Back to tenders & grants page
Saint Vincent and the Grenadines-Kingstown: EDF — Provision of equipment and supplies to the Ministry of Health, Wellness and the Environment Machinery & Equipment , Pharmaceutical & Medical Saint Vincent and the Grenadines-Kingstown: EDF — Provision of equipment and supplies to the Ministry of Health, Wellness and the Environment
Receive Tenders like this by email

Saint Vincent and the Grenadines-Kingstown: EDF — Provision of equipment and supplies to the Ministry of Health, Wellness and the Environment

Saint Vincent and the Grenadines-Kingstown: EDF — Provision of equipment and supplies to the Ministry of Health, Wellness and the Environment has been closed on 21 Apr 2017. It no longer accepts any bids. For further information, you can contact the The National Authorising Officer

Bellow, you can find more information about this project: 

Location: Grenada

General information

Donor:

The National Authorising Officer

Industry:

Machinery & Equipment

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

21 Feb 2017

Deadline:

21 Apr 2017

Value:

Not available

Contacts

Description

Supply contract notice

Saint Vincent and the Grenadines

1.Publication reference:
EuropeAid/136707/IH/SUP/VC.
2.Procedure:
International open tender procedure.
3.Programme title:

SVG 10th EDF modernisation of the health sector in Saint Vincent and the Grenadines — phase II.

4.Financing:
Financing agreement No FED/2013/024 — 995.
5.Contracting authority:

The National Authorising Officer, Kingstown, SAINT VINCENT AND THE GRENADINES.


Contract specifications

6.Description of the contract:
The supply, delivery, unloading, placing, installation, testing, commissioning, maintenance, warranty and training service by the contractor of the following goods:
lot 1: ambulances;
lot 2: medical equipment;
lot 3: imaging equipment;
lot 4: medical furniture;
lot 5: furniture.
The supply, delivery, unloading, placing, installation, testing, commissioning, maintenance, warranty and training service of equipment, supplies and vehicles (ambulances) for the Ministry of Health, Wellness and the Environment. The equipment includes medical equipment and medical furniture for the Buccament polyclinic, Mesopotamia polyclinic and the Neonatal Intensive Care Unit (NICU) located within the Milton Cato Memorial Hospital (MCMH).
7.Number and titles of lots:
5 lots.
Lot 1: ambulances.
Lot 2: medical equipment.
Lot 3: imaging equipment.
Lot 4: medical furniture.
Lot 5: furniture.


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–EU 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 a tender guarantee of:
lot 1: ambulances: 2 000 EUR;
lot 2: medical equipment: 11 000 EUR;
lot 3: imaging equipment: 10 000 EUR;
lot 4: medical furniture: 3 000 EUR;
lot 5: furniture: 2 000 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:

An optional information meeting and/or site visit will be held on 24.3.2017 (9:00), SVG time at the Conference Room, Ministry of Economic Planning, Sustainable Development, Industry, Information and Labour, 1st Floor, Administrative Building, Bay Street, Kingstown, SAINT VINCENT AND THE GRENADINES.

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:
150 calendar days from the date indicated in the commencement order until 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:
1) Economic and financial capacity of tenderer (based item 3 of the tender form and certified set of accounts for the last 3 years). 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:
Criteria for legal and natural persons:
1. the average annual turnover of the tenderer must exceed the annualised maximum budget of the contract;
2. current ratio (current assets/current liabilities) for each year of the reference period must exceed 1. In the case of a consortium each member must fulfil this criterion;
3. average leverage ratio (total debt/total balance sheet) in the reference period must be below 0,7.
2) Professional capacity of tenderer (based on items 4 and 5 of the tender form and CVs of the staff). The reference period, which will be taken into account, will be the last 3 years from the submission deadline:
Criteria for legal and natural persons:
1. ISO 9001 certified for procurement processes;
2. at least 5 staff currently working for the tenderer in fields related to this contract;
3. at least 1 staff member has a degree in biomedical engineering or similar.
3) Technical capacity of tenderer (based on items 5 and 6 of the tender). The reference period, which will be taken into account, will be the last 3 years from the submission deadline:
Criteria for legal and natural persons:
the tenderer has delivered supplies under at least 2 contracts with a budget of at least the total price offered for all lots that were implemented during the previous 3 years from the submission deadline which included pre-inspection, overseas shipping of equipment, customs clearance, local transportation, on-site installation of equipment, provision of training on operation and maintenance of equipment, warranty, maintenance and all required after-sales services for the equipment provided.
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 National Authorising Officer, c/o EDF/PMCU, Central Planning Division, Ministry of Economic Planning, Sustainable Development, Industry, Information and Labour, 1st Floor, Administrative Building, Kingstown, SAINT VINCENT AND THE GRENADINES. Tel. 784-457-2182. Fax 784-456-2430 through the following e-mail addresses: [email protected] and [email protected] [email protected] [email protected] [email protected] (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:
The deadline for submission of tenders is 21.4.2017 (13:30), SVG time.
Any tender received by the contracting authority after this deadline will not be considered.
20.Tender opening session:
The tender opening session will be held on 21.4.2017 (14:00), SVG time at the Central Supplies Tenders Board, Ministry of Finance and Economic Planning, 2nd Floor, Administrative Building, Bay Street, Kingstown, SAINT VINCENT AND THE GRENADINES.
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.
23.Additional information:
No additional information.

http://ted.europa.eu/udl?uri=TED:NOTICE:64537-2017: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