DCI - Supply of equipment for general education and Initial Vocational Education and Training (IVET) for training centers in Tajikistan (Таджикистан - Тендер #3766675)
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/139689/DH/SUP/TJ
2.ProcedureOpen
3.Programme titleQuality education support programme I to Tajikistan
5.Contracting AuthorityThe European Union, Dushanbe, TAJIKISTAN, represented by the European Commission on behalf of and for the account of the Government of the Republic of
TajikistanClarifications may be sought from the Contracting Authority at the following email address delegation-tajikistan-fcs@eeas.europa.eu at the latest 21 days before the deadline for
submission of applications stated at the point 19 below.Clarifications will be published on the website of DG International cooperation and development at the latest 5 days before the
deadline.
6.Description of the contractThe subject of this contract is the provision of equipment to selected Tajik regional educational institutions in support to improved quality of education. The
equipment will be used for the training of teachers in the areas of general education and Initial vocational education and training (IVET). A total of 98 centres/ structures of the Ministry of
Education and Science of the Republic of Tajikistan and Ministry of Labour, Migration and Employment of the Population will be equipped.
7.Number and titles of lotsSeven lotsLots Titles:1: Computer software and hardware,2: Technical and technology equipment,3: Transport equipment,4: Light industry equipment,5: Architecture and
construction equipment,6: Food processing and agriculture,7: Laboratory appliances for general education (grades 5-11).
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. However, they may originate from any country when the
amount of the supplies to be purchased (as a whole or, if divided into lots, per lot) is below 100 000 EUR.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 8 000 EUR (Lot 1), 14 000 EUR (Lot 2), 5 000 EUR (Lot 3), 3 000 EUR (Lot 4), 1 000 EUR (Lot 5), 1 200 EUR (Lot 6), 12 000 EUR (Lot
7) 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 tasksThe period of implementation of the tasks is 180 calendar days for all lots from the commencement date of the contract.
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 a 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:— Per Lot, the average annual turnover of the tenderer
for each of the past 3 years (2015, 2016 and 2017) must exceed the annualised maximum budget of the contract, and— The current ratio (current assets/current liabilities) in the last year for
which accounts have been closed must be at least 1. In case of 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.— Per Lot, at least five permanent staff currently
work for the tenderer in fields related to this contract (supply, delivery, installation, commissioning and after sale services of equipment and consumables).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 the submission deadline.(a) For offers
made under Lot 1 the tenderer has delivered supplies under at least 2 contracts with a budget of at least 400 000 EUR each, in the fields of computer software and hardware, and which were
implemented during the following period: 3 years from the submission deadline;(b) For offers made under Lot 2 the tenderer has delivered supplies under at least 2 contracts with a budget of at
least 700 000 EUR each, in the fields of technical and technology equipment, and which were implemented during the following period: 3 years from the submission deadline;(c) For offers made under
Lot 3 the tenderer has delivered supplies under at least 2 contracts with a budget of at least 300 000 EUR each, in the field of transport equipment, and which were implemented during the
following period: 3 years from the submission deadline;(d) For offers made under Lot 4 the tenderer has delivered supplies under at least 2 contracts with a budget of at least 200 000 EUR each,
in the field of light industry, and which were implemented during the following period: 3 years from the submission deadline;(e) For offers made under Lot 5 the tenderer has delivered supplies
under at least 2 contracts with a budget of at least 60 000 EUR each, in the fields of architecture and construction equipment, and which were implemented during the following period: 3 years
from the submission deadline;(f) For offers made under Lot 6 the tenderer has delivered supplies under at least 2 contracts with a budget of at least 60 000 EUR each, in the fields of food
processing and agriculture, and which were implemented during the following period: 3 years from the submission deadline;(g) For offers made under Lot 7 the tenderer has delivered supplies under
at least 2 contracts with a budget of at least 600 000 EUR each, in the fields of laboratory – chemistry, biology and physics, and which were implemented during the following period: 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 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 delegationtajikistan-fcs@eeas.europa.eu (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.25.11.2018, (12:00, noon), local time — Tajikistan
(GMT+5).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:Delegation of the European Union to the Republic of TajikistanFinance, Contracts and Audit
Section74, Adhamova Street, 734013 Dushanbe, Tajikistan— 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:Delegation of the European Union to the Republic of TajikistanFinance, Contracts
and Audit SectionTel. +992/37 221 74 0774, Adhamova Street, 734013 Dushanbe, TajikistanOpening hours: Monday to Friday 08:30 – 17:00The 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 session25.11.2018, (15:00), local time — Tajikistan (GMT+5).
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 Regulation (EU) Nº 233/2014 of the European Parliament and of the Council of 11.3.2014 establishing a financing instrument for development cooperation for the
period 2014-2020.(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 informationNot applicable.
Источник закупки
Перейти
Импорт - Экспорт по стране Таджикистан
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.