Back to tenders & grants page
Rwanda-Kigali: EDF — Supply of equipment to the National Institute of Statistics of Rwanda (NISR) for the collection, storage and management of agriculture survey data Information Technology, Manufacturing Rwanda-Kigali: EDF — Supply of equipment to the National Institute of Statistics of Rwanda (NISR) for the collection, storage and management of agriculture survey data
Receive Tenders like this by email

Rwanda-Kigali: EDF — Supply of equipment to the National Institute of Statistics of Rwanda (NISR) for the collection, storage and management of agriculture survey data

Rwanda-Kigali: EDF — Supply of equipment to the National Institute of Statistics of Rwanda (NISR) for the collection, storage and management of agriculture survey data has been closed on 21 Nov 2016. It no longer accepts any bids. For further information, you can contact the The Republic of Rwanda, EDF National Authorising Officer, Ministry of Finance and Economic Planning (Minecofin)

Bellow, you can find more information about this project: 

Location: Rwanda

General information

Donor:

The Republic of Rwanda, EDF National Authorising Officer, Ministry of Finance and Economic Planning (Minecofin)

Industry:

Information Technology

Manufacturing

Status:

Closed

Timeline

Published:

16 Sep 2016

Deadline:

21 Nov 2016

Value:

Not available

Contacts

Description

Supply contract notice

Location — Rwanda

1.Publication reference:
EuropeAid/138294/IH/SUP/RW.
2.Procedure:
Open.
3.Programme title:
Sector reform contract to enhance the agriculture sector's sustainable use of land and water resources, value creation and contribution to nutrition security.
4.Financing:
Financing agreement No FED/2014/037-486.
5.Contracting authority:

The Republic of Rwanda, EDF National Authorising Officer, Ministry of Finance and Economic Planning (Minecofin), Kigali, RWANDA.


Contract specifications

6.Description of the contract:
The Government of Rwanda is planning to upgrade the agriculture survey for the benchmark year 2017 (agricultural year starting in October 2016). The survey is expected to produce quality disaggregated data at district level on the technical, economic, environmental and social dimensions of Rwanda's agricultural operators and their associated households. The present contract will support this survey through the procurement of hardware for data collection, data processing and reporting, namely external GPS devices, tablets and accessories, laser rangefinders, laptops and accessories, desktop workstations for office, GIS server, backpack carrying bags, external drives for backup, large format printers and large format scanners.
7.Number and titles of lots:
2 lots.
Lot 1: supply of 170 external GPS devices, 170 tablets and accessories.
Lot 2: supply of 40 laser rangefinders, 11 laptops and accessories, 5 desktop workstations for office, 1 GIS server, 11 backpack carrying bags, 13 external drives for backup, 4 large format printers and 2 large format scanners.


Terms of participation

8.Eligibility and rules of origin:
Participation in tendering is open on equal terms to 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 item 22 below). Participation is also open to international organisations. All goods supplied under this contract must originate in these countries.
All supplies under this contract must originate in 1 or more of these countries.
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 tender guarantees respectively of 5 500 EUR for lot 1 and 1 200 EUR for lot 2 when submitting their tenders. 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 7,5 % 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:
The implementation period of tasks shall be 60 days from the date of signature of contract by both parties until the provisional acceptance.


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:
The selection criteria for each tenderer are as follows:
(1) the average annual turnover in the last 3 years for which accounts have been closed, must exceed the annualised maximum budget of the estimated contract value;
(2) the current ratio (current assets/current liabilities) for the last year for which accounts have been closed is at least 1 or more.
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 the submission deadline:
(1) the candidate must have an average of 10 staff working in fields directly related to this contract.
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 5 years from the submission deadline:
(1) the tenderer has delivered supplies under at least 3 contracts with a budget of at least 300 000 EUR (lot 1) and 100 000 EUR (lot 2) in the area of IT-based mapping and data collection equipment which were implemented during the following period: 5 years from the submission deadline (21.11.2016).
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 the 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 [email protected] and [email protected]

Ministry of Finance and Economic Planning (Minecofin), Single Project Implementation Unit (SPIU), PO Box 158, Kigali, RWANDA (EuropeAid/138294/IH/SUP/RW) 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 the 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:
21.11.2016 (10:00), local time.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
21.11.2016 (10:30), local time.
Ministry of Finance and Economic Planning (Minecofin), KN 3 Ave, Kigali, RWANDA.
21.Language of the procedure:
All written communication for this tender procedure and contract must be in English.
22.Legal basis:
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 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.

http://ted.europa.eu/udl?uri=TED:NOTICE:320224-2016:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more