Supply and Installation of Laboratory Equipment and Furniture to the National Agriculture Export Board (NAEB) to Upgrade and Improve the Specialized Quality Infrastructure Services for Export Commodities including Works for the Refurbishment of the Laboratory (примерный перевод: Поставка и установка лабораторного оборудования и мебели для Национального совета по экспорту сельскохозяйственной продукции (NAEB) для модернизации и улучшения услуг специализированной инфраструктуры качества для экспортных товаров, включая работы по ремонту лаборатории) (Руанда - Тендер #5508245)
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/140135/IH/SUP/RW
2.ProcedureOpen
3.Programme titleSector Reform Contract (SRC) to enhance the agriculture sector’s sustainable use of land and water resources, value creation and contribution to nutrition security.
4.Financing11th EDF- RW/FED/037-486
5.Contracting authorityMinistry of Finance and Economic Planning in Rwanda (MINECOFIN), P.O.Box 158, Kigali, Republic of RWANDA, Tel: +250 252575756 - Fax +250 252575581; Email:
mfin@minecofin.gov.rw
6.Description of the contractThe capacity of Rwanda to develop country exports to enter and comply with regional and international markets depends critically on their ability to meet stringent
export market requirements. In this context, Rwanda is looking for upgrading the NAEB specialized export quality infrastructures with special attention to the export laboratory equipment, and
facilities, so as to improve the quality related standards for the export commodities.The scope of this contract will consist of the supply, installation and commissioning of laboratory equipment
and furniture and a portion of the works for the refurbishment of the laboratory as detailed in the technical specifications of the tender.
7.Number and titles of lotsOne lot only
8.Eligibility and rules of originPlease 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 will apply to candidates or tenderers from the United Kingdom, and 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 tendersTenders 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.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 25 000 EUR 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 visitA mandatory information meeting and site visit will be held on 11.9.2019 at NAEB Head office: KK 530 st, Gikondo, Kicukiro District, Rwanda, at 09.00 a.m.
(local time) and information meeting and site visit shall be guided by NAEB team. Attendance to be confirmed at erintwali@naeb.gov.rw and christophe.sirikari@minecofin.gov.rw
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 tasks8 months from contract signature.
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.— the average annual turnover of the tenderer must exceed 1 500 000 EUR, and— 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 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.— at least a minimum of 10 staff currently work for the tenderer in fields related to this contract (supply of laboratory equipment) and at least 5 were permanent during the past
year.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.— the tenderer has delivered supplies under at least 3 contracts with a budget of at least 1 000 000 EUR in similar field of supply, which were implemented during the
following period: 2016 -2019.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 relies 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 relying on them and must comply with the selection criteria for which the economic operator relies on them. 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.
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.welcome. The
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 the Ministry of Finance and Economic Planning PO Box 158 Kigali Single Project
Implementation Unit/EDF NAO Tel. +250 252 575756 Fax +250 252 577581 Email: christophe.sirikari@minecofin.gov.rw (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/online-services/index.cfm?do=publi.welcome
19.Deadline for submission of tendersThe tenderer"s attention is drawn to the fact that there are 2 different systems for sending tenders: one is by post or private mail service, the other is by
hand delivery.In the first case, the 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 tender which will serve as proof.Date: 4.11.2019 at 10.00 a.m. (local time).Any tender submitted to the contracting authority
after this deadline will not be considered.The contracting authority may, for reasons of administrative efficiency, reject any 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 evaluation report, if accepting tenders that were submitted on time but arrived late would
considerably delay the evaluation procedure 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:Contact name:
Christophe SirikariMinistry of Finance and Economic Planning (MINECOFIN)Single Project Implementation Unit (SPIU)KN Ave 3, Kigali, RwandaPO Box 158 KigaliE-mail:
Christophe.sirikari@minecofin.gov.rw— 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:Ministry of Finance and Economic Planning (MINECOFIN)Contact name: Christophe SIRIKARISingle
Project Implementation Unit (SPIU)KN ave 3, Kigali, RwandaFrom 07.00 a.m. – 05.00 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 sessionDate: 11.11.2019 at 10.30 a.m (local time) at MINECOFIN offices (KN Ave 3, Kigali, Rwanda).In the case that at the date of the opening session some tenders have not been
delivered to the contracting authority but their representatives can show evidence that they have been sent on time, the contracting authority will allow them to participate in the first opening
session and inform all representatives of the tenderers that a second opening session will be organised.
21.Language of the procedureAll written communications for this tender procedure and contract must be in English.
22.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 1/2014 of the ACP-EU
Council of Ministers of 20.6.2014.(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 informationFinancial data to be provided by the tenderer in the standard tender form must be expressed in EUR. If applicable, where a candidate refers to amounts originally
expressed in a different currency, the conversion to shall be made in accordance with the InforEuro exchange rate of November 2019, which can be found at the following address:
http://ec.europa.eu/budget/graphs/inforeuro.html.
Источник закупки
Перейти
Импорт - Экспорт по стране Руанда
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.