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


EDF - Specific study and technical assistance for Ageroute to improve road maintenance works in Mali (примерный перевод: EDF - Конкретные исследования и технические помощь Ageroute для улучшения работ по техническому обслуживанию дороги в Мали) (Мали - Тендер #6219088)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Мали (другие тендеры и закупки Мали)
Номер конкурса: 6219088
Дата публикации: 27-12-2019
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 referenceEuropeAid/140538/IH/SER/ML

2.ProcedureRestricted.

3.Programme titleGovernance support in the transport sector in West Africa.

4.FinancingAgreement no. ROC/FED/039-218.

5.Contracting authorityMinistry of Foreign Affairs and International Cooperation for Mali, Europe Directorate, EDF National Authorising Officer by delegation, Bamako, Mali.Details may be requested from the Contracting Authority at the following email address: confed@confedmali.net no later than 21 days before the deadline for submission of tenders listed in section 23 below.

6.Nature of contractMixed (unit price and fixed price).

7.Contract descriptionRoad maintenance consists of keeping the road in an acceptable condition, enabling it to fulfil the functions it was designed for over time. There are two different types: routine maintenance and periodic maintenance.General and specifically routine road maintenance in Mali has become an element of conditionality for development aid within the transport sector. For this reason, special emphasis has been placed on its management by the authorities of Mali in recent years.It should be recalled that the development of the road maintenance programme follows the process below:— the degradation surveys are carried out by the road subdivisions, centralised and evaluated at the level of the regional road directorates,— these regional programmes are transmitted to the National Road Directorate (Direction nationale des routes - DNR) and centralised in the Road Data Service (Service des données routières - SDR) for examination and preparation of the overallprogramme at a national level,— the SDR is often called upon to carry out readjustment missions for the regional programmes. For asphalted roads, joint survey missions (SDR/CNREX-BTP) are carried out in order to develop the programme using the GIRR system,— the programme drawn up by the SDR is sent to the Roads Authority instances (Autorité Routière - AR) which submits it to its board of directors for approval, after its adoption during an annual meeting forroad services, under the chairmanship of the minister in charge of roads,— on the basis of the approved programme, a financing agreement is concluded between the ministry in charge of roads, represented by the DNR, and the road authority in charge of the management of the road maintenance fund,— the validated programme is also made available to the agency for the execution of road maintenance works (Ageroute) by the National Road Directorate (DNR), as therepresentative of the contracting authority. Ageroute is responsible for implementing the programme purposes in the name and on behalf of the Ministry in charge of roads.According to the conclusions of the annual meeting of road services in 2018, the road maintenance programme for 2019 covers a road network of 16 864.4 km, i.e 23.27% of paved roads and 12 939.20 km (76.73%) of unpaved roads.To this effect, the overall programmed budget amounts to 81 432 240 447 FCFA against approximately 20 000 000 000 FCFA to be mobilised by the roads authority.All of these strategies and programmes have focused on improving road infrastructure and preserving the road structure by reorganising maintenance at the technical, organisational and financial levels.The vastness of the national territory, the disparity of the intervention zones, the ignorance of the origin and the nature of the works executed and the problem of activity coordination pertaining service providers are, amongst the constraints for the control of the sector in order to satisfy users, ordering authority and funders.Road maintenance stakeholders, and in particular the agency for the execution of road maintenance works (Ageroute), do not have a tool allowing it to chronologically monitor the physical achievements of the works, stored in a geolocation system, in the context of the road maintenance policy for the Republic of Mali.This contract will have the following purposes:— publish and distribute catalogues pertaining to road damage,— review specifications pertaining to road maintenance works,— identify, define and establish a map of material deposits and water points on the axes of the priority road network for Mali (see annex),— propose and implement a training programme in the context of capacity building for sector stakeholders through the mobilisation of adequate expertise, and ensure its transfer to the relevant stakeholders,— set up a system for monitoring and evaluating the quality of the work carried out, which will be implemented with the support of a technical assistant member of the team of experts.

8.Number and titles of lotsSingle lot.

9.Maximum budget1 200 000 EUR.

10.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.

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 person belongs to aConsortium, the whole consortium will be excluded.

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 included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot be awarded the contract.

16.Sub-contractingSubcontracting is not permitted.

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 tenderFebruary 2020.

19.Expected date for commencement of the contractJune 2020.

20.Implementation period for the tasks18 months.

21.Selection criteriaThe following selection criteria will apply to candidates. Where applications are submitted by a consortium, the criteria will apply to each member of the consortium.1) Candidate"s economic and financial capacityThe reference period taken into account will correspond to the last three financial periods for which accounts have been closed (2016, 2017 et 2018):— have an annual average turnover for the last 3 years that is equal to 1 200 000 EUR,— the financial situation of the candidate must not be negative, taking into account any debts, at the end of the last financial year.2) Candidate’s professional capacityThe reference period will cover the 3 financial periods prior to the submission deadline.The candidate must have, during the last 3 years, at least 3 experts with competence pertaining to this contract, including at least one expert having, in addition to an engineering diploma, a diploma (DESS, 2nd or 3rdcycle) specialising in civil engineering or geotechnics.3) Candidate’s technical capacityThe reference period will cover the 5 financial periods prior to the submission deadline.The candidate must have carried out, as a contract holder, in the last 5 years (from 2014 to the present) at least:3.1) 3 missions of control and monitoring of road maintenance works, including at least 2 missions carried out in the Sahelian context;3.2) 2 road works audit missions, at least one of which in the Sahelian context;3.3) one road project study, including geotechnical and roadway dimensioning studies in West Africa;3.4) 2 missions of technical assistance to project management or delegated project management, at least one of which was carried out in the local context;3.5) a roadway sounding mission on behalf of a roads administration in West Africa.Any previous experience involving a breach of contract and termination by a contracting authority cannot be counted as a reference.With regard to the economic and financial criteria, the entities whose capacities the tenderer uses will become jointly and severally liable forthe 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 eight applications for the invitation to tender are the most suitable. The only additional comparative criteria which will be considered in this re-examination are, in order:— the highest number of projects that meet criterion 3.1,— the highest cumulative value of all projects that meet criterion 3.1.NB: the 2nd additional comparison criterion will only be applied if the number of eligible applications remains above eight after the application of the 1st additional comparison criterion.

22.Award criteriaThe best price-quality ratio.

23.Final date for submission of applicationsThe candidate’s attention is drawn to the fact that there are 2 different systems for sending the application: by post or by courier service, or delivered by hand.In the first case, the application must be sent before the deadline for submission, the postmark or deposit receipt being proof (1), and in the second case, the acknowledgement of receipt given at the time of delivery of the application will serve as proof.Applications must be submitted at the latest by Wednesday, 29.1.2020, 15:00 local time, to the address indicated in point 25.Applications submitted to the contracting authority after the deadline will not be considered.The contracting authority may, for reasons of administrative efficiency, reject any application submitted in time to the postal service but received, for reasons beyond itscontrol, after the effective date of approval of the pre-selection report, if the fact of accepting applications submitted in time but arriving late may excessively delay the evaluation process, or call into question decisions already taken and communicated.(1) The use of registered mail is recommended in case the postmark is not readable.

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. The application form can be found at 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 by courier service, in which case the evidence will be constituted by the postmark or the date of the deposit slip, to the following address:Ministère des affaires étrangères et de la coopération internationale, Ordonnateur National du FED, Direction Europe, Ordonnateur national délégué du FED (Cellule CONFED), quartier de Koulouba – Bamako, RÉPUBLIC OF MALI, tel: (223) 20229820 – fax: (223) 20224534, email: confed@confedmali.net— or hand delivered by the candidate in person or by their agent directly to the premises of the Contracting Authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to:Ministère des affaires étrangères et de la coopération internationale, Ordonnateur National du FED, Direction Europe, Ordonnateur national délégué du FED (Cellule CONFED), quartier de Koulouba – Bamako, RÉPUBLIC OF MALI, tel: (223) 20229820 – fax: (223) 20224534, email: confed@confedmali.netThe 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 subsequentSubsequent 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 on the day the contracting authority sends it to the email address stated in the application.

26.Alteration or withdrawal of applicationsCandidates may amend or withdraw their application by giving written notification before the deadline for submission of applications. Applications 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 notice28.10.2019.

29.Legal basis (2)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 at Cotonou on 23.6.2000, 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.(2) 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 successful tenderer for this monitoring and supervisory contract must be able to provide a team of experts with the capacity to operate in the Sahelian area, in particular in the central and northern regions of Mali.Before the start of works, a security plan for the company and the control mission will be put in place and implemented to ensure the security of the works, equipment and staff of the company and the control mission.


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