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


EDF - Monitoring and control of rural road construction works in Agadez and Tahoua regions (примерный перевод: EDF - мониторинг и контроль за строительством сельских дорог в регионах Агадес и Тахуа) (Нигер - Тендер #4852234)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Нигер (другие тендеры и закупки Нигер)
Номер конкурса: 4852234
Дата публикации: 12-04-2019
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/139757/IH/SER/NE

2.ProcedureRestricted.

3.Programme titleProgramme to improve access to regions at risk of insecurity and conflict in Niger (Proderric)

4.FinancingFinancing agreement No EDF/2016/038-472

5.Contracting authorityMinistry of Finance, EDF National Authorising Officer, s/c ‘Cellule Union Européenne’, 265 avenue du Gouverneur Jules Brévié, BP 13 854 – Niamey – REPUBLIC OF NIGER.Tel: +227 20 72 21 27Details may be requested from the Contracting Authority at the following email address: cue-onfed@intnet.ne no later than 21 days before the deadline for submission of tenders listed in section 23 below.Clarifications will be published on the website of DG International Cooperation and Development at the latest 5 days before the deadline for submission.

6.Nature of contractUnit price

7.Contract descriptionProvision of technical assistance by consulting firms responsible for the monitoring and supervising rural road construction works (256 km) in the regions of Tahoua and Agadez within the framework of Proderric 11th EDF. Two stages are planned for supervising the works: thefirst covers the execution period + 1 month for presenting the report, and a second stage of 12 months to assist administration during the guarantee period until the final acceptance of works. Administrative, technical and financial monitoring and supervising execution of the works contracts. The team will consist mainly of road engineers, laboratory technicians, topographers and additional expertise upon request.

8.Number and titles of lots2 lotsTitles for the lots:— lot 1: monitoring and supervising rural road construction works in the Agadez and Tahoua regions: Ingall – Aggogh — Egawane (130 km),— lot 2: monitoring and supervising rural road construction works in the Tahoua region: Tassara — Egawane – Tchintabaraden (126 km).

9.Maximum budget1 000 000 000 F CFA of which:— 460 000 000 F CFA for lot 1,— 540 000 000 F CFA for lot 2.

10.Additional servicesN/A

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.It should be stressed that, as from the withdrawal of the United Kingdom from the Union, the rules on access to the Union"s procurement procedures for economic operators established in third countries will apply to candidates and tenderers from the United Kingdom, depending on the outcome of the negotiations. If this access is not provided for by the legal provisions in force at the time of award of the contract, United Kingdom applicants and tenderers may 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.Applicants may submit an application for one lot only, several lots, or all of the lots. Contracts will be awarded lot by lot, and each lot will be the subject of a separate contract.

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 2.6.3 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 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 tender7.6.2019

19.Commencement date of the contract11.11.2019

20.Implementation period for the tasks— lot 1: 28 months (15 months for the execution period, one month to present the report, and 12 months to assist the contracting administration during the guarantee period until the final acceptance of works),— lot 2: 31 months (18 months for the execution period, one month to present the report, and 12 months to assist the contracting administration during the guarantee period until the final acceptance of works).

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.Criteria for legal entities and natural persons:— the average annual turnover over the last 3 years of the candidate or leader of a grouping of up to 3 members must be at least equal to: 350 000 000 F CFA,— the general liquidity ratio (short-term assets/short-term liabilities) for the past 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 cover the 3 financial periods prior to the submission deadline.Criteria for legal entities and natural persons:Reference criteria: at least 20% of the total permanent staff of the candidate(s) are currently working in fields of expertise related to this contract, with at least a road engineer and a geotechnician for each tendered lot;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 periods prior to the submission deadline.Criteria for legal entities and natural persons: reference criterion: the candidate has provided services, over the last 3 years, for at least 3 projects in the fields of expertise related to this contract, including at least 2 projects of similar nature and importance in sub-Saharan Africa.Similar importance means:— contracts of a similar nature (monitoring and supervision contracts) with a budget at least equivalent to that of this contract, or,— contracts where the budget is at least 2/3 of the budget of this contract.For which the duration of the contract and the complexity of services are at least equivalent to that of this contract (the type of road works being monitored: construction, rehabilitation, periodic maintenance of rural roads, and the length of the sections covered by the works).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. As an example, the contracting authority may consider it inappropriate if the tender relies, for the main part, on the capacities of other entities, or calls on them for key criteria. If the tenderer relies on the capacities of 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 those that the economic operator has met to prove its own capacities. 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 the capacity of this entity must also be furnished when requested by 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 the economic and financial criteria, the entities whose capacities the tenderer uses 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. 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: an additional second comparison criterion will only be applied if the number of eligible applications remains above 8 after the application of the first additional comparison criterion.

22.Award criteriaThe best price-quality ratio.

23.Deadline for receipt 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.*The time limit for receipt of tenders is: 15.5.2019 at 9:00.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 on time to the postal service but received, for reasons beyond its control, 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. 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 by courier service, in which case the evidence will be constituted by the postmark or the date of the deposit slip, to: ministère des finances. Cellule ‘Union Européenne’, avenue du Gouverneur Jules Brévié, BP 13854 Niamey, REPUBLIC OF NIGER,— or hand delivered by the candidate in person or by its 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 finances. Cellule ‘Union Européenne’, avenue du Gouverneur Jules Brévié, BP 13854 Niamey, REPUBLIC OF NIGER.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 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 notice10.7.2018EuropeAid/139757/IH/SER/NE

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 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 informationN/A


Источник закупки

Перейти

Импорт - Экспорт по стране Нигер

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