Works - 264183-2019

07/06/2019    S109

Mali-Bamako: Design and Installation of a Photovoltaic Array and Ancillary Equipment for New Accommodation Building, Koulikoro Training Camp- EU Training Mission, MALI

2019/S 109-264183

Contract notice

Works

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union Training Mission in Mali (EUTM Mali)
Postal address: Azalai Hotel Nord Sud, avenue du Mali
Town: Bamako
NUTS code: 00 Not specified
Postal code: PO Box 1060, ACI 2
Country: Mali
Contact person: POC: J8 Head
E-mail: mhq.j8@eutmmali.eu
Telephone: +22 344976111
Internet address(es):
Main address: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4945
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4945
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4945
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Defence

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Design and Installation of a Photovoltaic Array and Ancillary Equipment for New Accommodation Building, Koulikoro Training Camp- EU Training Mission, MALI

Reference number: 4M-12/2019/EUTM-MALI/MHQ/J8
II.1.2)Main CPV code
45400000 Building completion work
II.1.3)Type of contract
Works
II.1.4)Short description:

It is proposed to install a Solar Photovoltaic (PV) array in KTC, Mali. The installation shall be a building integrated and grid-connected system and operate in parallel with the generator network. The design objective is to maximize the cost-effectiveness of the system by ensuring self-consumption of the generated power onsite. The minimum acceptable power output form the installation is 80 kWp. The contractor must:

— design of a grid-connected Solar Photovoltaic System satisfying the works requirements for installation at new accommodation block, KTC,

— provide the installation and its connection to the power supply installation,

— testing and commissioning of the installation

— training of the EUTM’s Personnel in the operation of the installation and maintenance of the equipment.

The works shall include the installation of the PV panels and associated electrical and structural work to support the panels on the roof.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: 00 Not specified
II.2.4)Description of the procurement:

It is proposed to install a Solar Photovoltaic (PV) array in KTC, Mali. The installation shall be a building integrated and grid-connected system and operate in parallel with the generator network. The design objective is to maximize the cost-effectiveness of the system by ensuring self-consumption of the generated power onsite. The minimum acceptable power output form the installation is 80 kWp. The contractor must:

— design of a grid-connected Solar Photovoltaic System satisfying the works requirements for installation at new accommodation block, KTC,

— provide the installation and its connection to the power supply installation,

— testing and commissioning of the installation,

— training of the EUTM’s Personnel in the operation of the installation and maintenance of the equipment.

The works shall include the installation of the PV panels and associated electrical and structural work to support the panels on the roof.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 31/07/2019
End: 01/12/2019
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

1) Interested economic operators must complete and sign the legal entity form and submit it together with the justifying documents mentioned there in.

In the case of consortia/groupings of economic operators:

— the lead entity has to submit the legal entity form together with the request to participate,

— the other consortium members of selected consortia will be called, when necessary, to submit the legal entity form, together with their offer.

2) The economic operator that will be awarded the contract will be called to fill in the form and submit it with the related justifying documents before its signature.

In the case of a consortia/groupings of economic operators, only the lead entity will be called to submit this form.

III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

The candidates must have a total turnover of at least 500 000,00 EUR in the last 3 financial years.

III.1.3)Technical and professional ability
Minimum level(s) of standards possibly required:

The candidates must demonstrate, with references, three (3) number sites where they have undertaken projects with a minimum installation of 80kWp, in the past 3 years. The references shall include contact details for the employer who commissioned the respective installations. Certificates of satisfactory execution shall accompany the list of the works. Acceptance of the validity of a reference will be subject to confirmation by the employer, or operator of the installation, of their satisfaction with the performance and compliance of the installations with respect to performance undertakings provided by the supplier before the installation commenced.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

The contract performance conditions will be communicated with the request for tender to the selected candidates.

The staff responsible for the performance of the contract will have a sufficient knowledge of French to engage with the Malian authorities.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 12/07/2019
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.7)Conditions for opening of tenders
Date: 12/07/2019
Local time: 18:00
Place:

Hôtel Azalai Nord–Sud, ACI 2000 — BAMAKO

Information about authorised persons and opening procedure:

The opening of tenders will take place on 12th July at 18:00. Each tenderer may be represented by no more than one person, whose name must be forwarded by email mhq.j8@eutmmali.eu no later than 5th July at 16:00.

The public part of the opening session will be strictly limited to the following aspects:

— verification that each tender has been submitted in accordance with the submission requirements.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: The Court of First Instance of Brussels
Postal address: Place Poelaert 1
Town: Brussels
Postal code: 1000
Country: Belgium
VI.4.2)Body responsible for mediation procedures
Official name: Athena Special Committee
Postal address: Rue de la Loi, 175
Town: Brussels
Postal code: 1048
Country: Belgium
E-mail: athena.mechanism@consilium.europa.eu
Telephone: +32 2815844
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Secretary General of the Council of the European Union, DGA4 Athena
Postal address: rue de la Loi 175
Town: Bruxelles
Postal code: 1048
Country: Belgium
E-mail: athena.mechanism@consilium.europa.eu
Telephone: +32 2815844
VI.5)Date of dispatch of this notice:
28/05/2019