Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
.Please note that the awarding of the contract is subject to the condition of:— the prior conclusion of a financing agreement.Which does not modify the elements of the procurement procedure
(this will be the case, for instance, if the budget initially foreseen is different or if the timeframe, the nature or the condition of the implementation are altered). If the precedent condition
is not met, the contracting authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation.
1.Publication referenceEuropeAid/139549/IH/WKS/UG
2.ProcedureOpen procedure
3.Programme titleContribution to the Development Initiative for Northern Uganda through the rehabilitation of the Tororo-Gulu railway
5.Contracting AuthorityThe Ministry of Finance, Planning and Economic Development acting as the National Authorising Officer in UgandaThe National Authorising officer of the EDF, Ministry of
Finance, Planning and Economic Development, Plot 2 – 12 Apollo Kaggwa Road, P.O. Box 8147, Kampala, UGANDA, Room 1.28 Treasury side, Email: finance@finance.go.ugClarifications may be sought
from the contracting authority at the following email address finance@finance.go.ug 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 11 days before the deadline.
6.Description of the contractUndertake rehabilitation of the railway line between Tororo and Gulu and revamp the infrastructure to standards enabling transportation of freight. The main
components of the works shall comprise: improvement of drainage, construction and rehabilitation of culverts, stabilisation of slopes, earthworks and rehabilitation of pavement layers,
rehabilitation of existing bridges and construction of pedestrian walkways, supply and installation of track components (rails, sleepers), installation of sidings in the main stations and rock
ballasting.
7.Number and titles of lotsOne lot only
8.Eligibility and rules of originParticipation in tendering is open on equal terms to all 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 heading 22 below). Participation is also open to international organisations. All supplies and materials under this contract shall originate from one or more of those
eligible countries. However, they may originate from any country when the amount value of the supplies and materials to be purchased 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 countries1 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. 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 (1) could be rejected from the procurement procedure.(1) However, they may originate from any country when the amount of the supplies to be purchased is below
100 000 EUR.
9.Grounds for exclusionTenderers must submit a signed declaration, included in the tender form for a works 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 tendersTenderers may submit only 1 tender per lot. Tenders for parts of a lot will not be considered. 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. Tenderers may not submit a tender for a variant solution in addition to their tender for the works required in the tender dossier.
11.Tender guaranteeTenderers must provide a tender guarantee of 300 000 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.
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 visitAn optional information meeting will be held on the 12.9.2018 at 10:00 am at the Uganda Railway Corporation, Railway Station Kampala, and an optional site
visit will be held on the 10.9.2018 and 11.9.2018 starting from Tororo on the 10.9.2018 at 9:00 am at the Tororo Railway Station.
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.
15.Period of implementation of tasks36 Months
16.Selection criteriaEconomic and financial capacity of candidate:— The average annual turnover of the tenderer in the past 3 years must be at least 20 000 000 EUR. In case of a Joint Venture
at least one member must have an average annual turnover of at least 10 000 000 EUR in the past 3 years,— The tenderer must have access to sufficient credit and other financial facilities to
cover the required cash flow for the duration of the contract. In any case, the amount of credit available must exceed the equivalent of 5 000 000 EUR. Technical and professional capacity of
candidate:— The tenderer must have completed at least 1 Railway project of at least 30 000 000 EUR or 2 Railway projects of at least 20 000 000 EUR implemented during the following period: 8
years. The Contracting Authority reserves the right to ask for copies of certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned,— The
tenderer must have completed at least 1 Road or Railway project where the earthworks were at least 10 000 000 EUR during the following period: 8 years. The Contracting Authority reserves the
right to ask for copies of certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned,— The tenderer must prove that at least 70 % of the
contract works will be carried out by using its own resources, which means that it must have the equipment, materials, human and financial resources necessary to carry out that percentage of the
contract.Further selection criteria are provided with the Tender Dossier.
17.Award criteriaThe most economically advantageous tender is the technically compliant tender with the lowest price.
18.How to obtain the tender dossierThe tender dossier is available from:The National Authorising officer of the EDFMinistry of Finance, Planning and Economic DevelopmentPlot 2 – 12 Apollo
Kaggwa RoadP.O. Box 8147, Kampala, UgandaRoom 1.28 Treasury sideEmail: finance@finance.go.ugUpon payment of 100 USD, which includes courier delivery. It is also available for inspection at the
premises of the Contracting Authority, address as in point 5 above. Tenders must be submitted using the standard tender form 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 National Authorising officer of the EDFMinistry of Finance, Planning and Economic
DevelopmentPlot 2 – 12 Apollo Kaggwa RoadP.O. Box 8147, Kampala, UgandaEmail: finance@finance.go.ug(mentioning the publication reference shown in item 1) at least 21 days before the deadline
for submission of tenders given in item 19. The contracting authority must reply to all tenderers" questions at least 11 days before the deadline for submission of tenders. Eventual
clarifications or minor changes to the tender dossier will 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 two 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 date and time limit for submission is 9:00 am Ugandan
time on the 20.11.2018 at the Contracting Authority. The Contracting authority is open from to 8:00 am to 5:00 pm.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:The National
Authorising officer of the EDFMinistry of Finance, Planning and Economic DevelopmentPlot 2 – 12 Apollo Kaggwa RoadP.O. Box 8147, Kampala, UgandaAttn.: Ruth Kato; Senior Programmes Officer
NAO-SUEmail: finance@finance.go.ug— 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 vidence shall be constituted by this acknowledgement of receipt, to:The National Authorising officer of the EDFMinistry of Finance, Planning and Economic DevelopmentPlot 2 –
12 Apollo Kaggwa RoadP.O. Box 8147, Kampala, UgandaRoom 1.28 Treasury sideEmail: finance@finance.go.ugThe contract title and the publication reference (see item 1 above) must be clearly marked on
the envelope containing the application 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 application.(1) It is recommended to use registered mail in case the postmark would not be readable.
20.Tender opening session20.11.2018 at 9:30 am at:The National Authorising officer of the EDFMinistry of Finance, Planning and Economic DevelopmentPlot 2 – 12 Apollo Kaggwa RoadP.O. Box 8147,
Kampala, UgandaRoom 1.16 Treasury sideEmail: finance@finance.go.ug
21.Language of the procedureAll written communications for this tender procedure and contract must be in English.
22.Repetition of similar worksSubsequent to the initial contract resulting from the current tender procedure, new works consisting in the repetition of similar works, up to the estimated amount
of 2 000 000 EUR may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new works are in conformity with the same basic
project.
23.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 23.7.2000 as amended in Luxembourg on 25.7.2005 and in Ouagadougou on 22.7.2010. Reference is made to Annex IV as revised by Decision 1/2014 of the ACP-EU
Council of Ministers of 20.7.2014.(2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
Источник закупки
Перейти
Импорт - Экспорт по стране Уганда
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.