An official website of the European Union

412370-2015 - Competition

Notice View

Summary

2015-OJS227-412370-en
1. Publication reference:
EuropeAid/136707/IH/SUP/VC.
2. Procedure:
International open.
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.

6. Description of the contract:
Supply, delivery, unloading, installation, commissioning, maintenance, after-sales 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, installation, commissioning, training, warranty and after-sales 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 2 polyclinics: Buccament polyclinic and Mesopotamia polyclinic, the Neonatal Intensive Care Unit (NICU) located within the Milton Cato Memorial Hospital (MCMH) and the Mental Health Centre.
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.
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.
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 2 % of the budget available for the contract 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:

An optional information meeting and/or site visit will be held on 21.12.2015 (9:00), local time at the Central Planning Division, Ministry of Finance and Economic Planning, 1st Floor, Financial Complex, 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.
15. Period of implementation of tasks:
150 calendar days from the date indicated in the commencement order until provisional acceptance.
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:
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:
Criteria for legal persons:
1. the average annual turnover of the tenderer must exceed the annualised maximum budget of the contract; and
2. current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In the case of a consortium this criterion must be fulfilled by each member.
Criteria for natural persons:
1. the available financial resources of the tenderer must exceed the annualised maximum budget of the contract; and
2. the financial situation of the tenderer should not be in deficit, taking into account debts, at the beginning and end of year.
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:
Criteria for legal persons:
1. has a professional certificate appropriate to this contract, such as a trader's licence or similar according to the regulations of the country of registration;
2. has at least 4 permanent staff working for the tenderer in the current year in fields related to this contract.
Criteria for natural persons:
1. has a professional certificate appropriate to this contract, such as a trader's licence or similar according to the regulations of the country of registration;
2. is currently working/has worked during the past 3 years supplying medical equipment.
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 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 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.
Criteria for legal persons:
1. the tenderer has delivered supplies under at least 2 projects with a budget of the total price of the lots tendered for, in fields related to this contract in the past 3 years. This includes 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. These projects should have been completed no earlier than 3 years from the submission deadline of this current tender.
Criteria for natural persons:
1. the tenderer has delivered supplies under at least 2 projects with a budget of the total price of the lots tendered for, in fields related to this contract in the past 3 years. This includes 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. These projects should have been completed no earlier than 3 years from the submission deadline of this current tender.
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 an undertaking 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.
17. Award criteria:
Price.
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, Central Planning Division, Ministry of Finance and Economic Planning, Administrative Centre, Kingstown, SAINT VINCENT AND THE GRENADINES through the following e-mail addresses: cenplan@svgcpd.com edfpmcu@svgcpd.com gmvers@svgcpd.com mosimi@vincysurf.com (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 25.1.2016 (13:30), local 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 25.1.2016 (14:00), local time at the Central Supplies Tenders Board, Ministry of Finance and Economic Planning, 2nd Floor, Reigate Building, 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:
EDF: 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.

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2015-OJS227-412370-en
412370-2015 - CompetitionSaint Vincent and the Grenadines-Kingstown: EDF — Provision of equipment and supplies to the Ministry of Health, Wellness and the Environment
OJ S 227/2015 24/11/2015
Supply contract notice
Supplies

Saint Vincent and the Grenadines
1. Publication reference:
EuropeAid/136707/IH/SUP/VC.
2. Procedure:
International open.
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:
Supply, delivery, unloading, installation, commissioning, maintenance, after-sales 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, installation, commissioning, training, warranty and after-sales 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 2 polyclinics: Buccament polyclinic and Mesopotamia polyclinic, the Neonatal Intensive Care Unit (NICU) located within the Milton Cato Memorial Hospital (MCMH) and the Mental Health Centre.
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–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.
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 2 % of the budget available for the contract 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:

An optional information meeting and/or site visit will be held on 21.12.2015 (9:00), local time at the Central Planning Division, Ministry of Finance and Economic Planning, 1st Floor, Financial Complex, 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.
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:
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:
Criteria for legal persons:
1. the average annual turnover of the tenderer must exceed the annualised maximum budget of the contract; and
2. current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In the case of a consortium this criterion must be fulfilled by each member.
Criteria for natural persons:
1. the available financial resources of the tenderer must exceed the annualised maximum budget of the contract; and
2. the financial situation of the tenderer should not be in deficit, taking into account debts, at the beginning and end of year.
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:
Criteria for legal persons:
1. has a professional certificate appropriate to this contract, such as a trader's licence or similar according to the regulations of the country of registration;
2. has at least 4 permanent staff working for the tenderer in the current year in fields related to this contract.
Criteria for natural persons:
1. has a professional certificate appropriate to this contract, such as a trader's licence or similar according to the regulations of the country of registration;
2. is currently working/has worked during the past 3 years supplying medical equipment.
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 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 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.
Criteria for legal persons:
1. the tenderer has delivered supplies under at least 2 projects with a budget of the total price of the lots tendered for, in fields related to this contract in the past 3 years. This includes 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. These projects should have been completed no earlier than 3 years from the submission deadline of this current tender.
Criteria for natural persons:
1. the tenderer has delivered supplies under at least 2 projects with a budget of the total price of the lots tendered for, in fields related to this contract in the past 3 years. This includes 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. These projects should have been completed no earlier than 3 years from the submission deadline of this current tender.
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 an undertaking 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.
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, Central Planning Division, Ministry of Finance and Economic Planning, Administrative Centre, Kingstown, SAINT VINCENT AND THE GRENADINES through the following e-mail addresses: cenplan@svgcpd.com edfpmcu@svgcpd.com gmvers@svgcpd.com mosimi@vincysurf.com (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 25.1.2016 (13:30), local 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 25.1.2016 (14:00), local time at the Central Supplies Tenders Board, Ministry of Finance and Economic Planning, 2nd Floor, Reigate Building, 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:
EDF: 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.