EDF - Construction works for drinking water infrastructure for the cities of Tsévié, Sokodé and Kara in Togo (West Africa) (примерный перевод: EDF - Строительные работы для питьевой инфраструктуры водоснабжения для городов Цви, Sokod и Кара в Того (Западная Африка)) (Того - Тендер #6192802)
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 titleTogo Drinking Water and Sanitation Project, Phase 2 (programme ‘Projet eau potable et assainissement au Togo’ (PEAT2)).
4.FinancingFinancing Agreement No. TD/EDF/038-616, 11th European Development Fund (EDF).
5.Contracting authorityMinistry of Development Planning and Cooperation — EDF National Authorising Officer, Lomé, Togo.Tel.: (+228) 22353097 or 22353630 Fax: (+228) 2220672301 PB 943 Lomé –
TOGO,Email: caon@onfedtogo.org
6.Contract descriptionThis contract concerns the cities of Kara and nearby areas (Kozah), Sokodé and nearby areas (Aléhéridé), and Tsévié and nearby areas (Davédi) and provides, in
particular, for the rehabilitation, construction, supply, installation, and commissioning of the following drinking water supply (AEP - Approvisionnement en Eau Potable)
infrastructures:Tsévié:— construction and accommodation of a borehole (150 m3/h),— rehabilitation and adaptation of 7 existing drilling heads,— raw water supply (3.3 km in DN 250),—
construction of a 28 m tower tank (volume 750 m3),— installation of 2 power generators 44 and 66 kVA with buildings,— reinforcement of distribution networks (3.2 km, including 0.9 km in DN
300 cast iron),— rehabilitation of an existing reservoir and treatment plant.Sokodé:— raw water supply (1 185 ml in DN 300 cast iron),— construction of a 1 000 m3 ground tank,—
reinforcement of distribution networks (3.3 km, including 1.2 km in DN 300 cast iron),— rehabilitation of a treatment plant,— installation of an anti-surge protection system for a pumping
station.Kara:— dam water intake (valves),— treatment station (rehabilitation 380 m3/h + extension 420 m3/h),— reinforcement of pumping station (+ 1 pump 420 m3/h, 29 mCE),— reinforcement
of water supply (185 ml cast iron DN 300),— reinforcement of distribution networks (9.2 km, including 1 km in DN 400 cast iron).
7.Number and titles of lotsThis contract is made up of 3 lots.Titles of the lots:— lot no. 1: construction works for drinking water infrastructure for the city of Tsévié in Togo (West
Africa),— lot no. 2: construction works for drinking water infrastructure for the city of Sokodé in Togo (West Africa),— lot no. 3: construction works for drinking water infrastructure for
the city of Kara in Togo (West Africa).
8.Eligibility and rules of originParticipation in the contract is open on equal terms to all natural persons and legal entities (participating either individually or as part of a grouping –
consortium – of tenderers) established in an EU Member State, an ACP country or a country or territory authorised by the ACP-EC Partnership Agreement under which the contract is financed (also
see point 22 below). Participation is also open to international organisations. All supplies and materials purchased under this contract must come from one or more of these eligible countries.
However, they may come from any country if the amount of supplies and materials to be purchased is less than 100 000 EUR.Please note that, after the United Kingdom"s withdrawal from the EU, the
rules of access to EU procurement procedures for economic operators established in third countries and for any goods originating from third countries (1) will apply to candidates or tenderers
from the United Kingdom, and to all candidates or tenderers proposing goods originating from the United Kingdom (1) depending on the outcome of negotiations. If such access is not provided for by
the legal provisions in force at the time of awarding the contract, candidates and tenderers from the United Kingdom, and candidates and tenderers proposing goods originating in the United
Kingdom (1) may be excluded from the procurement procedure.(1) They may nevertheless come from any country if the amount of supplies to be purchased is less than 100 000 EUR.
9.Grounds for exclusionTenderers must submit a signed declaration (included in the tender form for a works contract) certifying that they are not in any of the situations referred to in section
2.6.10.1. of the Practical Guide to Contract Procedures for EU External Action (PRAG).Tenderers included in the lists of persons, groups and entities subject to 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 tendersTenderers may only submit one bid per lot. Tenders for part of a lot will not be considered. Tenderers may state in their tender whether they would grant a discount should
they be awarded several lots. Tenderers are not authorised to submit a variant tender in addition to the tender that they submit for the works required in the tender dossier.
11.Tender guaranteeTenderers must provide a tender guarantee for the lots:— lot 1: 50 000 EUR,— lot 2: 50 000 EUR,— lot 3: 75 000 EUR.This will be returned to unsuccessful tenderers once
the invitation to tender procedure has been completed and to the successful tenderer(s) once the contract has been signed by all parties.
12.Performance bondThe successful tenderer will be required to provide a performance guarantee equal to 10% of the contract amount at the time of signature of the contract. This guarantee must be
provided with the countersigned contract within a maximum of 30 days of receipt by the tenderer of the contract signed by the contracting authority. Should the successful tenderer not provide the
required bond within the time allowed, the contract will be rendered null and void, and a new contract may then be drawn up and sent to the tenderer who submitted the compliant tender with the
2nd lowest price.
13.Information meeting and/or site visitMandatory site visits, each preceded by an information meeting, will be organised in Kara, Sokodé and Tsévié as follows:— lot no.: 1Designation of
works: construction works for drinking water infrastructure for the city of Tsévié in Togo (West Africa).Date of visit: 6.2.2020.Time: 9:30.Departure point: Tsévié city hall— lot no.:
2Designation of works: construction works for drinking water infrastructure for the city of Sokodé in Togo (West Africa).Date of visit: 4.2.2020.Time: 9:30.Departure point: City hall of
Sokodé— lot no.: 3Designation of works: construction works for drinking water infrastructure for the city of Kara in Togo (West Africa)Date of visit: 3 February 2020.Time: 9:30.Departure
point: Kara city hall.A receipt for the site visit will be given to each tenderer specifying the names and functions of the representatives of each tenderer and, where applicable, of their
co-contractors and subcontractors. This receipt must necessarily be attached to the tender proposal, under penalty of direct elimination in the event of absence.
14.Tender validityTenders must remain valid for 90 days from the final date for submission of tenders. In exceptional circumstances and before the expiry of the validity period, the contracting
authority may ask tenderers to extend the validity of their bids for a specific period.
15.Implementation period for the tasksFor each of the lots, the execution time is 10 months for lots 1 and 2, and 12 months for lot 3, from the date of notification of start of the works.
16.Selection criteriaTo be eligible for the contract award, tenderers must provide proof that they meet the selection criteria. In the case of a tender submitted by a consortium, and unless
otherwise specified, these selection criteria will apply to the consortium as a whole.the selection criteria for each tenderer are as follows:16.1. Candidate"s economic and financial capacity:a)
the tenderer"s average annual turnover over the past 3 financial years must be equal to or more than 3 000 000 EUR, at least 70% of which should be in the building and public works sector;b) have
liquid assets and/or have access to an amount of credit which exceeds 600 000 EUR;c) provide financial documents for the past 3 financial years.In the event of response to 2 lots, the criteria
will be 150% of the above amounts, and 200% if the tenderer responds to 3 lots.16.2 Technical and professional capacity of candidate:a) the tenderer has completed, during the 5 years prior to the
deadline for submission, at least 2 works contracts, the amount of which is at least the value of the financial offer proposed by the tenderer;b) the tenderer has completed, during the 3 years
prior to the deadline for submission, at least 1 similar contract whose characteristics relate to works of:i) high flow borehole minimum 100 m3/h;ii) construction of elevated reinforced concrete
tanks, and;iii) works to extend and reinforce drinking water networks;iv) design and construction of treatment units.The tenderer may refer to one or more separate projects covering all of these
works.For these projects, the tenderer must submit proof of satisfaction, including the following documents:— copy of the cover page and the contract signature page,— copy of the provisional
or final acceptance certificates signed by the project managers / contracting authority of the projects concerned.c) have at least the minimum equipment per lot required in the instructions to
tenderers;d) propose at least the minimum technical and managerial staff required in the instructions to tenderers for one lot.Financial data to be provided by the candidate concerning the
selection criteria must be expressed in EUR. If applicable, where a candidate refers to amounts originally expressed in another currency, the conversion into EUR will be made in accordance to the
InforEuro exchange rate of December 2019, available at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html
17Award criteriaThe most economically advantageous tender is the one that complies with the technical requirements and indicating the lowest price.
18.Procedures for obtaining the invitation to tender dossierThe contract notice can be consulted at the following Internet
address:https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcomeThe complete tender dossier is available for consultation in paper version, and can be obtained from the
contracting authority free of charge in an electronic file (on blank CD provided by the tenderer), at the following address:Ministère de la planification du développement et de la coopération
— ordonnateur national du FED, immeuble du CASEF, Côté Plan/porte 424, 01 BP 943 Lomé – TOGO,Tel: +228 7045 3098/+228 7043 5643.Email: caon@onfedtogo.orgTenders must be submitted using the
standard tender form included in the tender dossier and its format and instructions must be strictly observed.Questions regarding this invitation to tender must be sent in writing to:Madame la
ministre de la planification du développement et de la coopération — ordonnateur national du FED S/C du coordonnateur de la cellule d"appui à l"ordonnateur national, immeuble du CASEF,
Côté Plan/porte 424/01 BP 943 Lomé – TOGO:email: caon@onfedtogo.org (quoting the publication reference given in point 1) at least 21 days before the deadline for submission of tenders given
in point 19. The contracting authority must reply to all tenderers" questions at least 11 days before the deadline for submission of tenders. Any clarifications or minor changes to the tender
dossier will be published at the latest 11 days before the tendering deadline on DG International Cooperation and Development’s website at
https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome
19.Tendering deadlineThe tenderer"s attention is drawn to the fact that there are 2 different systems for sending tenders; they can be:1) either sent by post or by a private courier service;2) or
hand delivered.In the first case, the tender must be sent before the deadline for submission, the postmark or deposit receipt being proof, and in the second case, the acknowledgement of receipt
given at the time of delivery of the application/tender will serve as proof.Tenders must be delivered by hand or sent by post or by private courier service no later than 7.4.2020 at 12:00
TU.Working days: Monday to Friday.Opening hours of the contracting authority are: Mornings: 7:00 to 12:00 TU — Afternoons: 14:30 to 17:30 TU.Tenders received by the contracting authority after
the 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 reasons
beyond the control of the contracting authority, after the effective date of approval of the evaluation report, if the fact of accepting tenders submitted in time but arriving late may
excessively delay the evaluation process, or call into question decisions already taken and communicated.Formalities related to tendering.Applications must be written in French and submitted
exclusively to the contracting authority in a sealed envelope:— either by post or by courier service, the postmark or the date of the deposit slip serving as proof;Madame le ministre de la
planification du développement et de la coopération – ordonnateur national du FED, S/C du coordonnateur de la cellule d"appui à l"ordonnateur national, immeuble du CASEF, Côté Plan/porte
424, 01 BP 943 Lomé – TOGOTel: +228 7045 3098/+228 7043 5643,— or delivered by the participant in person or by an agent directly to the contracting authority"s premises against a signed and
dated acknowledgement of receipt, in which case the acknowledgement of receipt will be deemed authentic.Madame le ministre de la planification du développement et de la coopération –
ordonnateur national du FED, S/C du coordonnateur de la cellule d"appui à l"ordonnateur national, immeuble du CASEF, Côté Plan/porte 424, 01 BP 943 Lomé – TOGOTel: +228 7045 3098/+228 7043
5643.The opening hours of the contracting authority are: Mornings: 7:00 to 12:00 Afternoons: 14:30 to 17:30.The contract title and the publication reference (see point 1 above) must be mentioned
on the envelope containing the tender and in all subsequent correspondence with the contracting authority.Tenders submitted by other means will not be considered.When submitting their tenders,
tenderers agree to receive notification of the result of the procedure by electronic means. Such notification will 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.
20.Tender opening sessionTenders will be opened in the presence of tenderers who wish to attend the opening of tenders, on 15.4.2020 at 10:00 UT in the meeting room, door 420 on the 4th floor at
CASEF, coté Plan, Lomé.The opening session should be held at least one week after the deadline for submission of tenders.In the event that, at the date of the opening session, certain tenders
have not been delivered to the contracting authority, but that their representatives can show evidence that they have been sent on time, the contracting authority will allow them to participate
in the 1stt opening session, and will inform all representatives of the tenderers that a 2nd opening session will be organised.
21.Language of the procedureFrench will be used in any written communication relating to this invitation to tender and this contract.
22.Repetition of similar worksSubsequent to the initial contract resulting from this tender procedure, new works consisting in the repetition of similar works up to an estimated amount of 1 000
000 EUR may be entrusted to the initial contractor by a negotiated procedure without prior publication of a contract notice, provided that the new works conform to the same basic project.
23.Legal basis (1)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 at Cotonou on 23.6.2000, 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.(1) Please state any particularity that could have an impact on the rules of participation (such as geographical, thematic, or short/long-term).
Источник закупки
Перейти
Импорт - Экспорт по стране Того
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.