Supply, Delivery and Installation of Packing and Processing Equipment for the High Value Crop Horticulture Project (HVCHP) (примерный перевод: Поставка, поставка и установка упаковочного и технологического оборудования для Проект высокоэффективного растениеводства (HVCHP)) (Свазиленд - Тендер #4624594)
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
3.Programme titleHigh Value Crop and Horticulture Project (HVCHP)
4.FinancingFinancing Agreement SZ/FED/2015/25042 – High Value Crop and Horticulture Project
5.Contracting authorityGovernment of the Kingdom of Eswatini, Mbabane, ESWATINI, represented by the National Authorising Officer for the European Development Fund (EDF), Ministry of Economic
Planning and Development (MEPD).Aid Coordination and Management Section (ACMS)Annex BuildingHospital HillP.O. Box 602Mbabane H100ESWATINI
6.Description of the contractThis contract is for Supply, delivery and unloading of Packing and Processing Equipment to the High Value Crop and Horticulture Project (HVCHP). The equipment is to
be used in the 4 packhouses in the 3 hub zones (Lavumisa, Nhlangano and Msahweni) and LUSIP 1 (Siphofaneni). The banana ripening equipment is to be installed in the lower Usuthu Small Holder
Irrigation Project Packhouse. All the equipment will be delivered and installed in the 3 hub zones packhouses (Lavumisa, Nhlangano and Msahweni) except the banana ripening equipment which will be
delivered and installed at the Lower Usuthu Small Holder Irrigation Project Packhouse.
7.Number and titles of lotsLot 1: Supply, Delivery and Installation of Packing and Processing Equipment to Zone 1 Packhouse, Lavumisa, Eswatini;Lot 2: Supply, Delivery and Installation of Packing
and Processing Equipment to Zone 2 Packhouse, Nhlangano, Eswatini;Lot 3: Supply, Delivery and Installation of Packing and Processing Equipment to Zone 3 Packhouse, Msahweni, Eswatini;Lot 4:
Supply, Delivery, Installation, Testing and Commissioning of Cold Stores for Lavumisa, Nhlangano and Msahweni Packhouses and Banana Ripening Equipment for LUSIP 1 Packhouse.
8.Eligibility and rules of originParticipation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping – consortium – of
tenderers) which are established in one 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 contract
is financed (see also item 22 below). Participation is also open to international organisations. All goods supplied under this contract must originate in these countries.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 :Lot 1: 800,00 EUR;Lot 2: 800,00 EUR;Lot 3: 800,00 EUR andLot 4: 2 700,00 EUR as indicated in point 11 of the Contract Notice 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 5 % 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 clarification meeting will be held on 12.3.2019, 6.3.2019 at 11:30 at ACMS Conference room to answer any questions on the tender dossier which have been
forwarded in writing or are raised at the meeting. Minutes will be taken during the meeting and these will be published on the website of DG International Cooperation and Development — together
with any clarifications in response to written requests which are not addressed during the meeting — at the latest 11 calendar days before the deadline for submission of tenders. No further
clarification will be provided after this date. All the costs of attending this meeting will be borne by the tenderers.
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 tasksLot 1: 6 Months, from contract signature, until the provisional acceptance;Lot 2: 6 Months, from contract signature, until the provisional acceptance;Lot 3: 6
Months, from contract signature, until the provisional acceptance;Lot 4: 6 Months, from contract signature, until the provisional acceptance.
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 selection criteria for each tenderer are as follows:Lot 1: The average annual turnover of the tenderer must
exceed 100 000 EUR;Lot 2: The average annual turnover of the tenderer must exceed 100 000 EUR;Lot 3: The average annual turnover of the tenderer must exceed 100 000 EUR;Lot 4: The average annual
turnover of the tenderer must exceed 400 000 EUR.In case a tenderer applies to multiple lots, the tenderer should meet the cumulative amount of the average annual turnover required for the
relative lots.— 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 three (3) years from submission deadline.— for each lot individually: at least 6 permanent staff currently work for the tenderer in fields related to this contract,— in case a
tenderer applies to multiple lots, the tenderer should meet the cumulative number of permanent staff required for the relative lots; and3) 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 three (3) years from submission deadline.— for lot 1: the tenderer has
delivered supplies under at least 3 contracts with a budget of at least 50 000 EUR in Supply of Packhouse equipment which were implemented during the following period: 3 years from the submission
deadline,— for lot 2: the tenderer has delivered supplies under at least 3 contracts with a budget of at least 50 000 EUR in Supply of Packhouse equipment which were implemented during the
following period: 3 years from the submission deadline,— for lot 3: the tenderer has delivered supplies under at least 3 contracts with a budget of at least 50 000 EUR in Supply of Packhouse
equipment which were implemented during the following period: 3 years from the submission deadline,— for lot 4: the tenderer has delivered supplies under at least 3 contracts with a budget of
at least 200 000 EUR in Supply and Installation of cold stores and banana ripening equipment which were implemented during the following period: 3 years from the submission deadline.— in case a
tenderer applies to multiple lots, the tenderer should meet the cumulative number of contracts required for the relative lots.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 entities.An 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 lwazi.mkhabela@mepd-acms.org copied to mduduzi.dlamini@mepd-acms.org and
mawenzi@swade.co.sz (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.The deadline for submission of tenders is 29.4. 2019 at 14:00
Swazi 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
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:National Authorising OfficerAid Coordination and Management Section (ACMS)Ministry of Economic
Planning and DevelopmentAnnex BuildingHospital HillP.O. Box 602Mbabane H100ESWAITINIPhone: (+268) 2404 6569Fax: (+268) 2404 9758— 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:National
Authorising OfficerAid Coordination and Management Section (ACMS)Ministry of Economic Planning and DevelopmentAnnex BuildingHospital HillMbabaneESWATINITelephone: (+268) 2404 6569Office opening
hours are: 0800hrs to 1645 hrs, Monday to Thursday.0800hrs to 1630hrs on FridaysThe 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 session29.4.2019 at 14:30 p.m. Local Time at the Ministry of Economic Planning and Development (MEPD), Aid Coordination and Management Section (ACMS).
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 informationNone
Источник закупки
Перейти
Импорт - Экспорт по стране Свазиленд
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.