loading
  • GM Banjul
  • 16.07.2018
  • Ausschreibung
  • (ID 2-304705)

GM-Banjul: DCI - Technical Assistance to the GCCA + Climate Resilient Coastal and Marine Zone Project for The Gambia


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.07.2018, 16:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung allgemeine Beratungsleistungen / Landschaftsplanung
    Adresse des Bauherren GM-Banjul
    TED Dokumenten-Nr. 247367-2018

  • Anzeigentext Ausschreibung

    maximieren

    • Gambia-Banjul: DCI - Technical Assistance to the GCCA + Climate Resilient Coastal and Marine Zone Project for The Gambia

      2018/S 109-247367

      Banjul, The Gambia

      SERVICE CONTRACT NOTICE

       

      1.Publication reference
      EuropeAid/139497/IH/SER/GM
      2.Procedure
      Restricted
      3.Programme title
      GCCA+ Climate Resilient Coastal and Marine Zone Project for The Gambia
      4.Financing
      DCI – Environment (ENV/2017/40525)
      5.Contracting Authority

      The Government of The Gambia represented by the Hon. Minister of Finance and Economic Affairs and the National Authorizing Officer - NAO - of the European Development Fund - EDF, Banjul, Gambia


      Contract specification

      6.Nature of contract
      Fee-based
      7.Contract description
      The contract is to provide Technical Assistance to the GCCA+ Climate Resilient Coastal and Marine Zone Project for The Gambia.
      The overall project seeks to benefit coastal communities and help them adapt to impacts of climate change through institution strengthening, knowledge management, and demonstrated implementation of the Integrated Coastal Zone Management (ICZM) approach, at national and local levels. It takes into account the inter-linkages between social, economic and environmental dimensions of sustainable development, and is in alignment with the Gambia's National climate change Adaptation Plan and strategy (NAP) as well as the Nationally Determined Contributions (NDC)(1).

      (1)Website UNFCCC, INDC http://www4.unfccc.int/submissions/indc/Submission%20Pages/submissions.aspx

      8.Number and titles of lots
      One lot only
      9.Maximum budget
      1 500 000 EUR
      10.Scope for additional services
      The Contracting Authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 273 000 EUR . Any extension of the contract would be subject to satisfactory performance by the Contractor.


      Conditions of participation

      11.Eligibility

      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) No236/2014 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 29 below). Participation is also open to international organisations.

      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 will apply to candidates or tenderers 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, could be rejected from the procurement procedure.
      12.Candidature
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
      A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the Contracting Authority.
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications
      No more than one application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the Contracting Authority has been obtained (see Practical Guide – PRAG - 2.4.3.). Short-listed candidates may not form alliances or subcontract to each other for the contract in question
      15.Grounds for exclusion
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
      16.Sub-contracting
      Subcontracting is allowed
      17.Number of candidates to be short-listed
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the Contracting Authority may invite the candidates who satisfy the criteria to submit a tender.


      Provisional timetable

      18.Provisional date of invitation to tender
      17.8.2018
      19.Provisional commencement date of the contract
      1.1.2019
      20.Initial period of implementation of tasks
      36 months


      Selection and award criteria

      21.Selection criteria
      The following selection criteria will be applied to candidates. In the case of applications 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 singlemember companies when they are sub-contractors.
      1) Economic and financial capacity of candidate (based on item 3 of the application form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed.
      — the average annual turnover of the candidate must exceed the annualised maximum budget of the contract i.e., 500 000 EUR).
      2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last five years from submission deadline.
      — the candidate must have at least two (2) staff that currently work in fields related to this contract.
      3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last five years from submission deadline.
      Criteria for legal and natural persons:
      3.1 The candidate has provided services under at least 1 contract each with a budget of 750 000 EUR in climate change/environment which was implemented at any moment during the reference period: 16.7.2013 until16.7.2018. This means that the project the candidate 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. Candidates/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, proof of final payment). In case of projects still on-going only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value. If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
      Previous experience which caused breach of contract and termination by a Contracting Authority shall not be used as reference.
      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. It must in that case 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 — notably that of nationality – and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services 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.
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be reexamined to identify the eight best candidates. The only factors which will be taken into consideration during this reexamination are:
      3.1a) the highest number of project references given under criterion 3.1 that are working in the climate change/environmental field in African Coastal Countries.
      3.1b) in case criterion 3.1a) is not pertinent to reduce the weaknesses and strengths, the projects given under criterion 3.1 with the highest budget will be considered.
      22.Award criteria
      Best price-quality ratio.


      Application

      23.Deadline for receipt of applications
      4:00 p.m. local time (Banjul) on 16.7.2018.
      Any application received by the Contracting Authority after this deadline will not be considered
      24.Application format and details to be provided
      Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

      The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

      Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
      25.How applications may be submitted
      Applications must be submitted in English exclusively to the Contracting Authority in a sealed envelope:
      — EITHER by recorded delivery (official postal service) to:
      Mr. Malang Nyass, Director
      National Authorising Officer System Support Unit (NAOSU)
      M A Trading Building, Mamady Manjang Highway
      Kanifing, The Gambia
      In this case, the delivery record makes proof of compliance with the time-limit for receipt.
      — OR hand delivered (including courier services) directly to the Contracting Authority in return for a signed and dated receipt to:
      Mr. Malang Nyass, Director
      National Authorising Officer System Support Unit (NAOSU)
      M A Trading Building, Mamady Manjang Highway
      Kanifing, The Gambia
      (Opening hours: Mondays-Thursdays 8:00 to 16:00 and Fridays 8:00 to 12:30)
      In this case, the acknowledgment of receipt makes proof of compliance with the time-limit for receipt.
      The 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.
      Applications submitted by any other means will not be considered.
      By submitting an application 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.
      26.Alteration or withdrawal of applications
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Item 25. The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.
      27.Operational language
      All written communications for this tender procedure and contract must be in English.
      28.Date of publication of prior information notice
      17.3.2018.
      29.Legal basis(2)

      Regulation (EU) No236/2014 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 DCI — See Annex A2 of the Practical Guide.

      (2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
      30.Additional information
      The opening hours of the contracting authority is Mondays-Thursdays from 8:00 to 16:00 and on Fridays from 8:00 to 12:30.

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 11.06.2018
Zuletzt aktualisiert 11.06.2018
Wettbewerbs-ID 2-304705 Status Kostenpflichtig
Seitenaufrufe 32