MINISTRY OF FINANCE AND.doc

103
GOVERNMENT OF GHANA MINISTRY OF FINANCE AND ECONOMIC PLANNING Decision No.18689 SUPPORT TO THE GHANA POLICE SERVICE Publication Reference: EuropeAid/ 130125/M/SUP/GH TENDER DOSSIER Supply of Equipment and Software for the Forensic Science Laboratory of

Transcript of MINISTRY OF FINANCE AND.doc

Page 1: MINISTRY OF FINANCE AND.doc

GOVERNMENT OF GHANA

MINISTRY OF FINANCE AND ECONOMIC PLANNING

Decision No.18689

SUPPORT TO THE GHANA POLICE SERVICE

Publication Reference:

EuropeAid/ 130125/M/SUP/GH

TENDER DOSSIER

Supply of Equipment and Software for the Forensic Science Laboratory of the Criminal Investigation

Department

FINANCED BY THE

9TH EUROPEAN DEVELOPMENT FUND

June 2010

Page 2: MINISTRY OF FINANCE AND.doc

...............May, 2010

Dear Sirs,

SUBJECT: INVITATION TO TENDER FOR THE SUPPLY OF EQUIPMENT AND SOFTWARE FOR THE FORENSIC SCIENCE LABORATORY OF THE CRIMINAL INVESTIGATION DEPARTMENT

This is an invitation to tender for the above mentioned supply contract. Please find enclosed the following documents, which constitute the tender dossier:

A. INSTRUCTIONS TO TENDERERS AND PROCUREMENT NOTICE

B. DRAFT CONTRACT AND SPECIAL CONDITIONS, INCLUDING ANNEXES

DRAFT CONTRACT

SPECIAL CONDITIONS

ANNEX I GENERAL CONDITIONS

ANNEX II +III TECHNICAL SPECIFICATIONS + TECHNICAL OFFER (TO BE TAILORED TO THE SPECIFIC PROJECT)

ANNEX IV BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)

ANNEX V FORMS

ANNEX VI TAX AND CUSTOMS ARRANGEMENTS

C. FURTHER INFORMATION

ADMINISTRATIVE COMPLIANCE GRID

EVALUATION GRID

D. TENDER FORM FOR A SUPPLY CONTRACT

For full information about procurement procedures please consult the Practical Guide to contract procedures for EC external actions and its annexes, which can be downloaded from the following web page: http://ec.europa.eu/europeaid/work/procedures/index_en.htm.

We look forward to receiving your tender and the accompanying tender guarantee before the submission deadline specified in point 8 of the Instructions to tenderers to the address specified in the same point.

Yours sincerely,

< Name and signature >

EuropeAid/129-498/M/SUP/GH Page 2/77

In case of reply thenumber and date of thisletter should be quotedOur Ref No …… Your Ref No……………Tel No…………………..

……………………………………

MINISTRY OF FINANCE AND ECONOMIC PLANNING

P. O. Box MB 40

Accra

Page 3: MINISTRY OF FINANCE AND.doc

SUPPLY PROCUREMENT NOTICE

“SUPPLY AND DELIVERY OF FORENSIC SCIENCE LABORATORY EQUIPMENT TO THE CRIMINAL INVESTIGATION DEPARTMENT

OF THE GHANA POLICE SERVICE”

EuropeAid/ 130125/M/SUP/GH

The National Authorizing Officer of the EDF, Ministry of Finance and Economic Planning intends to award a supply contract for the supply and delivery of 5 Vehicles (2 Semi Cargo Minivans (Minibuses), 1 Passenger Minivan (Minibus) and 2 All-Terrain Vehicles) for equipping the Forensic Science Laboratory of the Criminal Investigation Department of the Ghana Police Service with financial assistance from the 9th EDF programme “Support to the Ghana Police Service” of the European Union.

The tender dossier is available from The National Authorizing Officer of the EDF, Ministry of Finance and Economic Planning, P.O. Box MB 40, Accra. Attn. Director ERM-M.

The deadline for submission of tender is 5th July, 2010 at 10:00 am at the National Authorizing Officer of the EDF, Ministry of Finance and Economic Planning, P.O. Box MB40, Accra. Attn. Director ERM-M., ROOM 318.

Possible additional information or clarifications/questions shall be published on the EuropeAid website:

https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome

EuropeAid/129-498/M/SUP/GH Page 3/77

Page 4: MINISTRY OF FINANCE AND.doc

SUPPLY PROCUREMENT NOTICE

“SUPPLY OF EQUIPMENT AND SOFTWARE FOR THE FORENSIC SCIENCE LABORATORY OF THE CRIMINAL INVESTIGATION DEPARTMENT OF THE

GHANA POLICE SERVICE”

Location – Police Head Headquarters, GHANA

1. Publication reference

EuropeAid/ 130125/M/SUP/GH

2. Procedure

Local Open

3. Programme

EDF

4. Financing

Financing agreement 9 ACP GH 29 – Support to the Ghana Police Service

5. Contracting authority

Ministry of Finance and Economic Planning

CONTRACT SPECIFICATIONS

6. Description of the contract

Supply, delivery, installation, commissioning, maintenance and after-sales service of laboratory analytical equipment (gas chromatograph with flame ionisation detector and libraries), forensic light sources and facial composition system to the Criminal Investigation Department of the Ghana Police Service as well as provision of related training. The equipment is to be delivered at the premises of the Ghana Police Laboratory in Accra-Ghana.

7. Number and titles of lots

Lot 1 - Laboratory analytical equipment

Lot 2 - Forensic light sources

Lot 3 - Facial composition system

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 from ACP States and Member States of the European Union and international organisations as authorised by the instrument applicable to the programme under which the contract is financed (see also item 22 below). All goods supplies under this contract must originate in these countries.

EuropeAid/ 130125/M/SUP/GH Page 4/77

Page 5: MINISTRY OF FINANCE AND.doc

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 to contracts procedures for EC external actions.

10. Number of tenders

Tenderers should submit only one tender. Any tenderer may state in its tender that it would offer a discount. 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

No tender guarantee required

12. Performance guarantee

The successful tenderer will be asked to provide a performance guarantee of 5% 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

No information meeting or site visit will be held

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

The period of implementation of the tasks will be 90 days from contract signature until the 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 case of tenderer being a public body, equivalent information should be provided.

the average annual turnover of the last three years of the tenderer must exceed €150,000.00; and

the averages of cash flow and cash flow equivalents at the beginning and end of the last three years are positive.

EuropeAid/ 130125/M/SUP/GH Page 5/77

Page 6: MINISTRY OF FINANCE AND.doc

2) Professional capacity of tenderer has a professional certificate appropriate to this contract, such as a Company Registration and

3) Technical capacity of tenderer (based on i.a. items 5 and 6 of the Tender Form for a Supply Contract)

the tenderer has successfully delivered at least three (3) similar supplies in ACP countries with a budget of at least that of this contract in fields related to this contract in the past three years.

17. Award criteria

Price

TENDERING

18. How to obtain the tender dossier

The tender dossier is available from the Contracting Authority on hard copies and on electronic copy on its web site http://www.mofep.gov.gh/ . 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 The National Authorizing Officer of the EDF, Ministry of Finance and Economic Planning, P.O. Box MB40, Accra. Attn. Director ERM-M, at least 21 days before the deadline submission of tenders. The publication reference must be referred to as shown in item 1) for. 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

Monday 5th of July, 2010 at 10:00 a.m. at The National Authorizing Officer of the EDF, Ministry of Finance and Economic Planning, P.O. Box MB40, Accra. Attn. Dierector ERM-M. ROOM 318.

Any tender received after this deadline will not be considered.

20. Tender opening session

Monday 5th of July, 2010 at 10:30 a.m. at the Ministry of Finance and Economic Planning Conference Room, Accra.

21. Language of the procedure

All written communications for this tender procedure and contract must be in English.

22. Legal basis

EuropeAid/ 130125/M/SUP/GH Page 6/77

Page 7: MINISTRY OF FINANCE AND.doc

ACP-EC Partnership Agreement signed at Cotonou on 23 June 2000 as amended on 25 June 2005 and in 2008 (Annex IV)

EuropeAid/ 130125/M/SUP/GH Page 7/77

Page 8: MINISTRY OF FINANCE AND.doc

EuropeAid/ 130125/M/SUP/GH Page 8/77

Page 9: MINISTRY OF FINANCE AND.doc

A. INSTRUCTIONS TO TENDERERS

EuropeAid/ 130125/M/SUP/GH Page 9/77

Page 10: MINISTRY OF FINANCE AND.doc

1 A. INSTRUCTIONS TO TENDERERS

PUBLICATION REF.: EuropeAid/ 130125/M/SUP/GH

In submitting a tender, the tenderer accepts in full and without restriction the special and general conditions governing this contract as the sole basis of this tendering procedure, whatever its own conditions of sale may be, which it hereby waives. Tenderers are expected to examine carefully and comply with all instructions, forms, contract provisions and specifications contained in this tender dossier. Failure to submit a tender containing all the required information and documentation within the deadline specified will lead to the rejection of the tender. No account can be taken of any reservation in the tender as regards the tender dossier; any reservation may result in the immediate rejection of the tender without further evaluation.

These Instructions set out the rules for the submission, selection and implementation of contracts financed under this call for tenders, in conformity with the provisions of the Practical Guide to contract procedures for EC external actions, which is applicable to the present call (available on the Internet at this address:

http://ec.europa.eu/europeaid/work/procedures/index_en.htm).

1 Supplies to be provided

The subject of the contract is the supply, delivery, maintenance, after-sales service by the Contractor of the following goods:

Lot 1 - Laboratory analytical equipment;

Lot 2 - Forensic light sources;

Lot 3 - Facial composition system.

in three lots to The Ghana Police Service Headquarters, Accra, Ghana, DDP. The delivery period will be1 within 90 days after contractor signature.

1.1 The supplies described under this tender must be accompanied by spare parts and/or of consumables. Neither the unit price nor the overall price of the spare parts will figure in the evaluation of the tender, except where the unit price or the number of parts varies substantially between the tenders received. The list of spare parts must be drawn up by the tenderer in the light of its professional experience and taking account of the places of use; it must show the unit prices of the parts, calculated on the basis of Article 11 (below). Nevertheless, the Contracting Authority reserves the right to alter the list of spare parts; any changes will appear in the contract.

1 DDP (Delivered Duty Paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.html

EuropeAid/ 130125/M/SUP/GH Page 10/77

Page 11: MINISTRY OF FINANCE AND.doc

1.2 Tenderers are not authorised to tender for a variant in addition to the present tender.

2 Participation

2.1 Participation in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping (consortium) of tenderers) from ACP States and Member States of the European Union and international organisations.

3 Origin

3.1 Unless otherwise provided in the contract, all supplies and materials purchased must originate in a Member State of the Community and/or the ACP States. In this context, the definition of the concept of "originating products" shall be assessed by reference to the relevant international agreements, especially Protocol 1 included in Annex V of the ACP-EU Partnership Agreement, and supplies originating in the Community shall include supplies originating in the Overseas Countries and Territories.

4 Currency

4.1 Tenders must be presented in euro2.

5 Lots

5.1 The tenderer may submit a tender for several or all of the lots.

5.2 Each lot will form a separate contract and the quantities indicated for different lots will be indivisible. The tenderer must offer the whole of the quantity or quantities indicated for each lot. Under no circumstances must tenders for part of the quantities required be taken into consideration. If the tenderer is awarded more than one lot, a single contract may be concluded covering all those lots.

5.3 A tenderer may include in its tender the overall discount it would grant in the event of some or all of the lots for which it has submitted a tender being awarded. The discount should be clearly indicated for each lot in such a way that it can be announced during the public tender opening session.

5.4 Contracts will be awarded lot by lot, but the Contracting Authority may select the most favourable overall solution after taking account of any discounts offered.

6 Period of validity

6.1 Tenderers shall be bound by their tenders for a period of 90 days from the deadline for the submission of tenders.

7 Language of offers

7.1 The offers, all correspondence and documents related to the tender exchanged by the tenderer and the Contracting Authority must be written in the language of the procedure which is English.

If the supporting documents are not written in one of the official languages of the European Union, a translation into the language of the call for tender must be attached. Where the documents are in an official language of the European Union other than the one of the procedure, it is however strongly recommended to provide a translation into the language of the call for tenders, in order to facilitate the evaluation of the documents.

2 The currency of tender shall be the currency of the contract and of payment.EuropeAid/ 130125/M/SUP/GH Page 11/77

Page 12: MINISTRY OF FINANCE AND.doc

8 Submission of tenders

8.1 Tenders must be received before the deadline specified in 8.3. They must include all the documents specified in point 9 of these Instructions and be sent to the following address:

National Authorizing Officer for EDFMinistry of Finance and Economic PlanningRoom 318P.O. Box MB 40Accra

Tenders must comply with the following conditions:

8.2 All tenders must be submitted in one original, marked “original”, and 4 (four) copies signed in the same way as the original and marked “copy”.

8.3 All tenders must be received at National Authorizing Officer for EDF before the deadline date and time, Monday 5th of July, 2010 at 10:00 a.m.., by registered letter with acknowledgement of receipt or hand-delivered against receipt signed by National Authorizing Officer for EDF.

8.4 All tenders, including annexes and all supporting documents, must be submitted in a sealed envelope bearing only:

a) the above address;

b) the reference code of this tender procedure, EuropeAid/ 130125/M/SUP/GH;

c) the words “Not to be opened before the tender opening session” in the language of the tender dossier;

d) the name of the tenderer.

The technical and financial offers must be placed together in a sealed envelope. The envelope should then be placed in another single sealed envelope/package, unless their volume requires a separate submission for each lot.

Any alteration or withdrawal of the submitted offer has to be submitted under the same conditions as above before the submission deadline.

9 Content of tenders

All tenders submitted must comply with the requirements in the tender dossier and comprise:

Part 1: Technical offer:

a detailed description of the supplies tendered in conformity with the technical specifications, including any documentation required, including if applicable;

- a list of the manufacturer's recommended spare parts and consumables;

- a proposal for after-sales service over 2 years;

- technical proposals related to ancillary services.

The technical offer should be presented as per template (annex II+III*, the contractor’s technical offer) completed when and if necessary by separate sheets for details.

Part 2: Financial offer:

A financial offer calculated on a basis of DDP3 for the supplies tendered, including if applicable:

- financial proposal for spare parts and consumables for use over 2 years (with itemised pricelist);

3 DDP (delivered duty paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.htmlEuropeAid/ 130125/M/SUP/GH Page 12/77

Page 13: MINISTRY OF FINANCE AND.doc

- financial proposal for after-sales services for 2 years;

- financial proposal related to ancillary services.

This financial offer should be presented as per template (annex IV*, budget breakdown), and if necessary completed by separate sheets for the details.

An electronic version of the financial offer.

Part 3: Documentation:

To be supplied following templates in annex*:

The “Tender Form for a Supply Contract”, duly completed, which includes the tenderer’s declaration, point 7, (from each member if a consortium):

The details of the bank account into which payments should be made (financial identification form) (Where the tenderer has already signed another contract with the European Commission, it may provide instead of the financial identification form either its financial identification form number or a copy of the financial identification form provided on that occasion, unless a change occurred in the meantime)

The legal entity file and the supporting documents (Where the tenderer has already signed another contract with the European Commission, it may provide instead of the legal entity sheet and its supporting documents either its legal entity number or a copy of the legal entity sheet provided on that occasion, unless a change in its legal status occurred in the meantime.)

To be supplied on free formats:

A description of the warranty conditions, which must be in accordance with the conditions laid down in Article 32 of the General Conditions.

A statement by the tenderer attesting the origin of the supplies tendered (or other proofs of origin).

Duly authorised signature: an official document (statutes, power of attorney, notary statement, etc.) proving that the person who signs on behalf of the company/joint venture/consortium is duly authorised to do so.

An official brochure with all technical specifications

Remarks:

Tenderers are requested to follow this order of presentation.

Annex* refers to templates attached to the tender dossier. These templates are also available on: http://ec.europa.eu/europeaid/work/procedures/index_en.htm

10 Pricing

10.1 Tenderers will be deemed to have satisfied themselves, before submitting their tender(s), as to (its)(their) correctness and completeness, to have taken account of all that is required for the full and proper execution of the contract and to have included all costs in their rates and prices.

10.2 Depending on whether the supplies proposed are manufactured locally or are to be imported into the country of the Beneficiary, Tenderers must quote, by lot, unit (and overall) prices for their tenders on one of the following bases:

a) for supplies manufactured locally, unit and overall prices must be quoted for delivery to the place of destination and in accordance with the above conditions, excluding all domestic taxation applicable to their manufacture and sale;

b) for supplies to be imported into the country of the Beneficiary, unit and overall prices must be quoted for delivery to the place of destination and in accordance with the above conditions,

EuropeAid/ 130125/M/SUP/GH Page 13/77

Page 14: MINISTRY OF FINANCE AND.doc

excluding all duties and taxes applicable to their importation and VAT, from which they are exempt.

10.3 Whatever the origin of the supplies, the contract is exempt from stamp and registration duties.

10.4 The prices for the contract are fixed and not subject to revision, unless otherwise stipulated in the Special Conditions.

11 Additional information before the deadline for submission of tenders

The tender dossier should be clear enough to preclude the need for tenderers to request additional information during the procedure. If the Contracting Authority, either on its own initiative or in response to a request from a prospective tenderer, provides additional information on the tender dossier, it must send such information in writing to all other prospective tenderers at the same time.

Tenderers may submit questions in writing to the following address up to 21 days before the deadline for submission of tenders, specifying the publication reference and the contract title:

The National Authorizing Officer for EDFMinistry of Finance and Economic PlanningRoom 318P.O. Box MB 40AccraFax: +233 302 669475

The Contracting Authority has no obligation to provide clarifications after this date.

Any clarification of the tender dossier will be published on the EuropeAid website at https://webgate.ec.europa.eu/europeaid/online-services/index.cfm?do=publi.welcome and will be communicated simultaneously in writing to all the tenderers at the latest 11 days before the deadline for submission of tenders.

Any prospective tenderers seeking to arrange individual meetings with either the Contracting Authority and/or the European Commission during the tender period may be excluded from the tender procedure.

12 Clarification meeting / site visit

12.1 No clarification meeting / site visit planned.

13 Opening of tenders

13.1 The tenders will be opened in public session on Monday 5th of July , 2010, 10:30 a.m. local time at Ministry of Finance and Economic Planning, Room 318, P.O. Box MB 40, Accra by the committee appointed for the purpose. The committee will draw up minutes of the meeting, which will be available on request.

13.2 Any attempt by a tenderer to influence the evaluation committee in the process of examination, clarification, evaluation and comparison of tenders, to obtain information on how the procedure is progressing or to influence the Contracting Authority in its decision concerning the award of the contract will result in the immediate rejection of its tender.

14 Evaluation of tenders

14.1 Examination of the administrative conformity of tenders

The aim at this stage is to check that tenders comply with the essential requirements of the tender dossier. A tender is deemed to comply if it satisfies all the conditions, procedures and specifications in the tender dossier without substantially departing from or attaching restrictions to them.

EuropeAid/ 130125/M/SUP/GH Page 14/77

Page 15: MINISTRY OF FINANCE AND.doc

14.2 Technical evaluation

After analysing the tenders deemed to comply in administrative terms, the evaluation committee will rule on the technical admissibility of each tender, classifying it as technically compliant or non-compliant.

The minimum qualifications required (see selection criteria in Procurement Notice point 16) are to be evaluated at the start of this stage.

Where contracts include after-sales service and/or training, the technical quality of such services will also be evaluated by using yes/no criteria as specified in the tender dossier.

14.3 Financial evaluation

a) Tenders found to be technically compliant shall be checked for any arithmetical errors in computation and summation. Errors will be corrected by the evaluation committee as follows:

- where there is a discrepancy between amounts in figures and in words, the amount in words will be the amount taken into account;

- except for lump-sum contracts, where there is a discrepancy between a unit price and the total amount derived from the multiplication of the unit price and the quantity, the unit price as quoted will be the price taken into account.

b) Amounts corrected in this way will be binding on the tenderer. If the tenderer does not accept them, its tender will be rejected.

14.4 Award criteria

The sole award criterion will be the price. The contract will be awarded to the lowest compliant tender.

Where tenders of equivalent economic and technical quality are compared, preference shall be given to the widest participation of ACP States. See further section 2.4.10 of the Practical Guide to contract procedures for EC external actions.

15 Signature of the contract and performance guarantee

15.1 The successful tenderer will be informed in writing that its tender has been accepted (notification of award).

15.2 The successful tenderer shall provide evidence of the financial and economic standing and the technical and professional capacity according to the selection criteria for this call for tender specified in the procurement notice, point 16. The documentary proofs required are listed in sections 2.4.11.1.3 and 2.4.11.1.4 of the Practical Guide to contract procedures for EC external actions. In case no evidence is provided no pre-financing can be made unless a financial guarantee of an equivalent amount is provided.

15.3 Within 30 days of receipt of the contract already signed by the Contracting Authority, the selected tenderer must sign and date the contract and return it, with the performance guarantee (if applicable), to the Contracting Authority. On signing the contract, the successful tenderer will become the Contractor and the contract will enter into force.

15.4 The performance guarantee referred to in the General Conditions is set at 5 % of the amount of the contract and must be presented in the form specified in the annex to the tender dossier. It will be released within 45 days of the issue of the final acceptance certificate by the Contracting Authority, except for the proportion assigned to after-sales service.

EuropeAid/ 130125/M/SUP/GH Page 15/77

Page 16: MINISTRY OF FINANCE AND.doc

16 Tender guarantee

No tender guarantee required

17 Cancellation of the tender procedure

In the event of a tender procedure's cancellation, tenderers will be notified by the Contracting Authority. If the tender procedure is cancelled before the tender opening session the sealed envelopes will be returned, unopened, to the tenderers.

Cancellation may occur where:

the tender procedure has been unsuccessful, namely where no qualitatively or financially worthwhile tender has been received or there has been no response at all;

the economic or technical parameters of the project have been fundamentally altered;

exceptional circumstances or force majeure render normal implementation of the project impossible;

all technically compliant tenders exceed the financial resources available;

there have been irregularities in the procedure, in particular where these have prevented fair competition.

In no event shall the Contracting Authority be liable for any damages whatsoever including, without limitation, damages for loss of profits, in any way connected with the cancellation of a tender procedure even if the Contracting Authority has been advised of the possibility of damages. The publication of a procurement notice does not commit the Contracting Authority to implement the programme or project announced.

18 Appeals

Tenderers believing that they have been harmed by an error or irregularity during the award process may file a complaint. See further section 2.4.15 of the Practical Guide at http://ec.europa.eu/europeaid/index_en.htm

NOTE

For additional information, please refer to the Practical Guide to contract procedures for EC external actions which provisions apply to the current procedure.

http://ec.europa.eu/europeaid/index_en.htm

EuropeAid/ 130125/M/SUP/GH Page 16/77

Page 17: MINISTRY OF FINANCE AND.doc

B.

DRAFT CONTRACT AND SPECIAL CONDITIONS, INCLUDING ANNEXES

EuropeAid/ 130125/M/SUP/GH

Page 17/77

Page 18: MINISTRY OF FINANCE AND.doc

DRAFT CONTRACT

SUPPLY CONTRACT FOR EUROPEAN

UNION EXTERNAL ACTIONS

N° <Contract number>

FINANCED FROM THE EDF

The National Authorizing Officer for EDFMinistry of Finance and Economic PlanningP.O. Box MB 40Accra ("The Contracting Authority"),

of the one part,and

<Full official name of Contractor> [Legal status/title]4

[Official registration number]5

[Full official address][VAT number]6, (“the Contractor”)

of the other part,

have agreed as follows:

CONTRACT TITLE Equipment and Software for the Forensic Science Laboratory of the Criminal

Investigation Department

Identification number: EuropeAid/ 130125/M/SUP/GH

Article 1 Subject

1.1 The subject of the contract is the supply, delivery, installation, commissioning, maintenance, after-sales service by the Contractor of laboratory analytical equipment (gas chromatograph with flame ionisation detector and libraries), forensic light sources and facial composition system as well as provision of associated training of the following supplies:

Lot 1 - Laboratory analytical equipment;

Lot 2 - Forensic light sources;

Lot 3 - Facial composition system.

4 Where the contracting party is an individual.5 Where applicable. For individuals, mention their ID card or passport or equivalent document – number.6 Except where the contracting party is not VAT registered.EuropeAid/ 130125/M/SUP/GH Page 18/77

Page 19: MINISTRY OF FINANCE AND.doc

The place of acceptance of the supplies shall be at the Ghana Police Service Headquarters Accra, Ghana, the time limits for delivery shall be 120 days after the signature of the contract by both parties and the Incoterm applicable shall be DDP7. The implementation period of tasks shall run from the signature of the contract by both parties to the date for provisional acceptance.

1.2 The Contractor shall comply strictly with the terms of the Special Conditions and the technical annex.

1.3 The supplies which form the subject of the contract must be accompanied by the spare parts described by the Contractor in its tender and by the accessories / other items necessary for using the goods over a period of 2 years, as specified in the Instructions to Tenderers.

Article 2 Origin

All supplies and materials purchased must originate in a Member State of the European Union and/or the ACP States.

A certificate of origin for the supplies must be provided by the Contractor at the latest when it requests provisional acceptance of the supplies. Failure to comply with this condition may result in the termination of the contract.

The definition of the concept of "originating products" shall be assessed by reference to the relevant international agreements, especially Protocol 1 included in Annex V of the ACP-EU Partnership Agreement, and supplies originating in the European Union shall include supplies originating in the Overseas Countries and Territories.

Article 3 Price

3.1 The price of the supplies shall be that shown on the financial offer (specimen in Annex IV).

3.2 Payments shall be made in accordance with the General and/or Special Conditions (Articles 26 to 28).

Article 4 Order of precedence of contract documents

The contract is made up of the following documents, in order of precedence:

- the contract agreement;

- the Special Conditions

- the General Conditions (Annex I);

- the Technical Specifications (Annex II [including clarifications before the deadline for submission of tenders and minutes from the information meeting/site visit];

- the Technical Offer (Annex III [including clarifications from the tenderer provided during tender evaluation];

- the budget breakdown (Annex IV);

- (specified forms and other relevant documents (Annex V);

The various documents making up the contract shall be deemed to be mutually explanatory; in cases of ambiguity or divergence, they shall prevail in the order in which they appear above.

7 DDP (Delivered Duty Paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.html

EuropeAid/ 130125/M/SUP/GH Page 19/77

Page 20: MINISTRY OF FINANCE AND.doc

Done in English in three originals, one original being for the Contracting Authority, one original being for the European Commission, and one original being for the Contractor.

For the Contractor For the Contracting Authority

Name: Name:

Title: Title:

Signature: Signature:

Date: Date:

Endorsed for financing by the European Union

Name:

Title:

Signature:

Date:

EuropeAid/ 130125/M/SUP/GH Page 20/77

Page 21: MINISTRY OF FINANCE AND.doc

SPECIAL CONDITIONS

CONTENTS

11

16

ARTICLE 2 LAW APPLICABLE....................................................................................................23

ARTICLE 9 THE CONTRACTOR'S OBLIGATIONS.....................................................................23

ARTICLE 10 ORIGIN23

ARTICLE 11 PERFORMANCE GUARANTEE..............................................................................23

ARTICLE 12 INSURANCE.............................................................................................................24

ARTICLE 14 CONTRACTOR'S DRAWINGS................................................................................24

ARTICLE 15 TENDER PRICES.....................................................................................................24

ARTICLE 17 PATENTS AND LICENCES.....................................................................................24

ARTICLE 18 COMMENCEMENT ORDER.....................................................................................24

ARTICLE 19 PERIOD OF IMPLEMENTATION OF THE TASKS..................................................24

ARTICLE 22 VARIATIONS............................................................................................................25

ARTICLE 24 QUALITY OF SUPPLIES..........................................................................................25

ARTICLE 25 INSPECTION AND TESTING...................................................................................25

ARTICLE 26 METHODS OF PAYMENT........................................................................................25

ARTICLE 29 DELIVERY................................................................................................................25

ARTICLE 31 PROVISIONAL ACCEPTANCE...............................................................................26

ARTICLE 32 WARRANTY.............................................................................................................26

ARTICLE 33 AFTER-SALES SERVICE........................................................................................26

ARTICLE 40 SETTLEMENT OF DISPUTES.................................................................................26

TECHNICAL SPECIFICATIONS + TECHNICAL OFFER..............................................................28

ANNEX II + III: TECHNICAL SPECIFICATIONS + TECHNICAL OFFER....................................29

BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)..............................................................37

ANNEX IV : BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)..........................................38

FORMS 40

2 ANNEX V: MODEL PERFORMANCE GUARANTEE..................................................................41

ANNEX V: PRE-FINANCING GUARANTEE FORM......................................................................42

SIGNATURE: …………….. DATE: <DATE>.................................................................................42

TAX AND CUSTOMS ARRANGEMENTS ....................................................................................46

3 ANNEX VI : TAX AND CUSTOMS ARRANGEMENTS..............................................................47

ADMINISTRATIVE COMPLIANCE GRID......................................................................................49

EVALUATION GRID 50

D. TENDER FORM FOR A SUPPLY CONTRACT........................................................................52

D. TENDER FORM FOR A SUPPLY CONTRACT.........................................................................53

EuropeAid/ 130125/M/SUP/GH Page 21/77

Page 22: MINISTRY OF FINANCE AND.doc

These conditions amplify and supplement, if necessary, the General Conditions governing the contract. Unless the Special Conditions provide otherwise, those General Conditions remain fully applicable. The numbering of the Articles of the Special Conditions is not consecutive but follows the numbering of the Articles of the General Conditions. In exceptional cases, and with the authorisation of the competent Commission departments, other clauses may be introduced to cover specific situations.

Article 2 Law applicable

2.1 Republic of Ghana law shall apply in all matters not covered by the provisions of the contract.

2.2 The language used shall be English.

Article 4 Communications

Any written communication relating to this Contract between the Contracting Authority and/or the Project Manager, on the one hand, and the Contractor on the other must state the Contract title and identification number, and must be sent by post, fax, e-mail or by hand.

The Contracting AuthorityThe National Authorizing Officer for EDFMinistry of Finance and Economic PlanningP.O. Box MB 40Accra

The Contractor

<Indicate here the name and address of the contractor>

Article 6 Subcontracting

In the selection of subcontractors preference shall be given by the Contractor to natural persons, companies or firms of ACP States capable of implementing the tasks required on similar terms.

Article 9 The Contractor's obligations

9.6 The Contractor shall take the necessary measures to ensure the visibility of the European Union financing or co-financing. These measures must comply with the rules in the Communication and Visibility Manual for EU External Actions published by the European Commission: http://ec.europa.eu/europeaid/work/visibility/index_en.htm

Article 10 Origin

10.1 All supplies and materials purchased must originate in a Member State of the Community and/or the ACP States. In this context, the definition of the concept of "originating products" shall be assessed by reference to the relevant international agreements, especially Protocol 1 included in Annex V of the ACP-EU Partnership Agreement, and supplies originating in the Community shall include supplies originating in the Overseas Countries and Territories.

Article 11 Performance guarantee

The amount of the performance guarantee shall be 5% of the Contract Value and the part in respect of after sales service including any amounts stipulated in addenda to the contract.

EuropeAid/ 130125/M/SUP/GH Page 22/77

Page 23: MINISTRY OF FINANCE AND.doc

Article 13 Programme of implementation of the tasks (timetable)

1. Provisional and final acceptance and testing will be performed by the Ghana Police Service, Accra, GHANA.

2. Provisional/final acceptance certificates shall be signed by the Contracting Authority, Accra, GHANA.

Article 14 Contractor's drawings

No drawings are required from the Supplier.

Article 15 Tender prices

The Tender prices are DDP Accra, GHANA at the premises specified in Article 13. Tender prices include for all delivery charges, unloading and any other transportation charges.

Article 16 Tax and customs arrangements

The provisions regarding tax and customs arrangements are laid down in Annex VI of the contract.

Article 17 Patents and licences

No derogation from Article 17 of the General Conditions is foreseen.

Article 18 Commencement order

18.1 Implementation of the tasks (delivery of supplies, installation) shall commence after signature of the contract by both parties.

Article 19 Period of Implementation of the tasks

19.1 Supplies must be delivered and ready for operation within 90 days after the signature of the contract by both parties.

Article 22 Variations

The Contracting Authority reserves the right, to vary the quantities specified at the time of contracting and during the validity of the contract within a range of +/- 100%. The total value of the supplies may not rise or fall as a result of the variation in the quantities by more than 25% of the tender price. The unit prices used in the tender shall be applicable to the quantities procured under the variation.

EuropeAid/ 130125/M/SUP/GH Page 23/77

Page 24: MINISTRY OF FINANCE AND.doc

Article 24 Quality of supplies

Preliminary technical acceptance is not foreseen.

Article 25 Inspection and testing

Inspection and testing of supplies will take place at the Ghana Police Service Headquarters Accra, GHANA.

Article 26 Methods of payment

26.1 Payments shall be made in euro. Payments shall be authorised and made by the Ministry of Finance and Economic Planning, P. O. Box M40, Accra and the Delegation of the European Union to Ghana, P.O. Box 9505 KIA, Accra, Ghana. Phone: (+233) 21 77 42 02, Fax: (+233) 21 77 41 54.

In order to obtain payments, the Contractor must forward to the authority referred to in paragraph 26.1 above:

a) For the 60% pre-financing, in addition to the payment request, the performance guarantee. If a pre-financing is requested and this payment exceeds EUR 150.000, or if no proof documents have been provided for the selection criteria, the Contractor must provide a financial guarantee for the full amount of the pre-financing payment.

b) For the 40% balance, the invoice(s) in triplicate following provisional acceptance of the supplies.

26.3 By derogation the sums due shall be paid within no more than 90 calendar days.

26.4 By derogation the period shall be 90 days.

26.9 Price revision

The contract does not include a price revision clause.

Article 29 Delivery

29.1 The Contractor shall bear all risks relating to the goods until provisional acceptance at destination. The supplies shall be packaged so as to prevent their damage or deterioration in transit to their destination.

29.3The packaging shall become the property of the recipient subject to respect for the environment.

29.5/6All deliveries must be accompanied by a Statement to say that the goods fully comply with the Terms and Conditions of the Contract and Technical Specification, and a delivery note and a copy of the Certificate of Origin. All packages should be marked as follows:

Financed by EDFProject number: 9 ACP GH 29Project title: Support to the Ghana Police ServiceTender: Supply of Equipment and Software for the Forensic Science Laboratory of the Criminal Investigation Department

EuropeAid/ 130125/M/SUP/GH Page 24/77

Page 25: MINISTRY OF FINANCE AND.doc

Article 31 Provisional acceptance

The Certificate of Provisional Acceptance must be issued using the template in Annex C11.

Article 32 Warranty

The Contractor shall warrant that the supplies are new, unused, of the most recent models and incorporate all recent improvements in design and materials. The Contractor shall further warrant that none of the supplies have any defect arising from design, materials or workmanship. This warranty shall remain valid for at least two years after provisional acceptance.

Article 33 After-sales service

The Contractor shall provide or secure the provision of reliable and regular after-sales and maintenance service thereafter at the place of destination guaranteeing the upkeep and repair of the goods supplied and the rapid replenishment of spare parts.

The Contractor shall state in detail how he proposes to meet this obligation including the duration for which the service is guaranteed available beyond 24 months period as specified in the Technical Specifications.

Article 40 Settlement of disputes

Any dispute arising out of or relating to this contract which cannot be settled otherwise shall:

(a) in the case of a national contract, be settled in accordance with the national legislation of the state of the contracting authority; and

(b) in the case of a transnational contract, be settled either:

(i) if the parties to the contract so agree, in accordance with the national legislation of the beneficiary country or its established international practices; or

(ii)by arbitration in accordance with the Procedural rules on conciliation and arbitration of contracts financed by the European Development Fund, adopted by Decision 3/90 of the ACP-EEC Council of Ministers of 29 March 1990 (Official Journal No L 382, 31.12.1990)(see General Annex A 12]

EuropeAid/ 130125/M/SUP/GH Page 25/77

Page 26: MINISTRY OF FINANCE AND.doc

ANNEX I

GENERAL CONDITIONS

Available also at: http://ec.europa.eu/europeaid/work/procedures/index_en.htm

EuropeAid/ 130125/M/SUP/GH Page 26/77

Page 27: MINISTRY OF FINANCE AND.doc

ANNEX II + III

TECHNICAL SPECIFICATIONS + TECHNICAL OFFER

EuropeAid/ 130125/M/SUP/GH Page 27/77

Page 28: MINISTRY OF FINANCE AND.doc

ANNEX II + III: TECHNICAL SPECIFICATIONS + TECHNICAL OFFER

Contract title: Vehicles for Equipping the Forensic Science Laboratory of the Criminal Investigation Department

Publication reference:

Column 1-2 should be completed by the Contracting AuthorityColumn 3-4 should be completed by the tendererColumn 5 is reserved for the evaluation committee

Annex III - the Contractor's technical offer

The tenderers are requested to complete the template on the next pages:

Column 2 is completed by the Contracting Authority shows the required specifications (not to be modified by the tenderer), Column 3 is to be filled in by the tenderer and must detail what is offered (for example the words “compliant” or “yes” are not sufficient) Column 4 allows the tenderer to make comments on its proposed supply and to make eventual references to the documentation

The eventual documentation supplied should clearly indicate (highlight, mark) the models offered and the options included, if any, so that the evaluators can see the exact configuration. Offers that do not permit to identify precisely the models and the specifications may be rejected by the evaluation committee.

The offer must be clear enough to allow the evaluators to make an easy comparison between the requested specifications and the offered specifications.

EuropeAid/ 130125/M/SUP/GH Page 28/77Page 28 of 77

Page 29: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

1/1. Gas chromatograph with flame ionization detector (FID) – 1 unit.

1. Column oven:

- column oven must accommodate up to two capillary (up to 105 m X 0,530 mm id) columns;

- programmably controlled column oven;

- column oven temperature range (ambient+5 oC) – 450 oC in 1 degree increments;

- temperature accuracy ± 1 %;

- not less than 20 oven ramps;

- max. ramp rate not less than 100 oC/min;

- dual analytical column thermal protection (one is set by producer, other – user adjustable).

2. Flow control:

- programmable flow and pressure control for all gases, including septum purge, split and detector

EuropeAid/ 130125/M/SUP/GH Page 29 of 77

Page 30: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

gases;

- carrier gas control modes – constant pressure and flow modes;

- gas saving mode;

- supported gas pressure range for carrier gas not less than 0 - 970 kPa;

- total flow range of 0-200 mL/min for nitrogen and 0-1.000 mL/min for hydrogen and helium;

- user selectable for pressure or flow mode;

- multiple flow rate ramp programming.

3. Injection port:

- temperature controlled capillary split/splitless injection port;

- split/splitless injection modes;

- programmable temperature and gas pressure/flow control;

- programmable temperature range up to 450 oC.4. Autoinjector:

EuropeAid/ 130125/M/SUP/GH Page 30 of 77

Page 31: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- electronic motor actuation with position feedback and control;

- sample management – sample capacity 2 mL (1,5 mL) vials;

- samples tray (carousel) capacity – not less then 100 vials;

- sample sequencing – random access, priority sample and method insertion, variable speed, sampling depth, dwell time and viscosity delay;

- possible syringe capacity – 0.5, 1, 5, 10, 25, 50, 100 μL;

- two syringe rinse solvents (solvent A, solvent B);

- programmably controlled number of sample prewashes, sample injection volume, selection of rinsing solvent, number of rinses.

5. Flame ionization detector:

- temperature range up to 450 oC;

- min. detected quantity 1.8 pg C/s (dodecane);

- Linear dynamic range 107.

EuropeAid/ 130125/M/SUP/GH Page 31 of 77

Page 32: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

6. Others:

- counters of consumables (e.g. septa, liners etc.);

- operating temperature range 4 oC to 35oC;

- power requirements – AC 230 V, 50/60 Hz.7. PC and software – 1 unit.

PC:

- operating system Windows XP Professional or Windows Vista or similar;

- processor dual/quad core, 2 GHz, cache memory 2 MB L2 cache, memory (RAM) 4 GB DDR2 DIMM; graphic card compatible with software with 256 MB memory, hard drive 640 GB 7200 rpm, DVD+-RW optical disk drive, built-in Ethernet 10-100BT network, 6 USB 2.0 ports, mouse, keyboard.

- LCD display 24", max resolution 1920X1080, colour support 24-bit, max. synch. rate 75 Hz X 61 kHz, response time 2 ms.

- operating temperature range 4 oC to 35oC;

- power requirements – AC 230 V, 50/60 Hz.

EuropeAid/ 130125/M/SUP/GH Page 32 of 77

Page 33: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

Software:

- full gas chromatograph, autoinjector, detector remote, data collection, data reprocessing and storage, reports generation.

8. Spare parts and consumables:

- installation and start kit – 1 unit;

- column – 30 m X 0,25 mm (i.d.) X 0.25 µm (film thickness) PH ME siloxane 5% crosslinked (HP-5 or analog) low bleeding capillary column – 3 units;

- injector inlet septum – 200 pcs;

- O-ring for injector liner – 50 pcs.

- injector liner, splitless mode – 20 pcs.;

- injector liner, split mode – 30 pcs.;

- capillary column ferrule (injector fitting) – 40 pcs.;

- capillary column ferrule (detector fitting) – 40 pcs;

EuropeAid/ 130125/M/SUP/GH Page 33 of 77

Page 34: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- syringe for autoinjector, 10 μL capacity, conical needle point style – 20 pcs.;

- 2 mL (1,5 mL) capacity clear glass vials with plastic caps and septa, wide opening – 2000 pcs.;200 μL glass insert with plastic bottom spring – 500 pcs.

9. Warranty and post-warranty service

- Awarded tenderers must include minimum 2 years free warranty and maintenance service, starting from the equipment acceptance date, including:

- Business day 8:30 – 16:30 (local time) telephone support;- Business day 8:30 – 16:30 (local time) online support;

- Equipment related problems must be solved within 2 working days after reporting the problem during standard business hours. Problems reported on weekends or on Ghana national holidays must be solved during two working days counting from first working day after weekend or national holidays.

- Awarded Tenderer will be responsible for and cover all costs related to the warranty service of

EuropeAid/ 130125/M/SUP/GH Page 34 of 77

Page 35: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

equipment.

- Maintenance and warranty services (after free warranty and maintenance period) are out of scope of this tender and will be regulated with separate contracts. However, in order to be able to calculate the cost of ownership (equipment costs and maintenance prices for equipment lifecycle), it is mandatory to provide maintenance prices for additional 12 month (after the end of the free warranty and maintenance period) for the equipment.10. Training

At least 40-hour training for minimum two (2) chemists should take place and cover all aspects of operation and routine maintenance at working place. The training course for chemists will take place in Accra, Republic of Ghana or at any other suitable location specified by the supplier given that all travel and accommodation costs of trainees are covered by the supplier. The language of all training classes will be English. Training shall be scheduled immediately after equipment installation and commissioning. Tenderers must specify the detailed schedule of chemists’ trainings, which will contain minimum these elements and duration:i) 16 hrs. training on GC/FID theory;ii) 16 hrs. training on software and equipment

EuropeAid/ 130125/M/SUP/GH Page 35 of 77

Page 36: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

operation;iii) 8 hrs. training on instrument maintenance.

1/2. Library/libraries of FT-IR spectra for drugs and explosives. 1 Unit1. FT-IR library/libraries must be searchable digital library/libraries, compatible with spectroscopic software of equipment purchased under Item No. 1/1.

2. Library/libraries must contain FTIR spectra of:

- narcotic drugs and psychotropic substances under control, poisons, cutting substances, adulterants, precursors and other drug-related compounds;

- pharmaceutical substances and non-controlled drugs;

- explosive materials.

3. Library/libraries must contain FT-IR spectra, where:

- range of measurements – not less than 4000 cm-1

– 600 cm-1;

- resolution – not less than 4 cm-1.

EuropeAid/ 130125/M/SUP/GH Page 36 of 77

Page 37: MINISTRY OF FINANCE AND.doc

Lot 1. Laboratory Analytical Equipment

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

4. Training

Basic staff (min. 2 persons) training (min 8 hours) on library search.

Lot 2. Forensic Light Sources

Lot 2. Forensic Light Sources

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

2/1. Set of Forensic Light Sources - 1 unit.

1. Application – general scene of crime investigation; locating of blood stains, body fluids, chemically treated fingerprints.

2. Minimum contents of the set:

- white light source;

- violet light source;

- blue light source;

- goggles (8 units);

EuropeAid/ 130125/M/SUP/GH Page 37 of 77

Page 38: MINISTRY OF FINANCE AND.doc

Lot 2. Forensic Light Sources

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- contrast enhancing filters;

- rechargeable batteries (4 units);

- battery charger;

- carrying case.

3. General requirements for Light Sources:

- Power – not less than 75 W;

- LED technology;

- Weight (including battery) – not more than 3,0 kg;

4. Battery charger – must be compatible with 50Hz/220V power supply.

5. White light source:

- Applications – general scene of crime investigation;

- Wavelength range – 400-700 nm.

6. Violet light source:

EuropeAid/ 130125/M/SUP/GH Page 38 of 77

Page 39: MINISTRY OF FINANCE AND.doc

Lot 2. Forensic Light Sources

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- Applications – for detecting blood, chemically treated fingerprints;

- Wavelength maximum – 425 nm.

7. Blue light source:

- Applications – for detecting body fluids, general debris, chemically treated fingerprints;

- Wavelength maximum – 450 nm.

8. Goggles:

- Must fit to face tightly, without gap;

- Suitable for use with violet light source – 4 unit;

- Suitable for use with blue light source – 4 unit.

9. Contrast enhancing filters: blue, green and red filters to fit white light source.

10. Rechargeable battery (4 units):

- Operation time (fully charged) – not less than 45 min.;

- Full-charge time – not more than 1 hour.

EuropeAid/ 130125/M/SUP/GH Page 39 of 77

Page 40: MINISTRY OF FINANCE AND.doc

Lot 2. Forensic Light Sources

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

11. Carrying case:

- Waterproof;

- Accommodates set of three light sources, filters, accessories and not less than two batteries.

12. Delivery, installation and on-site training:

Delivery, installation and on-site training costs for at least two specialists must be included in the price. At least 8-hour training for minimum three (3) specialists should take place and cover all aspects of operation and routine maintenance at working place. The training course for specialists will take place in Accra, Republic of Ghana or at any other suitable location specified by the supplier given that all travel and accommodation costs of trainees are covered by the supplier. The language of all training classes will be English.

13. Warranty:

Awarded tenderers must include minimum 2 years free warranty and maintenance service, starting from the equipment acceptance date.

EuropeAid/ 130125/M/SUP/GH Page 40 of 77

Page 41: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

3/1. Facial composition system consisting of software and hardware (laptop computer and printer) - 11 units

Short description: a system for creation of photo-like, drawing-like, colour and grayscale images of criminal suspects from eyewitness testimony.

1. Minimum requirements for facial

EuropeAid/ 130125/M/SUP/GH Page 41 of 77

Page 42: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

composition software:

- Operation environment: Windows XP (32-bit), Windows Vista (32-bit) or Windows 7 (32-bit); Or similar

- Auto-install function;

- Operation language – English;

- User manual in English;

- Protection key;

- Minimum databases of facial elements for:

black male,

white male,

black female,

white female;

- At least 3000 facial elements provided in the database supplied;

- Accessory libraries – at least 2000 elements of:

hats,

EuropeAid/ 130125/M/SUP/GH Page 42 of 77

Page 43: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

glasses,

earrings,

piercings,

- Extendable libraries - option to extend libraries by adding facial components from own archives

- Automated facial ageing function

- Fully automated audit trail - every step in the construction process must be time-and-date stamped and recorded on the computer

- Compatibility with all standard paint programs such as Adobe Photoshop, Corel Paintshop, Photopaint, etc for image enhancement

- The following minimum groups of facial elements must be provided:

shape of head,

eyes,

nose,

lips,

EuropeAid/ 130125/M/SUP/GH Page 43 of 77

Page 44: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

shape of chin,

moustache,

beard,

wrinkles of forehead,

wrinkles of mouth and mimicks;

- Minimum features of face: moles, blotches, scars, tattoos, earrings.

- Minimum functions of modification of each component independently:

positioning,

scaling,

adjusting contrast and brightness,

Gamma control,

rotating,

horizontal flipping;

- Minimum drawing tools:

EuropeAid/ 130125/M/SUP/GH Page 44 of 77

Page 45: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

soft eraser,

airbrush,

smudge tool,

stamp tool,

dodge/burn tool

- Mirror reverse rotation function.

- Each element must have location correction, magnification, reduction functions.

- Export of composed image into JPG file.

- Presentation of composed image in the following modes: grayscale and colour.

- Preview of images one-by one and in groups. Adjustable speed of preview.

- At least the following components (fields) of identification file to be stored together with the composed image: police unit, case number, date, name, surname, age group, age, date of birth, place of birth, gender, ethnicity, personal identification code, family status, address, possible accomplices, hair colour, hair style, eye colour. Additional optional fields to be adjusted

EuropeAid/ 130125/M/SUP/GH Page 45 of 77

Page 46: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

by the user: transportation means, weapons, body features (at least 10 fields for the body features): amputations, birth marks, scars, tattoos, earrings.

2. Minimum requirements for technical support:

- Technical support service for the period of 2 years including:

all software upgrades and new releases during the contract period.

Technical support telephone line during normal office hours (at least 9am – 5.00pm), Monday to Friday.

Email support (same day response to be guaranteed)

3. Minimum requirements for training:

- at least 2 weeks comprehensive training course covering all aspects relating to the effective production and use of the facial composite system to be delivered on location in Ghana to a class of 24:

comprehensive training in the software

EuropeAid/ 130125/M/SUP/GH Page 46 of 77

Page 47: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

usage,

eyewitness interview techniques,

understanding of facial proportions, drawing and shading techniques,

procedural issues (composition of expert statement).

4. Minimum quality requirements:

- The tenderer must have supplied and installed the system in police institutions in at least 5 member states of the European Union.

- Quality testimonials from at least 3 police forces in Europe on the quality of the system, support and training course to be available on request.

5. Minimum requirements for computer:

- General requirement: laptop, fully compatible with tendered facial composition software.

- Pentium 4 1.8 Ghz or equivalent

- 1024Mb RAM / 1Gb RAM

EuropeAid/ 130125/M/SUP/GH Page 47 of 77

Page 48: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- 20 Gb Hard Disk

- 64 Mb Graphics

- Graphics Tablet and Mouse

- Video screen drivers capable of displaying 1024x768 screen resolution in 32 bit colour.

- 32x CD / 16x DVD ROM

- CD-RW, DVD-RW

- 4 USB Ports

- Keyboard with English character set

- Optical mouse with scroll wheel

- Power requirements – AC 230 V, 50/60 Hz.

- Microsoft Windows 7 Business edition or equivalent

- English language user interface

6. Minimum requirements for printer:

- USB interface;

EuropeAid/ 130125/M/SUP/GH Page 48 of 77

Page 49: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

1.

Item Number

2.

MINIMUM Specifications Required

3.

Specifications Offered

4.

Notes, remarks, ref to documentation

5.

Evaluation Committee’s notes

- Device drivers on CD for Windows 7 or equivalent;

- Laser-jet technology;

- A4 format;

- Resolution 600 x 600 dpi;

- 14 ppm print speed (B/W);

Materials and supplies for printer:

- Two toner cartridges;

- 1.5 m USB connection cable.

7. Warranty:

Awarded tenderers must include minimum 2 years free warranty and maintenance service for all harware ad software, starting from the equipment acceptance date.

EuropeAid/ 130125/M/SUP/GH Page 49 of 77

Page 50: MINISTRY OF FINANCE AND.doc

ANNEX IV

BUDGET BREAKDOWN (MODEL FINANCIAL OFFER)

EuropeAid/ 130125/M/SUP/GH Page 50/77

Page 51: MINISTRY OF FINANCE AND.doc

ANNEX IV : Budget breakdown (Model financial offer)

PUBLICATION REFERENCE: lot EuropeAid/ 130125/M/SUP/GH

NAME OF TENDERER: [……………………………]Lot 1. Laboratory Analytical Equipment

A B C D E

ITEM NUMBER

QUANTITY SPECIFICATIONS OFFERED (INCL BRAND/MODEL)

UNIT COSTS WITH DELIVERY DDP8

TO THE PREMISES OF THE GHANA POLICE SERVICE

EUROS

TOTAL

EUROS

1/1. 1

1/2 1

Total

8 DDP (Delivered Duty Paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.html

EuropeAid/ 130125/M/SUP/GH Page 51 of 77

Page 52: MINISTRY OF FINANCE AND.doc

[Spare parts with detailed annex including unit prices]

After sale services

[Total cost]

[Total cost]

EuropeAid/ 130125/M/SUP/GH Page 52 of 77

Page 53: MINISTRY OF FINANCE AND.doc

Lot 2. Forensic Light Sources

A B C D E

ITEM NUMBER

QUANTITY SPECIFICATIONS OFFERED (INCL BRAND/MODEL)

UNIT COSTS WITH DELIVERY DDP9

TO THE PREMISES OF THE GHANA POLICE SERVICE

EUROS

TOTAL

EUROS

2/1. 1

[

Total

[Spare parts with detailed annex including unit prices]

After sale services

[Total cost]

[Total cost]

9 DDP (Delivered Duty Paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.html

EuropeAid/ 130125/M/SUP/GH Page 53 of 77

Page 54: MINISTRY OF FINANCE AND.doc

[

EuropeAid/ 130125/M/SUP/GH Page 54 of 77

Page 55: MINISTRY OF FINANCE AND.doc

Lot 3. Facial Composition System

A B C D E

ITEM NUMBER

QUANTITY SPECIFICATIONS OFFERED (INCL BRAND/MODEL)

UNIT COSTS WITH DELIVERY DDP10

TO THE PREMISES OF THE GHANA POLICE SERVICE

EUROS

TOTAL

EUROS

3/1. 11

[

Total

[Spare parts with detailed annex including unit prices]

After sale services

[

[Total cost]

[Total cost]

10 DDP (Delivered Duty Paid) - Incoterms 2000 International Chamber of Commerce - http://www.iccwbo.org/incoterms/id3040/index.html

EuropeAid/ 130125/M/SUP/GH Page 55 of 77

Page 56: MINISTRY OF FINANCE AND.doc

EuropeAid/ 130125/M/SUP/GH Page 56 of 77

Page 57: MINISTRY OF FINANCE AND.doc

ANNEX V

FORMS

EuropeAid/ 130125/M/SUP/GH Page 57 of 77

Page 58: MINISTRY OF FINANCE AND.doc

2 ANNEX V: MODEL PERFORMANCE GUARANTEE

<To be completed on paper bearing the letterhead of the financial institution >

For the attention of

<Name and address of the Contracting Authority>referred to below as the “Contracting Authority”

Subject: Guarantee No…

Performance Guarantee for the full and proper execution of contract <Contract number and title> (please quote number and title in all correspondence)

We the undersigned, <name and address of financial institution>, hereby irrevocably declare that we guarantee as primary obligor, and not merely as a surety on behalf of <Contractor's name and address>, hereinafter referred to as “the Contractor”, payment to the Contracting Authority of <amount of the performance guarantee>, representing the performance guarantee mentioned in Article 11 of the Special Conditions of the contract <contract number and title> concluded between the Contractor and the Contracting Authority, hereinafter referred to as “the Contract”.

Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim (sent by registered letter with confirmation of receipt) stating that the Contractor has failed to perform its contractual obligations fully and properly and that the Contract has been terminated. We shall not delay the payment, nor shall we oppose it for any reason whatsoever. We shall inform you in writing as soon as payment has been made.

We accept notably that no amendment to the terms of the Contract can release us from our obligation under this guarantee. We waive the right to be informed of any change, addition or amendment to the Contract.

We note that the guarantee will be released within 45 days of the issue of the final acceptance certificate (except for such part as may be specified in the Special Conditions in respect of after sales service). [and in any case at the latest on (at the expiry of 18 months after the implementation period of the Contract)]11.

The law applicable to this guarantee shall be that of <enter the country in which the financial institution issuing the guarantee is established>. Any dispute arising out of or in connection with this guarantee shall be referred to the courts of <enter the name of the country of the Contracting Authority >

This guarantee shall enter into force and take effect upon its signature.

Name: ……………………………Position: …………………12 Signature: …………….. Date: <Date>

11 This mention has to be inserted only where required, for example where the law applicable to the guarantee imposes a precise expiry date12 The name(s) and position(s) of the persons signing on behalf of the guarantor must be shown in printed characters.EuropeAid/ 130125/M/SUP/GH Page 58 of 77

Page 59: MINISTRY OF FINANCE AND.doc

ANNEX V: PRE-FINANCING GUARANTEE FORM

<To be completed on paper bearing the letterhead of the financial institution >

For the attention of

<Name and address of the Contracting Authority>referred to below as the “Contracting Authority”

Subject: Guarantee No…

Financing Guarantee for the repayment of pre-financing payable under contract <Contract number and title> (please quote number and title in all correspondence)

We, the undersigned, <name, and address of financial institution>, hereby irrevocably declare that we guarantee as primary obligor, and not merely as surety on behalf of <Contractor's name and address>, hereinafter referred to as “the Contractor”, the payment to the Contracting Authority of <indicate the amount of the pre-financing>, corresponding to the pre-financing as mentioned in Article 26.1 of the Special Conditions of the contract <Contract number and title>concluded between the Contractor and the Contracting Authority, hereinafter referred to as “the Contract”.

Payment shall be made without objection or legal proceedings of any kind, upon receipt of your first written claim (sent by registered letter with confirmation or receipt) stating that the Contractor has not repaid the pre-financing on request or that the Contract has been terminated. We shall not delay the payment, nor shall we oppose it for any reason whatsoever. We shall inform you in writing as soon as payment has been made.

We accept notably that no amendment to the terms of the Contract can release us from our obligation under this guarantee. We waive the right to be informed of any change, addition or amendment of the Contract.

We note that the guarantee will be released 45 days at the latest after the provisional acceptance of the goods [and in any case at the latest on (at the expiry of 18 months after the implementation period of the Contract)]13.

Any request to pay under the terms of the guarantee must be countersigned by the Head of Delegation of the European Commission. In case of a temporary substitution of the Contracting Authority by the Commission, any request to pay will only be signed by the representative of the Commission, namely whether the Head of Delegation, or the authorised person at headquarters' level.

The law applicable to this guarantee shall be that of <enter the country in which the financial institution issuing the guarantee is established>. Any dispute arising out of or in connection with this guarantee shall be referred to the courts of < enter the country of the Contracting Authority >.

The guarantee will enter into force and take effect on receipt of the pre-financing payment in the account designated by the Contractor to receive payments.

Name: …………………………… Position: …………………14Signature: …………….. Date: <Date>

13 This mention has to be inserted only where required, for example where the law applicable to the guarantee imposes a precise expiry date14 The name(s) and position(s) of the persons signing on behalf of the guarantor must be shown in printed characters.EuropeAid/ 130125/M/SUP/GH Page 59 of 77

Page 60: MINISTRY OF FINANCE AND.doc

EuropeAid/ 130125/M/SUP/GH Page 60 of 77

Page 61: MINISTRY OF FINANCE AND.doc

EuropeAid/ 130125/M/SUP/GH Page 61 of 77

Page 62: MINISTRY OF FINANCE AND.doc

ANNEX VI

TAX AND CUSTOMS ARRANGEMENTS

EuropeAid/ 130125/M/SUP/GH Page 62 of 77

Page 63: MINISTRY OF FINANCE AND.doc

3 ANNEX VI : TAX AND CUSTOMS ARRANGEMENTS

Tax and customs arrangements - Article 31 from Annex IV to the Cotonou Agreement

1. The ACP States shall apply to contracts financed by the Community tax and customs arrangements no less favourable than those applied by them to the most favoured States or international development organisations with which they have relations. For the purpose of determining the most-favoured-nation (MFN) treatment, account shall not be taken of arrangements applied by the ACP State concerned to other ACP States, or to other developing countries.

2. Subject to the above provisions the following shall apply to contracts financed by the Community:

(a) the contract shall not be subject in the beneficiary ACP State to stamp or registration duties or to fiscal charges having equivalent effect, whether such charges already exist or are to be instituted in the future; however, such contracts shall be registered in accordance with the laws in force in the ACP State and a fee corresponding to the service rendered may be charged for it;

(b) profits and/or income arising from the performance of contracts shall be taxable according to the internal fiscal arrangements of the ACP State concerned, provided that the natural or legal persons who realise such profit and/or income have a permanent place of business in that State, or that the performance of the contract takes longer than six months;

(c) enterprises which must import professional equipment in order to carry out works contracts shall, if they so request, benefit from the system of temporary admission as laid down by the national legislation of the beneficiary ACP State in respect of the said equipment;

(d) professional equipment necessary for carrying out tasks defined in a service contract shall be temporarily admitted into the beneficiary ACP State or States in accordance with its national legislation free of fiscal, import and customs duties and of other charges having equivalent effect where these duties and charges do not constitute remuneration for services rendered;

(e) imports under supply contracts shall be admitted into the beneficiary ACP State without customs duties, import duties, taxes or fiscal charges having equivalent effect. The contract for supplies originating in the ACP State concerned shall be concluded on the basis of the ex-works price of the supplies to which may be added such internal fiscal charges as may be applicable to those supplies in the ACP State;

(f) fuels, lubricants and hydrocarbon binders and, in general, all materials used in the performance of works contracts shall be deemed to have been purchased on the local market and shall be subject to fiscal rules applicable under the national legislation in force in the beneficiary ACP State; and

(g) personal and household effects imported for use by natural persons, other than those recruited locally, engaged in carrying out tasks defined in a service contract and members of their families, shall be exempt from customs or import duties, taxes and other fiscal charges having equivalent effect, within the limit of the national legislation in force in the beneficiary ACP State.

EuropeAid/ 130125/M/SUP/GH Page 63 of 77

Page 64: MINISTRY OF FINANCE AND.doc

3. Any matter not covered by the above provisions on tax and customs arrangements shall remain subject to the national legislation of the ACP State concerned.

EuropeAid/ 130125/M/SUP/GH Page 64 of 77

Page 65: MINISTRY OF FINANCE AND.doc

C. FURTHER INFORMATION

ADMINISTRATIVE COMPLIANCE GRID AND

EVALUATION GRID

EuropeAid/ 130125/M/SUP/GH Page 65 of 77

Page 66: MINISTRY OF FINANCE AND.doc

ADMINISTRATIVE COMPLIANCE GRID

Contract title : Publication reference :

Tender envelope number

Name of Tenderer Is tenderer (consortium) nationality15

eligible?

(Y/N)

Is documentation

complete?

(Y/N)

Is language as

required?

(Y/N)

Is tender submission

form complete?

(Y/N)

Is tenderer's declaration

signed (by all consortium

members if a consortium)? (Yes/No/ Not Applicable)

Other administrative

requirements of the tender dossier?

(Yes/No/Not applicable)

Overall decision?

(Accept / Reject)

1

2

3

4

5

6

7

Chairperson's name

Chairperson's signature

Date

15 If the tender has been submitted by a consortium, the nationalities of all the consortium members must be eligible

EuropeAid/ 130125/M/SUP/GH Page 66 of 77

Page 67: MINISTRY OF FINANCE AND.doc

EVALUATION GRID Must be completed by the Evaluation Committee, Annex II+III Technical Specification/Technical Offer should be annexed to this grid in the case its columns “Evaluation Committee’s notes” have been completed.

Contract title : Publication reference :

Tender

envelope No

Name of Tenderer

Rules of origin

respected?

(Y/N)

Economic

& financial

capacity?

(OK/a/b/…)

Profession

al capacity?

(OK/a/b/…)

Technical capacity?

(OK/a/b/…)

Compliance with

16technical

specifications

? (OK/a/b/…)

Ancillary

services as

required?

(OK/a/b/…/N

A)

Subcontracting statement in

accordance with art 6 of the

General Conditions?

(Y/N)

Other technical

requirements in tender dossier?

(Yes/No/Not applicable)

Technically compliant? Y/N)

Notes:

1

2

3

4

Evaluator's name & signature

Evaluator's name & signature

Evaluator's name & signature

Date

16 The selection criteria, in the previous section of this form, have to be met before the technical requirements are assessed.

EuropeAid/ 130125/M/SUP/GH Page 67 of 77

Page 68: MINISTRY OF FINANCE AND.doc

D. TENDER FORM FOR A SUPPLY CONTRACT

EuropeAid/ 130125/M/SUP/GH Page 68 of 77

Page 69: MINISTRY OF FINANCE AND.doc

D. TENDER FORM FOR A SUPPLY CONTRACT

Publication reference: EuropeAid/ 130125/M/SUP/GH

Title of contract: < Title of contract>

<Place and date>

A: <Name and address of Contracting Authority >

One signed form must be supplied (for each lot, if the tender procedure is divided into lots), together with the number of copies specified in the Instruction to Tenderers . The attachments to this submission form (i.e. declarations, statements, proofs) may be in original or copy. If copies are submitted, the originals must be dispatched to the Contracting Authority upon request. For economical and ecological reasons, we strongly recommend that you submit your files on paper-based materials (no plastic folder or divider). We also suggest you use double-sided print-outs as much as possible

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. It must in that case 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.

1 SUBMITTED BY

Name(s) of tenderer(s) Nationalityi

Leaderii

Member

Etc …

EuropeAid/ 130125/M/SUP/GH Page 69 of 77

Page 70: MINISTRY OF FINANCE AND.doc

2 CONTACT PERSON (for this tender)

Name

Address

Telephone

Fax

E-mail

3 ECONOMIC AND FINANCIAL CAPACITYiii

Please complete the following table of financial dataiv based on your annual accounts and your latest projections. If annual accounts are not yet available for this year or last year, please provide your latest estimates, clearly identifying estimated figures in italics. Figures in all columns must be on the same basis to allow a direct, year-on-year comparison to be made (or, if the basis has changed, an explanation of the change must be provided as a footnote to the table). Any clarification or explanation which is judged necessary may also be provided.

Financial data

2 years before

last yearv

Year before

last year

Last year

Averagevi

This year

Annual turnovervii, excluding this contract

Cash and cash equivalentsviii at beginning of year

Net cash from / (used in) operating, investing & financing activitiesix excluding future contracts

Net forecast cash from/ (used in) future contracts, excluding this contract

Cash and cash equivalentsError: Reference source not found at end of year [ie, the sum of the above three rows]

EuropeAid/ 130125/M/SUP/GH Page 70 of 77

Page 71: MINISTRY OF FINANCE AND.doc

4 STAFF RESOURCES

Please provide the following personnel statistics for the current year and the two previous yearsx.

Average manpower

Year before last Last year This year

Overall Total for fields

related to this

contractxi

Overall Total for fields

related to this

contractError:

Referencesource not

found

Overall Total for fields

related to this

contractError:

Referencesource not

found

Permanent staff xii

Other staff xiii

Total

Permanent staff as a proportion of total staff (%)

% % % % % %

EuropeAid/ 130125/M/SUP/GH Page 71 of 77

Page 72: MINISTRY OF FINANCE AND.doc

5 FIELDS OF SPECIALISATION

Please use the table below whose objective is to indicate the relevant specialisms related to this contract of each legal entity making this tender, by using the names of these specialisms as the row headings and the name of the legal entity as the column headings. Show the relevant specialism(s) of each legal entity by placing a tick () in the box corresponding to those specialisms in which the legal entity has significant experience. [Maximum 10 specialisms]

Leader Member 2 Member 3 Etc …

Relevant specialism 1

Relevant specialism 2

Etc …xiv

6 EXPERIENCE

Please complete a table using the format below to summarise the major relevant supplies carried out in the course of the past 3 yearsxv by the legal entity or entities making this tender. The number of references to be provided must not exceed 15 for the entire tender.

Ref # (maximum 15) Project title …

Name of legal entity Country Overall supply value

(EUR)xvi

Proportion supplied by

legal entity (%)

No of staff

provided

Name of client

Origin of funding

Dates Name of members if any

… … … … … … … … …

Detailed description of supply Related services provided

… …

EuropeAid/ 130125/M/SUP/GH Page 72 of 77

Page 73: MINISTRY OF FINANCE AND.doc

7 TENDERER'S DECLARATION(S)

As part of their tender, each legal entity identified under point 1 of this form, including every consortium member, must submit a signed declaration using this format. The declaration may be in original or in copy. If copies are submitted the originals must be dispatched to the Contracting Authority upon request.

In response to your letter of invitation to tender for the above contract,we, the undersigned, hereby declare that:

1 We have examined and accept in full the content of the dossier for invitation to tender No <……………………………….> of <date>. We hereby accept its provisions in their entirety, without reservation or restriction.

2 We offer to deliver, in accordance with the terms of the tender dossier and the conditions and time limits laid down, without reserve or restriction:

Lot No 1: [description of supplies with indication of quantities and origin]

Lot N 2: [description of supplies with indication of quantities and origin]

Etc.

3 The price of our tender excluding spareparts and consumables, if applicable [excluding the discounts described under point 4] is:

Lot No 1: [……………………………………………..]

Lot No 2: [……………………………………………..]

Lot No 3: [……………………………………………..]

4 We will grant a discount of [%], or […………..] [in the event of our being awarded Lot No… and Lot No… ………].

5 This tender is valid for a period of 90 days from the final date for submission of tenders.

6 If our tender is accepted, we undertake to provide a performance guarantee as required by Article 11 of the Special Conditions.

7 Our firm/company [and our subcontractors] has/have the following nationality:

<……………………………………………………………………>

8 We are making this tender in our own right [as member in the consortium led by < name of the leader / ourselves >]*. We confirm that we are not tendering for the same contract in any other form. [We confirm, as a member in the consortium, that all members are jointly and severally liable by law for the execution of the contract, that the lead member is authorised to bind, and receive instructions for and on behalf of, each member, that the execution of the contract, including payments, is the responsibility of the lead member, and that all members in the joint venture/consortium are bound to remain in the joint venture/consortium for the entire period of the contract's execution].

9 We are not in any of the situations excluding us from participating in contracts which are listed section 2.3.3 of the Practial Guide to contract procedure for EC external actions. In the event that our tender is successful, we undertake, if required, to provide the proof usual under the law of the country in which we are established that we do not fall into these

EuropeAid/ 130125/M/SUP/GH Page 73 of 77

Page 74: MINISTRY OF FINANCE AND.doc

exclusion situations. The date on the evidence or documents provided will be no earlier than 1 year before the date of submission of the tender and, in addition, we will provide a statement that our situation has not altered in the period which has elapsed since the evidence in question was drawn up.

We also undertake, if required, to provide evidence of the financial and economic standing and the technical and professional capacity according to the selection criteria for this call for tender specified in the procurement notice, point 16. The documentary proofs required are listed in section 2.4.11.1.3 and 2.4.11.1.4 of the Practical Guide.

We also understand that if we fail to provide the proof/evidence required, within 15 calendar days after receiving the notification of award, or if the information provided is proved false, the award may be considered null and void.

10 We agree to abide by the ethics clauses in Section 2.4.15 of the Practical Guide and, in particular, have no conflict of interests or any equivalent relation in that respect with other tenderers or other parties in the tender procedure at the time of the submission of this application.

11 We will inform the Contracting Authority immediately if there is any change in the above circumstances at any stage during the implementation of the tasks. We also fully recognise and accept that any inaccurate or incomplete information deliberately provided in this application may result in our exclusion from this and other contracts funded by the EC/EDF.

12 We note that the Contracting Authority is not bound to proceed with this invitation to tender and that it reserves the right to award only part of the contract. It will incur no liability towards us should it do so.

13 We fully recognise and accept that we may be excluded from tender procedures and contract, in accordance with the Section 2.3.4 of the Practical Guide to contract procedures for EC external actions,, for a maximum period of 5 years from the date on which the infringement is established and up to 10 years in the event of a repeated offence within the 5 years of the above-mentioned date. Furthermore, we acknowledge that, should we made false declarations, committed substantial errors, irregularities or fraud, we shall also be subject to financial penalties representing 2 % to 10 % of the total estimated value of the contract being awarded. This rate may be increased to 4% to 20% in the event of a repeat offence within 5 years of the first infringement;

14 We are aware that, for the purposes of safeguarding the financial interests of the Communities, our personal data may be transferred to internal audit services, to the European Court of Auditors, to the Financial Irregularities Panel or to the European Anti-Fraud Office.

[* Delete as applicable]

EuropeAid/ 130125/M/SUP/GH Page 74 of 77

Page 75: MINISTRY OF FINANCE AND.doc

If this declaration is being completed by a consortium member:

The following table contains our financial data as included in the consortium’s tender form. These data are based on our annual audited accounts and our latest projections. Estimated figures (i.e., those not included in annual audited accounts) are given in italics. Figures in all columns have been provided on the same basis to allow a direct, year-on-year comparison to be made <except as explained in the footnote to the table>.

Financial data

2 years before

lastError:Referencesource not

found

Year before last

year

Last year

AverageError:

Reference

sourcenot

found

This year

Annual turnoverError: Reference source not found, excluding this contract

i Country in which the legal entity is registered.ii Add/delete additional lines for members as appropriate. Note that a subcontractor is not considered

to be a member for the purposes of this tender procedure. Subsequently, the data of the subcontractor must not appear in the data related to the economic, financial and professional capacity. If this tender is being submitted by an individual tenderer, the name of the tenderer should be entered as ' leader' (and all other lines should be deleted).

iii Natural persons have to prove their capacity in accordance with the selection criteria and by the appropriate means.

iv If this application is being submitted by a consortium, the data in the table above must be the sum of the data in the corresponding tables in the declarations provided by the consortium members – see point 7 of this tender form for a supply contract.

v Last year=last accounting year for entity.vi Amounts entered in the 'Average' column must be the mathematical average of the amounts entered

in the three preceding columns of the same row.vii The gross inflow of economic benefits (cash, receivables, other assets) arising from the ordinary

operating activities of the enterprise (such as sales of goods, sales of services, interest, royalties, and dividends) during the year.

viii Cash and cash equivalents comprise cash on hand and demand deposits, together with short-term, highly liquid investments that are readily convertible to a known amount of cash, and that are subject to an insignificant risk of changes in value. An investment normally meets the definition of a cash equivalent when it has a maturity of three months or less from the date of acquisition. Equity investments are normally excluded, unless they are in substance a cash equivalent (e.g. preferred shares acquired within three months of their specified redemption date). Bank overdrafts which are repayable on demand and which form an integral part of an enterprise's cash management are also included as a component of cash and cash equivalents.

ix Operating activities are the main revenue-producing activities of the enterprise that are not investing or financing activities, so operating cash flows include cash received from customers and cash paid to suppliers and employees. Investing activities are the acquisition and disposal of long-term assets and other investments that are not considered to be cash equivalents. Financing activities are activities that alter the equity capital and borrowing structure of the enterprise. Interest and dividends received and paid may be classified as operating, investing, or financing cash flows, provided that they are classified consistently from period to period. Cash flows arising from taxes on income are normally classified as operating, unless they can be specifically identified with financing or investing activities.

EuropeAid/ 130125/M/SUP/GH Page 75 of 77

Page 76: MINISTRY OF FINANCE AND.doc

Cash and cash equivalentsError: Reference source not found at beginning of year

Net cash from / (used in) operating, investing & financing activitiesError: Reference source not found excluding future contracts

Net forecast cash from/ (used in) future contracts, excluding this contract

Cash and cash equivalentsError: Reference source not found at end of year (i.e., the sum of the above three rows)

The following table contains our personnel statistics as included in the consortium’s tender form:

Average manpower

Previous year Last year This year

Overall Total for fields

related to this

contractError:

Referencesource

not found

Overall Total for fields

related to this

contractError:

Referencesource

not found

Overall Total for fields

related to this

contractError:

Referencesource not

found

Permanent staffError: Reference source not found

Other staffError: Reference source not found

Yours faithfully

xiv Add/delete additional lines and/or rows as appropriate. If this tender is being submitted by an individual legal entity, the name of the legal entity should be entered as 'Leader' (and all other columns should be deleted).

xv In the case of framework contracts (without contractual value), only specific contracts corresponding to assignments implemented under such framework contracts shall be considered.

xvi Amounts actually paid, without the effect of inflation.

EuropeAid/ 130125/M/SUP/GH Page 76 of 77

Page 77: MINISTRY OF FINANCE AND.doc

Name and first name: <[…………………………………………………………………>

Duly authorised to sign this tender on behalf of:

<………………………………………………………………………………………>

Place and date: <…………………………………………………………….…………>]

Stamp of the firm/company:

This tender includes the following annexes:

[Numbered list of annexes with titles]

x If this tender is being submitted by a consortium, the data in the table above must be the sum of the data in the corresponding tables in the declarations provided by the consortium members – see point 7 of this tender form for a supply contract.

xi Corresponding to the relevant specialisms identified in point 5 below.xii Staff directly employed by the Tenderer on a permanent basis (i.e., under indefinite contracts).

xiii Other staff not directly employed by the Tenderer on a permanent basis (i.e., under fixed-term contracts).

EuropeAid/ 130125/M/SUP/GH Page 77 of 77