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


EDF — Overseeing and inspecting works to develop an irrigated perimeter measuring 2 548 ha net in the Tiongoni rice zone (firm phase) and works to extend the Kalankorla drain (optional phase) as well as performing a diagnostic study on the drainage system in the area of the "Office du Niger" (примерный перевод: EDF - надзор и инспектирование работ разработать орошаемую периметр измерение 2 548 га сети в рисовой зоне Tiongoni (фирма фазы) и работает, чтобы расширить утечку Kalankorla (опционально фазу), а также проведения диагностического исследования по дренажной системе в области из "Офис-дю-Нигер") (Мали - Тендер #2483650)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Мали (другие тендеры и закупки Мали)
Номер конкурса: 2483650
Дата публикации: 30-11-2017
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/138890/IH/SER/ML.

2.Procedure:Restricted following international publication.

3.Programme title:Sector-based reform contract in the agricultural sector (focus on the rice sector and governance – "Office du Niger") — Decision 38-972.

4.Financing:11th European Development Fund.

5.Contracting authority:Ministry of Foreign Affairs and International Cooperation, EDF National Authorising Officer, Bamako, MALI.

6.Nature of the contract:Unit price.

7.Contract description:The following services shall be provided under the assignment:(a) overseeing and inspecting the hydro-agricultural development works over 2 548 ha net in the Tiongoni rice zone as well as ancillary works (constructing and fitting out living quarters, offices, etc.);(b) works to extend the Kalankorla drain and associated structures are also planned (optional). This optional phase may, under a negotiated procedure, be entrusted to the company responsible for the works, if the contracting authority determines that the balance of the budget for the works involving the irrigated perimeter (2 548 ha) is sufficient and that the progress of said works is satisfactory in relation to the planned period. In this case, the overseeing and inspection of works to extend the Kalankorla drain and structures associated therewith may be entrusted to the inspection assignment under a negotiated procedure;(c) adherence to the administrative clauses of the contract;(d) monitoring the quality of the services of the company responsible for carrying out the works at each stage of the project;(e) monitoring compliance with environmental measures within the context of said works,(f) performing a diagnostic study on the drainage system in the area of the "Office du Niger".

8.Numbers and titles of lots:1 lot only. overseeing and inspecting works to develop an irrigated perimeter measuring 2 548 ha net in the Tiongoni rice zone (firm phase) and works to extend the Kalankorla drain (optional phase) as well as performing a diagnostic study on the drainage system in the area of the "Office du Niger"/Ségou Region.

9.Maximum budget:900 000 EUR.

10.Scope for additional services:Subject to the availability of funding, the contracting authority may decide, at its own discretion, to extend the term of the contract and/or its object up to a maximum amount not exceeding the initial contract value and duration. Any contract extension is subject to satisfactory performance by the contractor.

11.Eligibility:Participation 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 which are established in 1 of the Member States of the European Union, ACP States 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.

12.Candidature:Any 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) shall 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 disqualified. If said party belongs to a consortium, its disqualification will entail the disqualification of the consortium as a whole.

13.Number of applications:Natural persons or legal entities may submit 1 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 1 application, all the applications involving said party will be rejected.

14.Prohibition on alliances between shortlisted tenderers:Tenders 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 2.4.3 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 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 described in section 2.3.3 of the Practical Guide.

16.Subcontracting:Subcontracting is not permitted without specific authorisation.

17.Number of candidates invited to tender:On the basis of the applications received, at least 4 and at most 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.Scheduled date for dispatch of invitations to tender:Beginning of February 2018.

19.Commencement date of the contract:May/June 2018.

20.Implementation period for the tasks:The implementation period for the project is 25 months.

21.Selection criteria:The 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.If the candidate is a public body, equivalent information must be provided. The reference period taken into account will cover the last 3 financial years for which accounts have been closed:• criterion 1.1: the candidate"s average annual turnover for the past 3 years (2014, 2015 and 2016) must exceed the contract"s annualised maximum budget (i.e. the maximum budget stated in the contract notice divided by the initial contract duration (expressed in years)), i.e. 450 000 EUR per year, and• criterion 1.2: 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 complied with by each member thereof.2) Candidate"s professional capacity.The reference period will cover the 3 financial years prior to the submission deadline:• criterion 2.1: at least 5 members of the candidate"s staff must be currently working in fields related to this contract,• criterion 2.2: at least 20 % of the candidate"s staff currently working in fields related to this contract must be on permanent contracts. 3) Candidate"s technical capacity.The reference period will cover the 3 years prior to the submission deadline:• criterion 3.1: the candidate must have provided services under at least 2 contracts of the same nature and with a complexity comparable to the works for this contract.A contract of the same nature and comparable complexity is understood to mean the monitoring and inspection of works to develop a hydro-agricultural perimeter measuring at least 1 000 ha, irrigated using a gravity flow system,• criterion 3.2: the candidate must have provided services under at least 2 contracts involving studies on drainage systems linked to hydro-agricultural works measuring at least 1 000 ha.The candidate may have provided the services at any time during the aforementioned reference period. 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 carried out during the whole of said period. Candidates or tenderers may refer either to a project completed during the reference period (even if it started before this period) or to part of a contract that has not yet been fully carried out. In the first scenario, the project will be considered as a whole, subject to proof of satisfactory performance (statement from the entity having awarded the contract, proof of final payment, etc.). In the case of ongoing projects, only the part which has been successfully carried out by the candidate may be used as a reference. The candidate must be able to provide documentary proof of satisfactory performance of this part (statement from the entity having awarded the contract, proof of final payment, etc.) and the corresponding amount. If the project referred to has been implemented by a consortium, and 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 services provided.In the case of a consortium, this criterion must be complied with by each member thereof.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. In such an event, it must provide the contracting authority with proof that it will have the resources needed to carry out the contract by, for example, producing a written commitment undertaken by said entities to place such resources at its disposal. Such entities, for instance the economic operator"s parent company, must observe the same eligibility rules — in particular regarding nationality — and meet the same selection criteria as the economic operator. With regard to the technical and professional criteria, an economic operator may use the capacities of other entities only if they carry out the work or provide the services for which said capacities are required. With regard to the economic and financial criteria, the entities whose capacities the tenderer uses shall become jointly and severally liable for contract performance.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 must be re-examined to determine which 8 applications are most suitable for the invitation to tender. Only the following factors will be considered in the re-examination:• comparison criterion 1: the highest number of people complying with criterion 2.2,• comparison criterion 2: the highest number of services complying with criterion 3.1.

22.Award criteria:Best value for money.

23.Final date for receipt of applications:12.1.2018 (10:00), local time in Bamako.Any application received after this deadline will not be considered.

24.Application format and details to be provided:The 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.How applications may be submitted:Applications must be drawn up in French and sent solely to the contracting authority:• either by registered post (official postal service), to the following address:Ministère des affaires étrangères et de la coopération internationale, ordonnateur national du FED, direction Europe — cellule ConFed, quartier de Koulouba, Bamako, REPUBLIC OF MALI. Tel. +223 20 22 98 20. Fax +223 20 22 45 34. E-mail: confed@confedmali.net• or by bearer (including express courier services), delivered straight to the contracting authority, in return for a signed and dated acknowledgement of receipt, at the following address:Ministère des affaires étrangères et de la coopération internationale, ordonnateur national du FED, direction Europe — cellule ConFed, quartier de Koulouba, Bamako, REPUBLIC OF MALI. Tel. +223 20 22 98 20. Fax +223 20 22 45 34. E-mail: confed@confedmali.netIn this case, the acknowledgement of receipt will attest to compliance with the final date for receipt of tenders.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.By submitting an application, candidates acknowledge that they will be kept informed of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the day it is sent by the contracting authority to the e-mail address given in the application.

26.Amendments to or withdrawal of tenders:Tenderers 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 drawn up 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 language:All correspondence concerning this invitation to tender procedure and contract must be in French.

28.Date of publication of the prior information notice:The prior information notice was published in OJ 2017/S 078-150087 of 21.4.2017 and on the EuropeAid website under No EuropeAid/138890/IH/SER/ML.

29.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 Мали

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