|
Procurement Notice Details
Icsp - provision of specialized cbrn equipment for the training of personnel in charge of border control in north africa and sahel
North Africa and Sahel
Purchaser: The European Union, represented by the European Commission on behalf of and for the account of the partner countries
27/02/2018 S40 External aid programmes - Supplies - Contract notice - Open procedure Belgium-Brussels: IcSP - Provision of specialized CBRN equipment for the training of personnel in charge of border control in North Africa and Sahel
2018/S 040-086543
North Africa and Sahel: Algeria, Burkina Faso, Mali, Mauritania, Morocco, Niger, Tunisia
SUPPLY CONTRACT NOTICE
1. Publication reference EuropeAid/139344/DH/SUP/MULTI 2. Procedure Open 3. Programme title Instrument contributing to stability and peace (ICSP) 4. Financing Budget line 5. Contracting authority The European Union, represented by the European Commission on behalf of and for the account of the partner countries (Algeria, Burkina Faso, Mali, Mauritania, Morocco, Niger, Tunisia), Brussels, BELGIUM.
It should be noted that the inclusion of Algeria as a partner country of this project is still under negotiation.
CONTRACT SPECIFICATIONS
6. Description of the contract Provision of specialized equipment for training personnel for border control in connection with the ongoing contract: “Strengthening cross-border capacity for control and detection of CBRN substances in North Africa and Sahel, IFS/2016/373-918 (Project 55)". The subject of the contract is the export, supply, delivery, unloading, installation, commissioning, maintenance, training and after-sales service by the contractor of various goods and equipment dedicated to CBRN preparedness and response to be delivered to the 7 partner countries. The contract contains only one lot but the equipment and the associated services will have to be provided for 8 training sessions: 1 regional session and 7 national sessions. The export and delivery of 8 identical batches will occur in 8 times, for the need of trainings defined by Project 55. As indicated under point 5, the inclusion of Algeria as a partner/beneficiary country of this project is still under negotiation. The tenderers are however requested to make an offer for 8 batches, i.e. including Algeria. In case Algeria eventually decides not to take part in this project, the delivery of the batch of goods and equipment to Algeria will be cancelled and removed from the contract to be signed after this tender procedure or the budget originally allocated to Algeria will be used to supplement supply to other partner/beneficiary countries. 7. Number and titles of lots One lot only
TERMS OF PARTICIPATION
8. Eligibility and rules of origin Participation 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
9. Grounds for exclusion Tenderers 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 point 2.3.3 of the practical guide. 10. Number of tenders Tenderers may submit only one 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 supplies required in the tender dossier. 11. Tender guarantee Tenderers must provide a tender guarantee of EUR 20 000 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 guarantee The 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 visit No information meeting is planned. 14. Tender validity Tenders 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 tasks The foreseen implementation period is one (1) year from the signature of the contract to the last provisional acceptance of the equipment.
SELECTION AND AWARD CRITERIA
16. Selection criteria The 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 average annual turnover of the tenderer for the last 3 years for which accounts have been closed must exceed twice the value of the tenderer's financial offer (e.g. if the tenderer's financial offer amounts to EUR 100 000, its average annual turnover must exceed EUR 200 000). 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. a) The tenderer has a professional ISO or equivalent certificate. b) The tenderer has at least 3 staff members currently working in fields related to this contract and at least 1 amongst these 3 staff members is permanent. 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 submission deadline. a) The tenderer has successfully supplied equipment under at least one project of a similar nature (i.e. supply of CBRN equipment). The budget of that project must be at least equal to the tenderer's financial offer for the project subject of this tender. The equipment must have been successfully supplied after 1.1.2015. b) The tenderer has successfully supplied equipment under at least three projects of a similar nature (i.e. supply of CBRN equipment). The equipment must have been successfully supplied after 1.1.2015. 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 rely 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. 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 criteria Price (or, if appropriate after prior approval, the best price-quality ratio which is a combination of quality and price).
TENDERING
18. How to obtain the tender dossier The 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 EuropeAid-TENDERS-139344@ec.europa.eu (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 shall be published at the latest 11 days before the submission deadline on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome
19. Deadline for submission of tenders 16:00 CET on 3 May 2018. Any tender received by the Contracting Authority after this deadline will not be considered. 20. Tender opening session 10:00 CET on 15.5.2018 at: European Commission Directorate-General for International Cooperation and Development DEVCO B5 –Security and Nuclear Safety Unit B-1049 Brussels, Belgium. 21. Language of the procedure All written communications for this tender procedure and contract must be in English. 22. Legal basis 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 230/2014 of the European Parliament and of the Council of 11.3.2014 establishing an instrument contributing to stability and peace. See Annex A2a of the Practical Guide.
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
------------------------------------------------------------------------------------------------
Note NuclearMarket - any future amendments related to this notice will not be published as part of our service. If this notice is of interest please contact the purchaser to be informed about any future amendments.
------------------------------------------------------------------------------------------------
|
|