ENI - Supply of Furniture and Equipment for Courthouses (примерный перевод: ENI - Поставка Мебель и оборудование для зданий судов) (Палестина - Тендер #4722016)
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
1.Publication referenceEuropeAid/139975/DH/SUP/PS
2.ProcedureOpen
3.Programme titleStrengthening Governance of the Palestinian Authority
4.FinancingFinancing Agreement ENI/2016/039-403
5.Contracting authorityMinistry of Finance and Planning, Ramallah, PALESTINE
6.Description of the contractThe overall objective of this contract is to improve the capacity of the courthouses to deliver quality services according to international standards, by addressing
equipment and furniture needs in EU funded judicial infrastructure. As a result, the 4 courthouses in Jenin, Salfeet, Qalqilya, and Dura that were built or expanded by EU funds will be provided
with the necessary equipment and furniture to allow their full operationalization.Jenin Courthouse is already in use including the additional 2 floors that were recently built. The total area of
the building is about 5 000 m2, while the additional floors area is about 2 500 m2.Qalqilya Courthouse is completed and most of the spaces are in use. The building is made of 4 floors, include 2
basements. The total area of the building is about 6 000 m2.Salfeet Courthouse is composed of 5 floors, including a basement. The total area of the building is about 5 300 m2.Dura Courthouse is
composed of 4 floors. The total area of the building is about 5 600 m2, including the basement.
7.Number and titles of lots3 lots, as follows:— Lot 1: Furniture— Lot 2: Electrical Equipment— Lot 3: IT Equipment
8.Eligibility and rules of originParticipation is open to all natural persons who are nationals of and legal persons (participating either individually or in a grouping – consortium – of
tenderers) which are effectively established in a Member State of the European Union or in a eligible country or territory as defined under the Regulation (EU) No. 236/2014 establishing common
rules and procedures for the implementation of the Union"s instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 22 below).
Participation is also open to international organisations.All supplies under this contract must originate in one or more of these countries. Derogation for Lot No.3 “IT equipment" is granted,
items under this lot can originate from any country.Please be aware that after the United Kingdom"s withdrawal from the EU, the rules of access to EU procurement procedures of economic operators
established in third countries and of goods originating from third countries will apply to candidates or tenderers from the United Kingdom, and to all candidates or tenderers proposing goods
originating from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by legal provisions in force at the time of the contract award, candidates or
tenderers from the United Kingdom, and candidates or tenderers proposing goods originating from the United Kingdom could be rejected from the procurement procedure.
9.Grounds for exclusionTenderers must submit a signed declaration, included in the tender form for a supply contract, to the effect that they are not in any of the situations listed in Section
2.6.10.1. of the practical guide.Tenderers 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.
10.Number of tendersThe candidates may submit an application for one lot only, several lots or all of the lots, but only one application may be submitted per lot. Tenders for parts of a lot will
not be considered. Tenderers may not submit a tender for a variant solution in addition to their tender for the supplies required in the tender dossier.Contracts will be awarded lot by lot and
each lot will form a separate contract. Any tenderer may state in its tender that it would offer a discount in the event that its tender is accepted for more than one lot.
11.Tender guaranteeTenderers must provide a tender guarantee of:— 10 000 EUR for Lot 1 Furniture,— 3 500 EUR for Lot 2 Electrical Equipment,— 10 000 EUR for Lot 3 IT Equipment.When
submitting their tender. This guarantee will be released to unsuccessful tenderers once the tender procedure has been completed and to the successful tenderer[s] upon signature of the contract by
all parties. This guarantee will be called upon if the tenderer does not fulfil all obligations stated in its tender.
12.Performance guaranteeThe successful tenderer will be asked to provide a performance guarantee of 10 % of the amount of the contract at the signing of the contract. This guarantee must be
provided together with the return of the countersigned contract no later than 30 days after the tenderer receives the contract signed by the Contracting Authority. If the selected tenderer fails
to provide such a guarantee within this period, the contract will be void and a new contract may be drawn up and sent to the tenderer which has submitted the next cheapest compliant tender.
13.Information meeting and/or site visitNo information meeting is planned
14.Tender validityTenders must remain valid for a period of 90 days after the deadline for submission of tenders. In exceptional circumstances, the Contracting Authority may, before the validity
period expires, request that tenderers extend the validity of tenders for a specific period (see Para 8.2 of the instructions to tenderers).
15.Period of implementation of tasksFor all lots, 120 calendar days from commencement date until the provisional acceptance date.
16.Selection criteriaThe following selection criteria will be applied to tenderers. In the case of tenders 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 sub-contractors:1) Economic and financial capacity of
tenderer (based on i.a. Item 3 of the tender form for a supply contract). In case of tenderer 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:1.1) The average annual turnover in last 3 years must exceed the offered price of the tendered lot(s);1.2) The
current assets must be higher than of the current liabilities for each one of the past 3 years for which accounts have been certified.2) Professional capacity of tenderer (based on i.a. Items 4
and 5 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years from submission deadline.2.1) Firms shall be registered as company
for activities related to the nature of the tender;2.2) Have authorizations from respective manufacturers or local agents/dealers to purchase the offered supplies (not necessary if the tenderer
himself is an agent/dealer for offered supplies).2.3) At least 30 % of firm’s permanent staff is currently working for the tenderer in fields related to this contract.3) Technical capacity of
tenderer (based on i.a. Items 5 and 6 of the tender form for a supply contract). The reference period which will be taken into account will be the last 3 years from submission deadline.3.1) For
Lot 1: The tenderer has delivered supplies under at least one contract with a budget of at least 160 000 EUR in similar fields which were implemented during the last 3 years from the submission
deadline.3.2) For Lot 2: The tenderer has delivered supplies under at least one contract with a budget of at least 80 000 EUR in similar fields which were implemented during the last 3 years from
the submission deadline.3.3 For Lot 3: The tenderer has delivered supplies under at least one contract with a budget of at least 180 000 EUR in similar fields which were implemented during the
last 3 years from the submission deadline.This means that the contract the tenderer refers to could have been started or completed at any time during the indicated period but it does not
necessarily have to be started and completed during that period, nor implemented during the entire period. 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, final acceptance). In case of projects still on-going only the portion satisfactorily completed during the reference period will be taken into
consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value.Capacity-providing entitiesAn 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. Some examples of when it may not be
considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or when they rely on key criteria. If the tender rely on other
entities it must 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 and notably that of
nationality, as the economic operator. Furthermore, the data for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the
capacity will also have to be furnished when requested by the Contracting Authority.With regard to technical and professional criteria, a tenderer may only rely on the capacities of other
entities where the latter will perform the tasks 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.
17.Award criteriaPrice (or, if appropriate after prior approval, the best price-quality ratio which is a combination of quality and price)
18.How to obtain the tender dossierThe tender dossier is available from the following Internet address:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcomeThe tender
dossier is also available from the Contracting Authority. Tenders must be submitted using the standard tender form for a supply contract included in the tender dossier, whose format and
instructions must be strictly observed.Tenderers with questions regarding this tender should send them in writing to Directorate of General Supplies, Ministry of Finance and Planning, Al-Basha
Building, 3rd Floor, Al Balou’ in front of Best Eastern Hotel, Fax: +970 2 2987056, E-mail: gsd@pmof.ps(mentioning the publication reference shown in Item 1) at the latest 21 days before the
deadline for submission of tenders given in item 19. The Contracting Authority must reply to all tenderers" questions at the latest 11 days before the deadline for submission of tenders. Eventual
clarifications or minor changes to the tender dossier shall be published at the latest 11 days before the submission deadline on the website of DG International Cooperation and Development at
https://webgate.ec.europa.eu/europeaid/onlineservices/index.cfm?do=publi.welcome
19.Deadline for submission of tendersThe candidate/tenderer"s attention is drawn to the fact that there are 2 different systems for sending applications/tenders, either by post or private mail
service, or by hand delivery.In the first case, the application/tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip(1), but in the
second case it is the acknowledgment of receipt given at the time of the delivery of the application/tender which will serve as proof.11:00 a.m., 21.5.2019 Jerusalem timeAny tender received by
the Contracting Authority after this deadline will not be considered.The Contracting Authority may, for reasons of administrative efficiency, reject any application or tender submitted on time to
the postal service but received, for any reason beyond the Contracting Authority"s control, after the effective date of approval of the short-list report or of the evaluation report, if accepting
applications or tenders that were submitted on time but arrived late would considerably delay the evaluation procedure (for instance when applications or tenders are received after the evaluation
committee has finished its works and evaluating them would imply re-calling the evaluation committee) or jeopardise decisions already taken and notified.How tenders may be submittedTenders must
be submitted in English exclusively to the Contracting Authority in a sealed envelope:— either by post or by courier service, in which case the evidence shall be constituted by the postmark or
the date of the deposit slip, to:Directorate of General Supplies, Ministry of Finance and Planning, Al-Basha Building, 3rd Floor, Al Balou’ in front of Best Eastern Hotel, Ramallah,— or hand
delivered by the participant in person or by an 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:Directorate of General Supplies, Ministry of Finance and Planning, Al-Basha Building, 3rd Floor, Al Balou’ in front of Best Eastern Hotel,
RamallahSunday to Thursday 8:00 a.m. until 14:00 p.m.The contract title and the publication reference (see Item 1 above) must be clearly marked on the envelope containing the tender and must
always be mentioned in all subsequent correspondence with the Contracting Authority.Tenders submitted by any other means will not be considered.By submitting a tender candidates accept 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 tender.(1) It is recommended to use registered mail in case the postmark would not be readable.
20.Tender opening session11:30 a.m., 28.5.2019 at the Directorate of General Supplies, Ministry of Finance and Planning, Al Bireh, Palestine.
21.Language of the procedureAll written communications for this tender procedure and contract must be in English.
22.Legal basis(2)Regulation (EU) No. 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union"s instruments
for financing external action and ENI.(2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
23.Additional informationDuring technical evaluation, the evaluation committee may request tenderers to provide samples for some lots.
Источник закупки
Перейти
Импорт - Экспорт по стране Палестина
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.