-943.
5.Contracting authority:Ministry of Economy and Finance of Côte d"Ivoire, EDF National Authorising Officer in Côte d"Ivoire, Abidjan, CÔTE D"IVOIRE.
6.Contract description:The project to improve and extend the HV/LV/street lighting networks in the city of Bouaké involves:• improving and rehabilitating existing HV and LV networks and
renewing uninsulated LV networks,• improving Bouaké 1 and Bouaké 2 source substations,• improving the existing HV outlets and creating new outlets,• automating switchgear installed on the
network and setting up the corresponding UHF telecommunications network.
7.Numbers and titles of lots:Lot 1 — rehabilitation and improvement of source substations, telecontrol and the HV network.Lot 2 — rehabilitation and improvement of the HV network and
replacement of worn HV cables.Lot 3 — creation of new HV outlets.Lot 4 — construction of HV/LV substations, extension of the LV/street lighting network and replacement of worn uninsulated LV
cables.
8.Eligibility and rule of origin:Participation 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 EU Member State, an ACP country or a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is financed (also
see point 22 below). Participation is also open to international organisations. All supplies and equipment procured under this contract must originate in 1 or more of these eligible countries.
They may come from any country if their value does not exceed 100 000 EUR.
9.Grounds for exclusion:Tenderers 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 tenders:Tenderers may not submit more than 1 tender per lot. Tenders for part of the 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 works required in the invitation to tender dossier.
11.Tender guarantee:Tenderers must provide a tender guarantee for the following amounts per lot:• 150 000 EUR for lot 1 — rehabilitation and improvement of source substations, telecontrol and
the HV network,• 100 000 EUR for lot 2 — rehabilitation and improvement of the HV network and replacement of worn HV cables,• 30 000 EUR for lot 3 — creation of new HV outlets,• 150 000
EUR for lot 4 — construction of HV/LV substations, extension of the LV/street lighting network and replacement of worn uninsulated LV cables,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.
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:A briefing and a mandatory site visit will be held on 13.1.2017 (9:00) in Bouaké, on the premises of: direction régionale CIE, Bouaké, quartier Commerce (in the
vicinity of the "Palais de Justice").Attendance should be confirmed with:Mr Hervé Aka N"ZAI, Head of the Infrastructure, Energy and Urban Development Department, CI-EU Cooperation Coordination
Unit, tel. +225 20 30 33 00, e-mail: hervé.nzai@cccciue.ciMr David Ane, Head of the Infrastructure Unit, CI-EU Cooperation Coordination Unit, tel. +225 20 30 33 00, e-mail:
david.ane@cccciue.ci
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 that tenderers extend the validity of their tenders for a stipulated number of days.
15.Implementation period for the tasks:The implementation periods of the different lots are as follows:• lot 1 — rehabilitation and improvement of source substations, telecontrol and the HV
network: 24 months,• lot 2 — rehabilitation and improvement of the HV network and replacement of worn HV cables: 36 months,• lot 3 — creation of new HV outlets: 24 months,• lot 4 —
construction of HV/LV substations, extension of the LV/street lighting network and replacement of worn uninsulated LV cables: 24 months.The period shall begin once the notification of
instructions to commence works has been received and run until provisional acceptance.
16.Selection criteria:To be considered eligible for contract award, tenderers must provide proof that they meet the selection criteria. This proof must be provided by tenderers in the form of the
information and documents described in point 12.1 of the "Instructions to tenderers" and in any other form the tenderers wish to use.In the case of a tender submitted by a consortium, and unless
otherwise specified, these selection criteria will apply to the consortium as a whole.Lot 1: rehabilitation and improvement of source substations, telecontrol and the HV network.The selection
criteria applicable to tenderers for lot 1 are as follows.Candidate"s economic and financial capacity:(a) the annual value of the works undertaken by the tenderer during the past 3 years must
exceed 8 000 000 EUR. This criterion will be assessed according to the information in table 4.4.2, model 4.4 "Financial sheet", of volume 1, section 4;(b) the tenderer must have had at least 1
positive operating result (profit) over the past 3 financial years. This criterion will be assessed according to the information in table 4.4.4, model 4.4 "Financial sheet", of volume 1, section
4;(c) access to sufficient credit and other financial facilities (other than the initial advance) to cover the required cash flow for the duration of the contract, up to 3 000 000 EUR. This
access must be given in the form of bank certificate providing a credit line.Candidate"s technical and professional capacity:(a) he must have completed at least 2 projects of a similar nature in
the 5 years prior to the submission deadline. The value of the works carried out under his own responsibility needs to be at least 4 000 000 EUR for 1 of these projects, and at least 8 000 000
EUR for the other.To provide proof of this criterion, tenderers must provide copies of provisional or final acceptance certificates or certificates of satisfactory performance signed by the
project managers/awarding authorities for the projects in question.This means that the projects to which the tenderer refers could have begun, been carried out or been completed at any moment
during the given period, but need not necessarily have begun, been carried out or been completed during the whole of said period.However, it is recognised that a project started in the past 5
years may not have been fully completed. The tenderer should then provide a partial provisional or final acceptance certificate proving that the value of the works completed is equal to or
greater than the minimum values required;(b) he must carry out at least 70 % of the works under the contract using his own resources, which means that he must have the equipment, materials, human
resources and financial means needed to carry out this portion of the contract;(c) the lead member of a joint venture/consortium must have the capacity to carry out at least 50 % of the works
under the contract using his own resources;(d) a partner in a joint venture/consortium (i.e. not the lead member) must carry out at least 10 % of the works under the contract;(e) the tenderer
must prove that he has staff for the following key positions:number; position; quantity; qualification; general experience; specific experience:1; project manager; 1; electrical or
electromechanical engineer or equivalent; 10 years; must have completed at least 2 projects involving similar works during the past 10 years (as a project manager or equivalent), including 1 with
a value of at least 4 000 000 EUR;2; design engineer for high-voltage structures; 1; electrical or electromechanical engineer or equivalent; 7 years; must have completed at least 2 projects
involving similar works during the past 10 years (as a design engineer for high-voltage structures or equivalent), including 1 with a value of at least 2 000 000 EUR;3; design engineer for
civil-engineering structures; 1; civil engineer or equivalent; 7 years; must have completed at least 2 projects involving similar works during the past 10 years (as a design engineer for
civil-engineering structures or equivalent), including 1 with a value of at least 2 000 000 EUR;4; consulting firm manager; 1; electrical or electromechanical engineer or equivalent; 7 years;
must have completed at least 2 projects involving similar works during the past 10 years (as a consulting firm manager or equivalent), including 1 with a value of at least 2 000 000 EUR;5;
network protection expert; 1; electrical engineer or equivalent; 7 years; must have completed at least 2 projects involving similar work during the past 10 years (as a network protection expert
or equivalent), including 1 with a value of at least 2 000 000 EUR. He must be experienced in command and control;6; works foreman; 1; electrical or electromechanical engineer or equivalent; 10
years; must have completed at least 2 projects involving similar works during the past 10 years as a works foreman or equivalent.Lot 2: rehabilitation and improvement of the HV network and
replacement of worn HV cables.The selection criteria applicable to tenderers for lot 2 are as follows.Candidate"s economic and financial capacity:(a) the annual value of the works undertaken by
the tenderer during the past 3 years must exceed 4 000 000 EUR. This criterion will be assessed according to the information in table 4.4.2, model 4.4 "Financial sheet", of volume 1, section
4;(b) the tenderer must have had at least 1 positive operating result (profit) over the past 3 financial years. This criterion will be assessed according to the information in table 4.4.4, model
4.4 "Financial sheet", of volume 1, section 4;(c) access to sufficient credit and other financial facilities (other than the initial advance) to cover the required cash flow for the duration of
the contract, up to 2 000 000 EUR. This access must be given in the form of bank certificate providing a credit line.Candidate"s technical and professional capacity:(a) he must have completed at
least 2 projects of a similar nature in the 5 years prior to the submission deadline. The value of the works carried out under his own responsibility needs to be at least 3 000 000 EUR for 1 of
these projects, and at least 6 000 000 EUR for the other.To provide proof of this criterion, tenderers must provide copies of provisional or final acceptance certificates or certificates of
satisfactory performance signed by the project managers/awarding authorities for the projects in question.This means that the projects to which the tenderer refers could have begun, been carried
out or been completed at any moment during the given period, but need not necessarily have begun, been carried out or been completed during the whole of said period.However, it is recognised that
a project started in the past 5 years may not have been fully completed. The tenderer should then provide a partial provisional or final acceptance certificate proving that the value of the works
completed is equal to or greater than the minimum values required;(b) he must carry out at least 70 % of the works under the contract using his own resources, which means that he must have the
equipment, materials, human resources and financial means needed to carry out this portion of the contract;(c) the lead member of a joint venture/consortium must have the capacity to carry out at
least 50 % of the works under the contract using his own resources;(d) a partner in a joint venture/consortium (i.e. not the lead member) must carry out at least 10 % of the works under the
contract;(e) the tenderer must prove that he has staff for the following key positions:number; position; quantity; qualification; general experience; specific experience:1; project manager; 1;
electrical or electromechanical engineer or equivalent; 10 years; must have completed at least 2 projects involving similar works during the past 10 years (as a project manager or equivalent),
including 1 with a value of at least 3 000 000 EUR;2; design engineer for medium- and low-voltage structures; 1; electrical or electromechanical engineer or equivalent; 7 years; must have
completed at least 2 projects involving similar works during the past 10 years (as a design engineer for medium- and low-voltage structures or equivalent), including 1 with a value of at least 1
500 000 EUR;3; consulting firm manager; 1; electrical or electromechanical engineer or equivalent; 7 years; must have completed at least 2 projects involving similar works during the past 10
years (as a consulting firm manager or equivalent), including 1 with a value of at least 1 500 000 EUR;4; works foreman; 1; electrical or electromechanical engineer or equivalent; 15 years; must
have completed at least 2 projects involving similar works during the past 10 years as a works foreman or equivalent.Lot 3: creation of new HV outlets.The selection criteria applicable to
tenderers for lot 3 are as follows.Candidate"s economic and financial capacity:(a) the annual value of the works undertaken by the tenderer during the past 3 years must exceed 2 000 000 EUR. This
criterion will be assessed according to the information in table 4.4.2, model 4.4 "Financial sheet", of volume 1, section 4;(b) the tenderer must have had at least 1 positive operating result
(profit) over the past 3 financial years. This criterion will be assessed according to the information in table 4.4.4, model 4.4 "Financial sheet", of volume 1, section 4;(c) access to sufficient
credit and other financial facilities (other than the initial advance) to cover the required cash flow for the duration of the contract, up to 1 000 000 EUR. This access must be given in the form
of bank certificate providing a credit line.Candidate"s technical and professional capacity:(a) he must have completed at least 2 projects of a similar nature in the 5 years prior to the
submission deadline. The value of the works carried out under his own responsibility needs to be at least 1 000 000 EUR for 1 of these projects, and at least 2 000 000 EUR for the other.To
provide proof of this criterion, tenderers must provide copies of provisional or final acceptance certificates or certificates of satisfactory performance signed by the project managers/awarding
authorities for the projects in question.This means that the projects to which the tenderer refers could have begun, been carried out or been completed at any moment during the given period, but
need not necessarily have begun, been carried out or been completed during the whole of said period.However, it is recognised that a project started in the past 5 years may not have been fully
completed. The tenderer should then provide a partial provisional or final acceptance certificate proving that the value of the works completed is equal to or greater than the minimum values
required;(b) he must carry out at least 70 % of the works under the contract using his own resources, which means that he must have the equipment, materials, human resources and financial means
needed to carry out this portion of the contract;(c) the lead member of a joint venture/consortium must have the capacity to carry out at least 50 % of the works under the contract using his own
resources;(d) a partner in a joint venture/consortium (i.e. not the lead member) must carry out at least 10 % of the works under the contract;(e) the tenderer must prove that he has staff for the
following key positions:number; position; quantity; qualification; general experience; specific experience:1; project manager; 1; electrical or electromechanical engineer or equivalent; 10 years;
must have completed at least 2 projects involving similar works during the past 10 years (as a project manager or equivalent), including 1 with a value of at least 4 000 000 EUR;2; design
engineer for medium- and low-voltage structures; 1; electrical or electromechanical engineer or equivalent; 7 years; must have completed at least 2 projects involving similar works during the
past 10 years (as a design engineer for medium- and low-voltage structures or equivalent), including 1 with a value of at least 2 000 000 EUR;3; consulting firm manager; 1; electrical or
electromechanical engineer or equivalent; 10 years; must have completed at least 2 projects involving similar works during the past 10 years (as a consulting firm manager or equivalent),
including 1 with a value of at least 500 000 EUR;4; works foreman; 1; electrical or electromechanical engineer or equivalent; 15 years; must have completed at least 2 projects involving similar
works during the past 10 years as a works foreman or equivalent.Lot 4: construction of HV/LV substations, extension of the LV/street lighting network and replacement of worn uninsulated LV
cables.The selection criteria applicable to tenderers for lot 4 are as follows.Candidate"s economic and financial capacity:(a) the annual value of the works undertaken by the tenderer during the
past 3 years must exceed 9 000 000 EUR. This criterion will be assessed according to the information in table 4.4.2, model 4.4 "Financial sheet", of volume 1, section 4;(b) the tenderer must have
had at least 1 positive operating result (profit) over the past 3 financial years. This criterion will be assessed according to the information in table 4.4.4, model 4.4 "Financial sheet", of
volume 1, section 4;(c) access to sufficient credit and other financial facilities (other than the initial advance) to cover the required cash flow for the duration of the contract, up to 3 000
000 EUR. This access must be given in the form of bank certificate providing a credit line.Candidate"s technical and professional capacity:(a) he must have completed at least 2 projects of a
similar nature in the 5 years prior to the submission deadline. The value of the works carried out under his own responsibility needs to be at least 4 000 000 EUR for 1 of these projects, and at
least 9 000 000 EUR for the other.To provide proof of this criterion, tenderers must provide copies of provisional or final acceptance certificates or certificates of satisfactory performance
signed by the project managers/awarding authorities for the projects in question.This means that the projects to which the tenderer refers could have begun, been carried out or been completed at
any moment during the given period, but need not necessarily have begun, been carried out or been completed during the whole of said period.However, it is recognised that a project started in the
past 5 years may not have been fully completed. The tenderer should then provide a partial provisional or final acceptance certificate proving that the value of the works completed is equal to or
greater than the minimum values required;(b) he must carry out at least 70 % of the works under the contract using his own resources, which means that he must have the equipment, materials, human
resources and financial means needed to carry out this portion of the contract;(c) the lead member of a joint venture/consortium must have the capacity to carry out at least 50 % of the works
under the contract using his own resources;(d) a partner in a joint venture/consortium (i.e. not the lead member) must carry out at least 10 % of the works under the contract;(e) the tenderer
must prove that he has staff for the following key positions:number; position; quantity; qualification; general experience; specific experience:1; project manager; 1; electrical or
electromechanical engineer or equivalent; 10 years; must have completed at least 2 projects involving similar works during the past 10 years (as a project manager or equivalent), including 1 with
a value of at least 4 000 000 EUR;2; design engineer for medium- and low-voltage structures; 1; electrical or electromechanical engineer or equivalent; 7 years; must have completed at least 2
projects involving similar works during the past 10 years (as a design engineer for medium- and low-voltage structures or equivalent), including 1 with a value of at least 2 000 000 EUR;3;
consulting firm manager; 1; electrical or electromechanical engineer or equivalent; 7 years; must have completed at least 2 projects involving similar works during the past 10 years (as a
consulting firm manager or equivalent), including 1 with a value of at least 2 000 000 EUR;4; works foreman; 1; electrical or electromechanical engineer or equivalent; 15 years; must have
completed at least 2 projects involving similar works during the past 10 years as a works foreman or equivalent.Tenderers submitting a tender for several lots must provide proof of overall
compliance with the criteria required separately for each lot for which they are submitting a tender. In the event of non-compliance with this obligation, the tender will be rejected for all lots
concerned. In this case, the tender for the lot(s) for which the selection criteria were complied with will not be selected.Capacity providing entitiesAn 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 a guideline, it might not be
considered appropriate by the contracting authority if the tender relies mostly on the capacities of other entities or relies on the capacities of other entities for the key criteria. In this
event, the tenderer must provide the contracting authority with proof that he will have the resources needed to carry out the contract by, for example, producing a written commitment undertaken
by said entities to make such resources available. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility, and notably that of
nationality, as the economic operator. 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 operator may only use the capacities
of other entities if they carry out the work 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 contract performance.
17.Award criterion:The most economically advantageous tender is the lowest-priced technically compliant one.
18.Procedures for obtaining the invitation to tender dossier:The invitation to tender dossier is available at the following address:Cellule de coordination de la coopération Côte d"Ivoire-Union
européenne, à l"attention de M. Hervé N"Zai, 18 rue du Docteur Crozet, 01 BP V 306, Abidjan 01, CÔTE D"IVOIRE. Tel. +225 20 30 33 00. Fax +225 20 30 33 08.It can also be obtained from the
contracting authority. The standard tender form for works contracts 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:Cellule de coordination de la coopération Côte d"Ivoire-Union européenne, à l"attention de M.
Hervé N"Zai, 18 rue du Docteur Crozet, 01 BP V 306 Abidjan 01. Tel. +225 20 30 33 00. Fax +225 20 30 33 08. E-mail: herve.nzai@cccciue.ci with a copy to georges.koffi@cccciue.ci
david.ane@cccciue.ci mireille.singo@cccciue.ci (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:9.3.2017 (12:00), local time.The contracting authority will not consider any tenders received after the deadline.
20.Tender opening session:9.3.2017 (14:00), local time, at Cellule de coordination de la coopération Côte d"Ivoire-Union européenne, immeuble de l"Union européenne, avenue Terrasson de
Fougères, Abidjan — Plateau, CÔTE D"IVOIRE.
21.Language for the procedure:French must be used for all correspondence concerning this invitation to tender.
22.Repetition of similar works:Subsequent to the initial contract resulting from this tender procedure, new works consisting in the repetition of similar works up to an estimated amount of 50 %
of the contract value may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided that the new works conform to the basic
project.
23.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.
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.