Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Руанды


Architectural, construction, engineering and inspection services (Руанда - Тендер #43029429)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Руанда (другие тендеры и закупки Руанда)
Организатор тендера: Rwanda Biomedical Centre (RBC) Head Office
Номер конкурса: 43029429
Дата публикации: 22-06-2023
Сумма контракта: 32 465 644 (Российский рубль) Цена оригинальная: 550 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023061920230726 11:00Ministry or any other national or federal authorityContract noticeServicesRestricted procedureNot specifiedSubmission for all lotsThe most economic tenderHealthBIC02BI
  1. Section I
    1. Name and addresses
      Rwanda Biomedical Centre (RBC) Head Office
      KG 644 St, Kimihurura, Gasabo - P.O. Box 7162, Kigali- Rwanda
      Kigali
      Rwanda
      Telephone: +250 73850711
      E-mail: spiu.secretariat@rbc.gov.rw
    2. Joint procurement
    3. Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at
      www.rbc.gov.rw
      Additional information can be obtained from the abovementioned addressto the abovementioned address
    4. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    5. Main activity:
      Health
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Consulting Services to develop a Feasibility Study for Construction of a NHLS Building

        Reference number: EIB-GtP/INCO/C03/REOI/2022/2023/RBC
      2. Main CPV code:
        71000000
      3. Type of contract:
        Services
      4. Short description:

        The Government of Rwanda received a loan from EIB to finance construction of integrated institution-National Health Laboratory Services (NHLS) with high containment capabilities (BSL 3/4). The project will be co-financed by the EU and the Government of Rwanda and implemented through the RBC as a government implementing agency with a Technical Assistance of the WHO to ensure that the new laboratory meets the applicable standards and regulations to handle highly contagious substances in a maximum containment environment. The primary objective of the project is to create a modern integrated and sustainable laboratory complex that will become a reference laboratory for the region and a global collaboration centre for conducting advanced research, outbreak investigations and international training. The aim of this consultancy is to provide the required expertise for the initial development of the project through carrying out a comprehensive Feasibility Study.

      5. Estimated total value:
        Value excluding VAT: 550 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):

      3. Place of performance:
        Main site or place of performance:

        The new laboratory is intended to be constructed on a 3-hectare land located at near King Faisal Hospital in Kamatamu Cell, Kacyiru Sector, Gasabo District, Kigali City, Rwanda (Central Africa).

      4. Description of the procurement:

        The procurement process has two consecutive stages, this first stage is pre-qualification (REOI) and the second stage (RFP stages) is for the selection of a qualified Consultant. Pre-qualified/shortlisted firms will be requested to submit proposals that will include a technical and a financial proposal. Prequalification Criteria (Pass/Fail basis):

        Eligibility: Certificate of Company registration in their country of incorporation (e.g. with Rwanda Development Board for local firms). Тhe candidate must provide evidence to prove the following: The Candidate itself and its legal representative have not been convicted for some of the criminal acts as a member of an organised criminal group, criminal acts against the economy, criminal acts against the environment, criminal acts of bribery, criminal acts of fraud; * That it has settled due tax obligations, contributions and other public charges in accordance with the regulations of Rwanda or foreign state where it has the seat; * The candidate must also prove that it is not bankrupt, subject to insolvency or winding up procedures, its assets are being administered by a liquidator or by a court, it is in an arrangement with creditors, its business activities are suspended or it is in any analogous situation arising from a similar procedure provided for under national legislation or regulations. In the case of a JV, these criteria shall be met cumulatively by its members.

        General Experience: Demonstrate the past general experience in conducting feasibility studies for at least 5 large-scale health care facilities (hospitals or equivalent) or biomedical laboratory projects (each above 20 million Euros) completed during the past 10 years. Bidders must provide the address and contact details of the contracting bodies for each of the completed feasibility studies. In the case of a JV consortium, this criterion shall be met cumulatively by its members.

        Specific Experience: Having completed the feasibility studies for 2 (two) laboratories with BSL 3 or BSL 4 standards during the last 10 years. Bidders must provide the address and contact details of the contracting bodies for each of the completed Feasibility Studies. In case of a JV, the JV leader shall have at least completed the feasibility study for 1 (one) laboratory with BSL 3 standard during the last 10 years.

        Consultant’s technical capacity to undertake the Feasibility Study: Consultants have to submit an overview of their company’s structure, their main activities, number of personnel proofing to have at least one Team Leader, one Lead Architect, one Senior Services Engineer (Technical Installations), one Environmental and Social Impact Assessment (ESIA) Expert, one Senior Health Economist, one Senior Laboratory Specialist, one Lead Biocontainment Engineer and a Lead Biosafety and Biosecurity Specialist.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:

      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 6
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
        Envisaged minimum number: 1
        Maximum number: 6
        Objective criteria for choosing the limited number of candidates:

        Shortlisting of candidates and prequalification decision: Shortlisting shall be based on all requirements of the present Request for Expression of Interest (REOI) as stipulated above. If more than 6 (six) eligible candidates meet the above prequalification criteria, their relative strengths and weaknesses must be re-examined in order to rank their applications and identify the 6 best candidates. The comparative criteria that will be taken into consideration during this re-examination, in the following priority order: 1. the highest number of similar feasibility studies for projects with BSL 3/4 laboratories, with BSL 4 Cabinets or Suits; 2. the highest number of similar feasibility studies for projects with BSL 3 laboratories; 3. the cumulative value of contracts of the Feasibility Studies for BSL 3/4 laboratories the candidate prepared during the last ten years. The Rwanda Biomedical Centre will inform all consultants of the pre-qualification decision, including a summary of the relevant reasons for that decision.

      9. Information about variants:
        Variants will be accepted: no
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds:

        GRANT AGREEMENT - RWANDA COVID 19 HEALTH RESILIENCE (FI 96844)

      13. Additional information:
  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
      2. Economic and financial standing:
        Selection criteria as stated in the procurement documents
      3. Technical and professional ability:
        Selection criteria as stated in the procurement documents
      4. Information about reserved contracts:
    2. Conditions related to the contract:
      1. Information about a particular profession:
      2. Information about staff responsible for the performance of the contract:
        Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
  4. Section IV
  5. Description:
    1. Type of procedure:
      Restricted procedure
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: no
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-07-26
      Local time: 11:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
      Date: 2023-08-31
    4. Languages in which tenders or requests to participate may be submitted:
      EN
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information
    4. Procedures for review
      1. Review body
        National Independent Review Panel
        KN 3 Av, Kigali (P.O. Box: 4276)
        Kigali
        Rwanda
        E-mail: irp@rppa.gov.rw
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained

    5. Date of dispatch of this notice
      2023-06-19

  • 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.

    Экспорт Импорт

    Еще тендеры и закупки за эти даты

    22-06-2023 Endoscopy, endosurgery devices.

    22-06-2023 Endoscopy, endosurgery devices.

    22-06-2023 Cleaning services.

    22-06-2023 Architectural, engineering and planning services.

    22-06-2023 Video-conferencing equipment.

    22-06-2023 Restructuring work.

    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    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.

    Политика обработки персональных данных tenderguru.ru