Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: Government of Ghana
Town: Accra
NUTS code:
GH GHANACountry: Ghana
Contact person: Ebenezer Nortey/Head of EU/Europe/Americas Unit
E-mail:
ENortey@mofep.gov.ghInternet address(es): Main address:
www.mofep.gov.gh I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Officer of the National Authorizing Officer, Ministry of Finance
Town: Accra
Country: Ghana
Contact person: Mr. Ebenezer Nortey– Head of EU/Europe/Americas Unit/Room G13/Annex
E-mail:
ENortey@mofep.gov.ghNUTS code:
GH GHANAInternet address(es): Main address:
www.mofep.gov.gh I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply, Delivery and Installation of IT Hardware and e-learning Platform to the Ghana Audit Service (GAS), and IT Hardware and Web-based Internal Audit Management Information System to the Internal Au
Reference number: EuropeAid/140690/IH/SUP/GH
II.1.2)Main CPV code30200000 Computer equipment and supplies
II.1.3)Type of contractSupplies
II.1.4)Short description:
The subject of this contract is the supply, delivery and installation of IT hardware and e-learning platform to the Ghana Audit Service (GAS), and IT hardware and web-based internal audit management information system to the Internal Audit Agency (IAA).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: GH GHANA
Main site or place of performance:
II.2.4)Description of the procurement:
IT hardware and e-learning platform to the Ghana Audit Service (GAS), and IT hardware and web-based internal audit management information system to the Internal Audit Agency (IAA).
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
FED/2017/39770: Support programme to public finance management and the stepping stone economic partnership agreement (EPA).
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 registersList and brief description of conditions:
Participation in tendering is open on equal terms to all natural and legal persons (participating either individually or in a grouping – consortium – of candidates/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 heading ‘Legal basis’ below). Participation is also open to international organisations.
All eligible natural and legal persons (as per item 4 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All partners of a consortium (i.e., the leader and all other partners) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
III.1.2)Economic and financial standingList and brief description of selection criteria:
1) Economic and financial capacity (based on item 3 of supply tender form). In case of tenderer being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 financial years for which accounts have been closed.
1.1) the average annual turnover of the tenderer for 2017, 2018, and 2019 must exceed EUR 1 000 000 each year; and
1.2) the current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium, this criterion must be fulfilled by each member.
Minimum level(s) of standards possibly required:
2) Professional capacity (based on items 4 and 5 of the tender form for supply contracts). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.
2.1) experience during the past 3 years as manager/team-leader with a minimum of two collaborators in fields related to this contract;
2.2) at least three staff currently work for the tenderer in fields related to this contract;
2.3) must demonstrate successful implementation of at least two learning management system evidenced by completion certificate signed by the beneficial entities; and
2.4) must demonstrate successful implementation of at least two audit management information systems evidenced by completion certificate signed by the beneficial entities.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
3) Technical capacity (based on 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 three years preceding the submission deadline.
3.1) the tenderer must have delivered supplies under at least one contract with a budget of at least EUR 1 000 000 in Information technology supply which were implemented during the following period: 2017- 2019; and
3.2) the tasks performed under such contract must cover all together the following elements: supply, delivery, installation, commissioning and training.
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 on-going 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.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 07/12/2020
Local time: 12:00
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:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 14/12/2020
Local time: 10:00
Place:
Office of the National Authorising Officer, Ministry of Finance, PO Box MB 40, Accra – GHANA, Annex A, Room G13.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Judicial Service of Ghana
Postal address: P.O. Box GP 119
Town: Accra
Country: Ghana
Telephone: +233 302663951
Internet address:
http://judicial.gov.gh/ VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:25/09/2020