Back to tenders & grants page
Albania-Tirana: IPA — Supply of food safety laboratory equipment for the Food Safety and Veterinary Institute (FSVI) and National Food Authority (NFA) Regional Directorates
Receive Tenders like this by email

Albania-Tirana: IPA — Supply of food safety laboratory equipment for the Food Safety and Veterinary Institute (FSVI) and National Food Authority (NFA) Regional Directorates

Albania-Tirana: IPA — Supply of food safety laboratory equipment for the Food Safety and Veterinary Institute (FSVI) and National Food Authority (NFA) Regional Directorates has been closed on 10 May 2017. It no longer accepts any bids. For further information, you can contact the General Directorate for Financing and Contracting of EU, World Bank and other donor funds/Central Finance and Contracting Unit within the Ministry of Finance of Albania

Bellow, you can find more information about this project: 

Location: Albania

General information

Donor:

General Directorate for Financing and Contracting of EU, World Bank and other donor funds/Central Finance and Contracting Unit within the Ministry of Finance of Albania

Industry:

Machinery & Equipment

Oil & Gas

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

19 Aug 2017

Deadline:

10 May 2017

Value:

Not available

Contacts

Description

Supply contract notice

Location: Europe (non-EU) — Tirana, Albania

1.Publication reference:
EuropeAid/138652/IH/SUP/AL.
2.Procedure:
Open.
3.Programme title:
National programme for Albania under the IPA — transition assistance and institution building component for the year 2013.
4.Financing:
IPA 2013/24-935.
5.Contracting authority:

General Directorate for Financing and Contracting of EU, World Bank and other donor funds/Central Finance and Contracting Unit within the Ministry of Finance of Albania, Tirana, ALBANIA.


Contract specifications

6.Description of the contract:
The subject of the contract is the supply, delivery, installation, unloading, commissioning, training, after-sale services and maintenance by the contractor of the following goods to the Food Safety and Veterinary Institute (FSVI) and to the 3 NFA regional laboratories in Korca, Gjirokastra and Shkoder:
lot 1: laboratory equipment for the determination of food quality parameters of food stuffs, including multiparametric analysers for milk and milk products, wine and spirits, meat and meat products, grain, cereals, seeds and flour, somatic cell counters, an HPLC with UV-VIS and RI detectors and a UV-VIS spectrophotometer;
lot 2: laboratory equipment for the determination of microbiological parameters in food stuffs, including all the basic equipment for conventional microbiological testing, a water activity meter, laminar flow cabinets and auxiliary equipment for molecular (RT PCR) microbiological testing (electrophoresis, transilluminator, centrifuge and ultra deep freezer);
lot 3: laboratory equipment for the testing of parameters related to animal health (veterinary), including equipment for the bacteriological testing of animal samples for the regional laboratories, a DNA next generation sequencer for the identification of microbes (e.g. brucellosis) and equipment for serological testing and sterilisation/decontamination of materials for FSVI. This lot also includes UPS stations and digital reference thermometers;
lot 4: laboratory equipment for the testing of pesticide residues in plant origin products, including main equipment (LC-MS/MS, GC-MS/MS, CV-AAS, ICP-MS, liquid chromatography, gel permeation chromatography) and auxiliary equipment for the preparation and storage of the samples. This lot also includes safety cabinets for the storage of chemicals and chemical fume hoods for the protection of personnel.
7.Number and titles of lots:
4 lots:
lot 1: food quality;
lot 2: microbiological testing;
lot 3: animal health;
lot 4: pesticide residues in plant origin foodstuffs, aflatoxins and heavy metals testing FSVI.


Terms of participation

8.Eligibility and rules of origin:
Participation is open to all legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in a Member State of the European Union or in a country or territory of the regions covered and/or authorised by the IPA I programme under which the contract is financed (see item 22 below). All goods supplied under this contract must originate in 1 or more of these countries. Participation is also open to international organisations.
Participation of natural persons is directly governed by the specific instruments applicable to the programme under which the contract is financed.
All goods supplied under this contract must originate in 1 or more of these countries with the exception of the following items, for which derogation of the rule of origin has been granted:
1. item 39 in lot 3: DNA next generation sequencer (NGS);
2. item 73 in lot 4: nitrogen evaporator, with nitrogen generator and nitrogen regulator.
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 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 1 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 lot 1 — 7 500 EUR, lot 2 — 3 000 EUR, lot 3 — 3 300 EUR, lot 4 — 20 000 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. 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 paragraph 8.2 of the instructions to tenderers).
15.Period of implementation of tasks:
Lot 1: 180 days from the date of the issuance of the administrative order.
Lot 2: 180 days from the date of the issuance of the administrative order.
Lot 3: 180 days from the date of the issuance of the administrative order.
Lot 4: 180 days from the date of the issuance of the administrative order.


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 subcontractors:
1) Economic and financial capacity of tenderer (based on i.a. item 3 of the tender form for a supply contract). In the case of the 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:
(a) the average annual turnover of the tenderer for the last 3 years must exceed the annualised maximum budget of the contract;
(b) the ratio of current assets divided by current liabilities should be at least 1 for the last year for which accounts have been closed. In case of a consortium this criterion must be fulfilled by each member.
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 5 years from the submission deadline:
lot 1:
at least 4 staff currently work for the tenderer in fields related to this contract;
demonstrate the capacity to provide after-sale services and maintenance for technologically sophisticated equipment such as HPLC or similar equipment either through availability of own trained staff or other capacity-providing entities;
lot 2:
at least 4 staff currently work for the tenderer in fields related to this contract;
lot 3:
at least 4 staff currently work for the tenderer in fields related to this contract;
demonstrate the capacity to provide after-sale services and maintenance for technologically sophisticated equipment such as DNA NGS or similar equipment either through availability of own trained staff or other capacity-providing entities;
lot 4:
at least 7 staff currently work for the tenderer in fields related to this contract;
demonstrate the capacity to provide after-sale service and maintenance for technologically sophisticated equipment such as HPLC, LC-MS/MS, GC-MS/MS, AAS, ICP-MS or similar equipment either through availability of own trained staff or other capacity-providing entities.
Note: if the tenderer bids for more than 1 lot, the minimum staff capacity shall be 7 people.
3) Technical capacity of tenderer (based on i.e. items 5 and 6 of the tender form for a supply contract):
lot 1:
the tenderer has delivered similar supplies used in life sciences or related subjects under at least 1 contract with a budget of at least 300 000 EUR (refer to paragraph 6 ‘Description of the contract’ of this CN) which were implemented during the last 5 years from the submission deadline;
lot 2:
the tenderer has delivered similar supplies used in life sciences or related subjects under at least 1 contract with a budget of at least 200 000 EUR (refer to paragraph 6 ‘Description of the contract’ of this CN) which were implemented during the last 5 years from the submission deadline;
lot 3:
the tenderer has delivered similar supplies used in life sciences or related subjects under at least 1 contract with a budget of at least 200 000 EUR (refer to paragraph 6 ‘Description of the contract’ of this CN) which were implemented during the last 5 years from the submission deadline;
lot 4:
the tenderer has delivered similar supplies used in life sciences or related subjects under at least 1 contract with a budget of at least 500 000 EUR (refer to paragraph 6 ‘Description of the contract’ of this CN) which were implemented during the last 5 years from the submission deadline.
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 ongoing 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 tenderers rely in majority on the capacities of other entities or when they rely on key criteria. If the tenderer relies 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.


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:
Mr Manol Simo, General Director, General Directorate for Financing and Contracting of EU, World Bank and other donor funds/Central Finance and Contracting Unit, Ministry of Finance, Blv. ‘Dëshmorët e Kombit’, No 3, Tiranë, ALBANIA

(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:
5.10.2017 (10:00), local time.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
5.10.2017 (11:00), local time, at CFCU premises, Rruga Elbasanit, ish Drejtoria e Tatimeve, Kati III, Tirana, ALBANIA.
21.Language of the procedure:
All written communication for this tender procedure and contract must be in English.
22.Legal basis:
Council Regulation (EC) No 1085/2006 of 17.7.2006 establishing an Instrument of Pre-Accession Assistance (IPA) — OJ L 210 of 31.7.2006.
23.Additional information:
Non applicable.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more