Administration, defence and social security services (№14839078)

23 may

Номер: 14839078

Страна: Уганда

Источник: TED

Зарегиструйтесь

Поделиться:

Ссылка на первоисточник

Для просмотра ссылки на первоисточник Вам надо зарегистрироваться

Дата публикации


23-05-2019

Описание


  1. Section I
    1. Name and addresses
      Embassy of Denmark, Uganda
      Plot 3, Lumumba Avenue
      Kampala
      PO Box 11243
      Uganda
      E-mail: [email protected]
    2. Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions
    3. Main activity:
      Other activity: Development assistance
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Tender for Management of the Implementation of NURI Rural Infrastructure and Water Resource Management Interventions

        Reference number: 2018-10484
      2. Main CPV code:
        75000000, 79400000, 79410000, 79411000, 79420000, 79421000, 79421100
      3. Type of contract:
        Services
      4. Short description:

        The Northern Uganda Resilience Initiative (NURI) is one of 3 engagements under the Uganda Programme on Sustainable and Inclusive Development of the Economy (UPSIDE). NURI consists of 3 interventions and current contract covers the management of the implementation of activities related to 2 of these interventions, namely Rural Infrastructure (RI) and Water Resource Management (WRM). RI has a total budget of 101 000 000 DKK and WRM has a total budget of 29 000 000 DKK. The total budget includes the cost for current contract as well as costs for implementing approved activities under the 2 interventions.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 35 510 333.00 DKK
    2. Description
      1. Title:
      2. Additional CPV code(s):
        79400000, 79410000, 79411000, 79420000, 79421000, 79421100
      3. Place of performance:
        Main site or place of performance:

        Northern UGANDA.

      4. Description of the procurement:

        NURI is one of 3 engagements under the Uganda Programme on Sustainable and Inclusive Development of the Economy, which is one of the 2 thematic programmes of the Danish Country Programme for Uganda 2018-2022, for which a memorandum of understanding has been signed between the Government of Denmark and the Government of Uganda.

        NURI will pursue enhanced resilience and equitable economic development in Northern Uganda, including for refugees and host communities, by supporting

        1) Climate Smart Agriculture;

        2) Rural Infrastructure; and

        3) Water Resources Management.

        Refugees and host communities will be among the beneficiaries to support Uganda’s progressive refugee policy and the nexus between development and humanitarian action.

        NURI consists of 3 interventions:

        1) Climate Smart Agriculture — training of small-scale farmers in climate smart agriculture;

        2) Rural Infrastructure – renovation and construction of agriculturally-related rural infrastructure particularly community access roads;

        3) Water Resources Management – development and implementation of micro-catchment plans.

        Intervention 1, Climate Smart Agriculture, is not part of this contract.

        Rural Infrastructure (RI) targets the implementation of projects with 2 000 community groups. Among the types of projects are:

        1) Community access roads;

        2) Market places;

        3) Protected springs;

        4) Water ponds for animals;

        5) Woodlots.

        Water Resource Management (WRM) targets the implementation of 8 micro-catchment management plans with a total of 40 agriculturally-related physical and natural water infrastructures. Among the types of infrastructures to be implemented are:

        1) Multi-purpose dams;

        2) Protection of river banks;

        3) Contour planting;

        4) Tree planting;

        5) Other water retention structures in the open landscape (on and off-farm).

        Labour-intensive approaches will be used to construct the approved RI and WRM infrastructure. The consultant will mobilize and train communities living in close proximity to and therefore likely to benefit from, the works to be carried out. Participation of youth as well as gender equality will be promoted in all output activities. In refugee hosting areas both refugees and host communities will participate in and benefit from activities. Mixed groups of refugees and host communities are part of efforts to ensure peaceful coexistence and the consultant shall exercise sensitivity to avoid any sense of unfair treatment.

        Implementation must be closely coordinated with similar development and humanitarian interventions to avoid overlap of activities and any potential conflicts. Particularly in refugee hosting areas there are large numbers of humanitarian, UN and development actors with different approaches and coordination is therefore vital.

        Maintenance of rural infrastructure built under previous programs remains a major challenge. Under a previous Danida funded program, DAR2/RALNUC2, a study found that although the majority of community access roads were in use or usable condition, most of them had urgent pending maintenance needs. While sub-county local authorities have responsibility for the maintenance of community access roads, they lack resources to do so. However, there are some areas where the level of maintenance is higher and where local government or community leaders have been able to mobilize communities to maintain access roads and other infrastructure and the consultant; in particular for RI activities, should build on these successes.

        Experience from previous programmes has shown a need for increased quality assurance, monitoring and evaluation of rural infrastructure interventions to avoid declining quality and under-scaling of crucial infrastructure such as culverts and drifts. Technical quality assurance is therefore seen as an important aspect of NURI implementation in general and in particular of RI and WRM.

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 80
        Price - Weighting: 20
      6. Information about options:
        Options: yesDescription of options:

        In the period from 1.1.2023 to 31.12.2024 (also referred to as ‘Phase 2’ or ‘the optional part of the services’), the Contracting Authority can extend the agreement and request individual key staff to continue their full timework in periods of minimum 6 months but for no longer than to 31.12.2024.

      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Competitive procedure with negotiation
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2019/S 048-111103
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Award of contract
      1. Date of conclusion of the contract: 2019-04-25
      2. Information about tenders:
        Number of tenders received: 1
        Number of tenders received from SMEs: 0
        Number of tenders received from tenderers from other EU Member States: 0
        Number of tenders received from tenderers from non-EU Member States: 0
        Number of tenders received by electronic means: 1
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Danish Refugee Council
        20699310
        Borgergade 10, 3
        Copenhagen K
        1300
        Denmark
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 20 000 000.00 DKK
        Total value of the contract/lot: 23 506 889.00 DKK
      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      The tender procedure is governed by Danish law and the rules applicable hereunder.

      An English translation of the Danish Public Procurement Act is available on: https://www.kfst.dk/media/54435/the-public-procurement-act.pdf

      As stated in contract award notice 2018/S 208-475386, the Contracting Authority only received unacceptable tenders which exceeded the budget determined in advance by the Contracting Authority in the restricted procedure. As a result, the Contracting Authority has applied a competitive procedure with negotiation, cf. Section 61(1)(2) of the Public Procurement Act. The Contracting Authority has not published a contract notice as all tenderers included in the restricted procedure have submitted tenders in accordance with the formal requirements of the procurement procedure and they all comply with the requirements stipulated in Section 159 (2)(2)(1-3), cf. Section 61(4) of the Public Procurement Act.

      The contract has been concluded after the expiry of a standstill period of 10 days from the day after the publication of voluntary ex ante transparency notice 2019/S 048-111103.

      This contract has not been divided into lots, cf. Section II.1.6), due to market and economic considerations.

      The total value of the procurement, as set out in Section II.1.7), includes both the fixed part of services from 2019 to 2022 (‘Phase 1’) and the optional part of services from 2023 to 2024 (‘Phase 2’).

      The initial estimated total value of the contract and the total value of the contract, as set out in Section V.2.4), refers only to the fixed part of services from 2019 to 2022 (‘Phase 1’).

    2. Procedures for review
      1. Review body
        Klagenævnet for Udbud
        Toldboden 2
        Viborg
        8800
        Denmark
        Telephone: +45 72405600
        E-mail: [email protected]
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

        Actions regarding the procedure (e.g. decisions regarding award of contract) must be submitted within 45 calendar days from the day after the publication of a contract award notice in the Official Journal of the EU.

        The complainant must at the same time notify the Contracting Authority that an action has been submitted to the Danish Complaints Board for Public Procurement.

        Konkurrence- og Forbrugerstyrelsen
        Carl Jacobsens Vej 35
        Valby
        2500
        Denmark
        Telephone: +45 41715000
        E-mail: [email protected]
    3. Date of dispatch of this notice
      2019-05-20