EDF — Technical assistance to the Ministry of Finance for the implementation of the Ghana public finance management support programme (примерный перевод: EDF - Техническая помощь Министерству финансов для осуществления государственной финансовой поддержки управления программой Гана) (Гана - Тендер #2469883)
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 title:Support programme to public finance management and the Stepping Stone Economic Partnership Agreement (EPA).
4.Financing:Financing agreement EDF/2017/039-770.
5.Contracting authority:The National Authorising Officer for European Development Fund, Ministry of Finance, PO Box MB 40, Accra, GHANA.
6.Nature of contract:Fee-based.
7.Contract description:The objective of the project is to contribute to build sound public sector financial management and accountability on both the revenue and expenditure side.This service
contract is foreseen to provide technical assistance (TA) to the Ministry of Finance and independent government institutions, to ensure the realisation of the following key result areas of the
programme:• external and internal audit functions of Ghana Audit Service (GAS), Internal Audit Agency (IAA) and Public Procurement Authority (PPA) are improved and coordination among
independent governance institutions (IGIs) is enhanced,• legislative oversight is strengthened through improved capacity-building initiatives and targeted training.The TA will be expected to
deliver the following:• provide support to the GAS, the IAA, the PPA and Parliament in the implementation of their respective activities,• provide support to the Ministry of Finance for the
preparation and the follow-up of procurement processes to be undertaken under the project (supply contracts),• strengthen capacities of the beneficiaries in relation with the objectives of the
project,• enhance coordination between the 4 key institutions and ensure cooperation with the Ministry of Finance.
8.Number and titles of lots:1 lot only.
9.Maximum budget:2 500 000 EUR.
10.Scope for additional services:The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated
amount of approximately 1 850 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.
11.Eligibility:Participation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are
established in a Member State of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also item
29 below). Participation is also open to international organisations.
12.Candidature:All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.A consortium may be a permanent, legally-established grouping or a
grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the
contracting authority.The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person
belongs to a consortium, the whole consortium will be excluded.
13.Number of applications:No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as a leader or member of a
consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14.Shortlist alliances prohibited:Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender
procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each
other for the contract in question.
15.Grounds for exclusion:As 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 listed in Section 2.3.3 of the PRAG.
16.Subcontracting:Subcontracting is allowed.
17.Number of candidates to be shortlisted:On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of
eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.
18.Provisional date of invitation to tender:15.2.2018.
19.Provisional commencement date of the contract:June 2018.
20.Initial period of implementation of tasks:3 years.
21.Selection criteria:The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the
consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:1) Economic and financial
capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be
taken into account will be the last 3 years for which accounts have been closed:• the average turnover for each one of the last 3 years (2016, 2015 and 2014) of the tenderer must exceed 800 000
EUR,• current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium this criterion must be fulfilled by
each member.2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 5 years from the
submission deadline:• at least 4 staff currently working for the tenderer in the fields of PFM, procurement and finance.3) Technical capacity of candidate (based on items 5 and 6 of the
application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:• the candidate has provided services under at least 2 contracts
with similar budget each (minimum 2 000 000 EUR) through technical assistance in the area of public finance management (PFM). The contracts were implemented at any moment during the reference
period: from 10.1.2013 to 10.1.2018.This means the project the candidate refers to could have been started and completed at any time during the indicated period but it does not necessarily have
to be started and completed during the entire period. Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects
not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the
contract, proof of final payment). In the case of projects still ongoing, only the portion satisfactorily completed during the reference period although started earlier will be taken into
consideration. This portion will have to be supported by documentary evidence (similar to projects completed) also detailing its value. If a candidate/tenderer has implemented the project in a
consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided
if the selection criteria relating to the pertinence of the experience have been used.Previous experience which caused breach of contract and termination by a contracting authority shall not be
used as reference.An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has
with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment
on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility —
notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. 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, become jointly and severally liable for the performance of the contract.If more than 8 eligible candidates meet the above selection criteria, the relative
strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this
re-examination are:1. the highest number of projects in criterion 21.3) implemented in areas related to PFM oversight including external and internal audit;2. the highest number of projects in
criterion 21.3) implemented in West Africa.
22.Award criteria:Best price-quality ratio.
23.Deadline for receipt of applications:All applications should be received by 10.1.2018 (16:00), GMT (Ghana local time).Any application received by the contracting authority after this deadline
will not be considered.
24.Application format and details to be provided:Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The
application form is available from the following Internet address:http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=BThe application must be accompanied by a declaration of honour on
exclusion and selection criteria using the template available from the following Internet address:http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=AAny additional documentation
(brochure, letter, etc.) sent with an application will not be taken into consideration.
25.How applications may be submitted:Applications must be submitted in English exclusively to the contracting authority in a sealed envelope:• either by recorded delivery (official postal
service) to:attention: M. Cosmos Kipo — ACP–EU Unit/Room G13/ Annex A, National Authorising Officer for the EDF, Ministry of Finance, PO Box MB 40, Oval Road, Accra, GHANA.In this case, the
delivery record is proof of compliance with the time limit for receipt,• or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated
receipt to:attention: Mr Cosmos Kipo — ACP–EU Unit/Room G13/ Annex, National Authorising Officer for the EDF, Ministry of Finance, PO Box MB 40, Oval Road, Accra, GHANA.In this case, the
acknowledgment of receipt is proof of compliance with the time limit for receipt.The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope
containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.Applications submitted by any other means will not be considered.By
submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon
which the contracting authority sends it to the electronic address referred to in the application.
26.Alteration or withdrawal of applications:Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be
altered after this deadline.Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if
used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
27.Operational language:All written communication for this tender procedure and contract must be in English.
28.Date of publication of prior information notice:20.10.2017.
29.Legal basis: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.
30.Additional information:Not applicable.
Источник закупки
Перейти
Импорт - Экспорт по стране Гана
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.