Skip to main content

Corrigendum No: 1 to the Contract Notice: EuropeAid/140575/ID/WKS/GH

Subject: Construction of a Weigh Station at Tema Beach Road, Ghana

Location: Tema Beach Road, Ghana
 

The contract notice is corrected ormodified as follow:

PointNo 13:Information meeting and site visit

 

Instead of:

A mandatory information meeting will be held on 23 April 2020, 10:00 am (Ghana time) at the Boardroom of the Ghana Highway Authority. The site visit will follow from this meeting, on the same day.

 

The Contact Person is the Chief Executive, Mr N.D. Brown, or,the Axle Load Control Manager of the Ghana Highway Authority,Ing Ekua Dadzie, email: ekuaewuduwadadzie@gmail.com, Tel: 0245176858.

 

Read:

Due to the COVID-19 response, no information meeting at Ghana Highway Authority, nor a site meeting will be organised.

All references towards the mandatory information meeting and site meeting in the Instruction to Tenderers of Tender EuropeAid/140575/ID/WKS/GH are therefore null and void.

 

The Contact Person is the Chief Executive, Mr N.D. Brown, or,the Axle Load Control Manager of the Ghana Highway Authority,Ing Ekua Dadzie, email: ekuaewuduwadadzie@gmail.com, Tel: 0245176858.

 

Point No 16: Selection criteria

Instead of:

Financial data to be provided by the tenderer inrelation to the selection criteria must be expressed in EUR or GHS. If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuroexchange rate of the month and year corresponding to the deadline for submitting applications, which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html

 

Read:

If a tender is submitted by a consortium, unless specified, the selection criteria will be applied to the consortium as a whole.

The selection criteria for each tenderer are as follows:
 

1. Economic and financial capacity of candidate:
 

1.1 Average annual turnover of the tenderer in the past 3 years (2016-2018) must be at least GHS 5,000,000 (Five million Ghana Cedis), or equivalent in other currencies;
 

1.2 Access to sufficient credit and/or other financial facilities to cover the required cash flow forthe duration on the contract must exceed GHS 1,750,000 (One Million Seven Hundred and Fifty Thousand Ghana Cedis).
 

2. Technical and professional capacity of candidate:

2.1 It must have completed at least 1 project of the same nature/amount/complexity as the works concerned by the tender and implemented during the following period: 1 January 2010 to the date of submission deadline of this tender. The contracting authority reserves the right to ask for copies of certificates of final acceptance signed by the supervisors/contracting authority of the projects concerned.

 

This means that the project the tenderer refers to could have been started/implemented/completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period.


2.2 Project Engineer/Project Manager, at least 7 years of work experience in the role of project engineer/project manager, with a minimum education level of BsC Construction Engineering, Architecture or Civil Engineering, or comparable.
 

Tenders submitted by companies in partnerships forming a joint venture/consortium must also fulfil the following requirements:

  • The tender must include all the information required in 12.1 above for each member of the joint venture/consortium and summary data for execution of works by the tenderer.
     
  • The tender must be signed in a way that legally binds all members. One member must be appointed lead member and that appointment confirmed by submission of powers of attorney signed by legally empowered signatories representing all members. See Form 4.6.5 in Volume 1 and the tender form.
     
  • All members of the joint venture/consortium are bound to remain in the joint ven-ture/consortium for the whole execution period of the contract. See the declaration in the tender form.

 

Capacity-providing entities:

An economic operator may, where appropriate and for a particular contract, rely on the capacity of other entities, regardless of the legal nature of the links which it has with them. If the tenderer relies on other entities, it must prove to the contracting authority that it will have at its disposal the resources necessary to perform the contract by producing a commitment on the part of those entities to place 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 relying on them and must comply with the selection criteria for which the economic operator relies on them. 

 

Furthermore, the tender should include a separate document providing data on this third entity for the relevant selection criterion. Proof of capacity must be provided at the request of the contracting authority. 

 

With regard to technical and professional criteria, a tenderer may only rely on the capacities of other entities where the latter will perform the works for which these capacities are required.

 

With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.

 

Financial data to be provided by the tenderer in relation to the selection criteria must be expressed in EUR or GHS. If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of the month and year corresponding to the deadline for submitting applications, which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html

 

All other terms and conditions of the contract notice remain unchanged. The above alterations and/or corrections to the contract notice are integral part of the contract notice.

 

In the wake of the COVID-19 pandemic and as part of measures to ensure the safety of all our stakeholders,
you are kindly directed to e-mail your correspondence to the address below:
correspondence@mofep.gov.gh