
Adquisiciones y contrataciones en el ámbito de los proyectos del FIDA
Adquisiciones y contrataciones en el ámbito de los proyectos del FIDA
Las adquisiciones y contrataciones que se realizan para llevar a cabo los proyectos del FIDA incluyen las adquisiciones de bienes y la contratación de obras y servicios para ejecutar los proyectos financiados con los recursos del Fondo (préstamos y donaciones del FIDA). Los prestatarios/receptores de los préstamos y donaciones del FIDA son los que llevan a cabo estas actividades directamente.
En la revisión de las Condiciones Generales para la Financiación del Desarrollo Agrícola del FIDA de abril de 2009 se establece que: “La adquisición de bienes y la contratación de obras y servicios financiados con los recursos de la Financiación [del FIDA] se realizarán de conformidad con las disposiciones especificadas en las normas de adquisiciones y contratación del Prestatario/Receptor, en la medida en que éstas sean compatibles con las Directrices del FIDA para la adquisición de bienes y la contratación de obras y servicios. En cada Plan de Adquisiciones y Contratación se determinarán los procedimientos que el Prestatario/Receptor deberá aplicar para asegurar la compatibilidad con las Directrices del FIDA para la adquisición de bienes y la contratación de obras y servicios”. Con la adopción de este enfoque, el FIDA sigue los principios de la Declaración de París sobre la Eficacia de la Ayuda al Desarrollo y el Programa de Acción de Accra en lo que se refiere a la utilización de los sistemas nacionales existentes de adquisición y contratación.
Supervisión de las actividades de adquisición y contratación
El FIDA tiene la responsabilidad fiduciaria de supervisar las actividades de adquisición y contratación que llevan a cabo los prestatarios/receptores, lo que permite garantizar que esas actividades se realicen de forma correcta y eficiente y que la financiación que ofrece el Fondo se utilice adecuadamente para los fines previstos. La supervisión eficaz de las adquisiciones y contrataciones va estrechamente unida a la ejecución exitosa y oportuna de los proyectos y al logro de sus objetivos.
Se ha fortalecido la capacidad de supervisión de las adquisiciones y contrataciones del FIDA y se ha establecido un equipo para apoyar las actividades de adquisición y contratación en el ámbito de los proyectos en cada uno de los países en que opera el FIDA. Este equipo desempeña un papel fundamental en el cumplimiento de la función de supervisión de las adquisiciones y contrataciones en el ámbito de los proyectos del FIDA en todas las regiones.
El FIDA, en cooperación con las autoridades locales, trabaja con los prestatarios/receptores para proponer soluciones adecuadas a las necesidades de adquisiciones y contrataciones en el programa sobre oportunidades estratégicas nacionales (COSOP), en la elaboración de las notas sobre las estrategias en los países, así como en el diseño de los proyectos, y para dar apoyo al desarrollo de la capacidad y proporcionar asistencia técnica adaptada a las necesidades de los países.
El marco del FIDA para la adquisición y contratación en el ámbito de los proyectos tiene como fin maximizar la función estratégica encaminada a lograr la eficacia de las actividades de desarrollo al realizar lo siguiente:
- Modernizar las actividades de adquisición y contratación insistiendo en la importancia de la adecuación a los objetivos, el derecho a elegir y una mejor relación costo-calidad del gasto público, y al permitir la adaptación al contexto de los países.
- Promover sistemas nacionales reforzados en materia de adquisición y contratación que estén en condiciones de respaldar el logro de los objetivos de desarrollo sostenible.
- Promover el más alto grado de transparencia y rendición de cuentas en el gasto público a fin de garantizar que los recursos del FIDA lleguen a los beneficiarios de los proyectos de la manera más eficaz, eficiente y transparente posible.
Las oportunidades de adquisición de bienes, obras, servicios no relacionados con la consultoría y servicios de consultoría para proyectos se enumeran a continuación y en el sitio web de UN Development Business.
Anuncios de licitaciones
Programme for Rural Irrigation Development (PRIDE)
Malawi Government
MINISTRY OF AGRICULTURE
Department of Irrigation
Programme for Rural Irrigation Development (PRIDE)
INVITATION FOR BIDS
Country | Malawi |
Financing institution: | International Fund for Agricultural Development (IFAD) |
Loan/Credit/Grant Financing No.: | Grant No.: 2000001449 Loan No. : 2000001450 ASAP Grant No.: 2000001448 |
Sector: | Agriculture/Irrigation |
Project name: | Programme for Rural Irrigation Development (PRIDE) |
Project ID: | 1670-MW |
Employer: | Ministry of Agriculture |
Procurement type: | Works |
Title: | Construction of Wowo Irrigation Scheme in Phalombe District |
RFB No: | PRIDE/CW/SC/2021/04 |
Issued on: | 02nd March 2021 |
Deadline: | 16th April, 2021 at 2:00 pm Local time, (14:00 GMT) |
The Government of the Republic of Malawi through Ministry of Agriculture received financing from the International Fund for Agricultural Development (IFAD) towards the cost of the Programme for Rural Irrigation Development (PRIDE) and intends to apply part of the proceeds of those funds to cover the eligible payments under the contract for Construction of Wowo Irrigation Scheme in Phalombe District.
|
The Notice of Procurement | Procurement will be conducted through International Competitive Bidding (ICB) procedures for works in accordance to the rules governing the procurement process under IFAD Procurement Guidelines and Handbook, overarching law, regulations and is open to all eligible Bidders as defined in the IFAD Rules and Procedure for the Procurement of Works. The Government of Malawi now invites sealed bids from prospective bidders for the Construction of Wowo Irrigation Scheme in Phalombe District. The proposed Wowo Irrigation Scheme lies about 3.3 km East of the all-weather tertiary road Muloza-Chiringa (T415) on the Eastern border of the Mulanje Massif. The intended works for Wowo Irrigation Scheme proposes the climate resilient irrigation development on a net irrigable area of 310ha. The command area will be developed along the North Bank of Sombani River, which will serve as the water resource of the scheme, through the construction of an intake weir. The technical design includes the supply from the Sombani River through an intake structure that will be constructed adjacent to the existing weir, located at the left river bank and the conveyance of water through a HDPE DN630 pipe into a main conveyance canal, which will either supply the scheme distribution system, or supply concrete rectangular branch canals, or fill the two irrigation water storage reservoirs. A complete network of scheme access and service roads has been designed, to allow for the transportation of people and goods. Moreover, a complete flood protection and drainage network has been designed, including drainage canals, ditches and a box culvert.
The Instructions to Bidders and General Conditions of Contract contained in the bidding documents comply with the Fund’s Standard Bidding Documents for the Procurement of Works and the expected duration for the works contract is 12 months.
The Procuring Entity shall conduct a compulsory Site Visit on Thursday, 11th March 2021 from 09:00am Local Time and the starting point shall be from Water Development Offices at Migowi in Phalombe District.
The Procuring Entity shall conduct a compulsory Pre-bid Conference on Friday, 12th March 2021 from 9:00am Local Time at Ryalls Hotel in Blantyre, Malawi.
Bidders MUST be registered with the National Construction Industry Council of Malawi in the Civil Engineering Unlimited Category.
A complete set of Bidding Documents in English will be purchased by interested bidders at the address indicated below and upon payment of a non-refundable fee of |
MK50,000 (Fifty Thousand Malawi Kwacha) or its equivalent in a freely convertible currency: Programme for Rural Irrigation Development (PRIDE) Off Chilambula Road Next to Roads Authority Lilongwe, Malawi The time of purchasing the Bidding Documents will be from 08.00 - 12.00 hours and 13.00 - 16.00 hours local time every Monday to Friday, except national public holidays and the method of payment during purchase will be cash.
The address for issuing and clarification of bids is: Project Coordinator Programme for Rural Irrigation Development (PRIDE) P.O Box 30797 Lilongwe 3, Malawi
Telephone: +265 999 477 156; +265 888 586 620; +265 999 471 544 Email: ifadpridemanager@gmail.com
Bids must be addressed to: The Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture P.O Box 30797 Lilongwe 3, Malawi
Sealed Bids must be submitted at the following address on or before Friday, 16th April, 2021 at 14:00 hours local time and any bid submitted later than the time stated shall be rejected: Department of Irrigation Off Chilambula Road Next to Poisons Board and Malawi Revenue Authority (MRA) P.O Box 30797 Lilongwe 3, Malawi
Bids shall be valid for a period of One Hundred Twenty (120) days after bid opening and must be accompanied by a Bid Security from a Commercial Bank of USD60,000 (Sixty Thousand United States Dollars) or its equivalent in a freely convertible currency.
Bids shall be opened on Friday, 16th April, 2021 at 14:00 hours local time at: |
Department of Irrigation (Conference Room) Off Chilambula Road Next to Poisons Board and Malawi Revenue Authority (MRA) Lilongwe, Malawi
Signed Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture
|
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Construction of Lingoni Irrigation Scheme in Machinga District
Malawi Government
MINISTRY OF AGRICULTURE
Department of Irrigation
Programme for Rural Irrigation Development (PRIDE)
INVITATION FOR BIDS
Country | Malawi |
Financing institution: | International Fund for Agricultural Development (IFAD) |
Loan/Credit/Grant Financing No.: | Grant No.: 2000001449 Loan No. : 2000001450 ASAP Grant No.: 2000001448 |
Sector: | Agriculture/Irrigation |
Project name: | Programme for Rural Irrigation Development (PRIDE) |
Project ID: | 1670-MW |
Employer: | Ministry of Agriculture |
Procurement type: | Works |
Title: | Construction of Lingoni Irrigation Scheme in Machinga District |
RFB No: | PRIDE/CW/SC/2021/03 |
Issued on: | 02nd March 2021 |
Deadline: | 16th April, 2021 at 2:00 pm Local time, (14:00 GMT) |
The Government of the Republic of Malawi through Ministry of Agriculture received financing from the International Fund for Agricultural Development (IFAD) towards the cost of the Programme for Rural Irrigation Development (PRIDE) and intends to apply part of the proceeds of those funds to cover the eligible payments under the contract for Construction of Lingoni Irrigation Scheme in Machinga District.
|
The Notice of Procurement | Procurement will be conducted through International Competitive Bidding (ICB) procedures for works in accordance to the rules governing the procurement process under IFAD Procurement Guidelines and Handbook, overarching law, regulations and is open to all eligible Bidders as defined in the IFAD Rules and Procedure for the Procurement of Works. The Government of Malawi now invites sealed bids from prospective bidders for the Construction of Lingoni Irrigation Scheme in Machinga District. The proposed Lingoni Irrigation Scheme is situated in Machinga District, Southwest of Chikala Hills; about 16.5km East-Southeast of Machinga town and 6.5km East of M3 road. The scheme works proposes the climate resilient irrigation development of a net irrigable area of 183ha, supplied by a gravity conveyance system that will abstract water from Lingoni River. The technical design includes the supply from the Lingoni River through an intake structure that will be constructed adjacent to the existing weir, located at the left riverbank and the conveyance of water through HDPE pipe into a main rectangular conveyance canal. The main canal will then either supply the scheme distribution system of HDPE pipes or fill the two earthen water storage reservoirs. A complete network of scheme access and service roads has also been designed, to allow for the transportation of people and goods. Moreover, a complete flood protection and drainage network has been designed, including earthen trapezoidal drains, drain crossings under road and canal, pipe culverts and box culverts.
The Instructions to Bidders and General Conditions of Contract contained in the bidding documents comply with the Fund’s Standard Bidding Documents for the Procurement of Works and the expected duration for the works contract is 12 months.
The Procuring Entity shall conduct a compulsory Site Visit on Wednesday, 10th March 2021 from 09:00am Local Time and the starting point shall be from Namwera Turn-off along the Zomba-Liwonde Road.
The Procuring Entity shall conduct a compulsory Pre-bid Conference on Friday, 12th March 2021 from 9:00am Local Time at Ryalls Hotel in Blantyre, Malawi.
Bidders MUST be registered with the National Construction Industry Council of Malawi in the Civil Engineering Unlimited Category.
A complete set of Bidding Documents in English will be purchased by interested bidders at the address indicated below and upon payment of a non-refundable fee of MK50,000 (Fifty Thousand Malawi Kwacha) or its |
equivalent in a freely convertible currency: Programme for Rural Irrigation Development (PRIDE) Off Chilambula Road Next to Roads Authority Lilongwe, Malawi The time of purchasing the Bidding Documents will be from 08.00 - 12.00 hours and 13.00 - 16.00 hours local time every Monday to Friday, except national public holidays and the method of payment during purchase will be cash.
The address for issuing and clarification of bids is: Project Coordinator Programme for Rural Irrigation Development (PRIDE) P.O Box 30797 Lilongwe 3, Malawi
Telephone: +265 999 477 156; +265 888 586 620; +265 999 471 544 Email: ifadpridemanager@gmail.com
Bids must be addressed to: The Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture P.O Box 30797 Lilongwe 3 Malawi
Sealed Bids must be submitted at the following address on or before Friday, 16th April, 2021 at 14:00 hours local time and any bid submitted later than the time stated shall be rejected: Department of Irrigation Off Chilambula Road Next to Poisons Board and Malawi Revenue Authority (MRA) P.O Box 30797 Lilongwe 3, Malawi
Bids shall be valid for a period of One Hundred Twenty (120) days after bid opening and must be accompanied by a Bid Security from a Commercial Bank of USD60,000 (Sixty Thousand United States Dollars) or its equivalent in a freely convertible currency.
Bids shall be opened on Friday, 16th April, 2021 at 14:00 hours local time at: |
Department of Irrigation (Conference Room) Off Chilambula Road Next to Poisons Board and Malawi Revenue Authority (MRA) Lilongwe, Malawi
Signed Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture
|
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
APPEL À MANIFESTATION D'INTÉRÊT POUR SELECTIONNER UN CABINET INTERNATIONAL EN VUE DE LA REALISATION DE L’AUDIT COMPTABLE ET FINANCIER ANNUEL
Le République Démocratique de Sao Tomé et Principe a obtenu un financement du Fonds international de développement agricole (FIDA) afin de cofinancer le Projet d’appui à la Commercialisation, Productivité Agricole et nutrition (COMPRAN) et a l’intention d’utiliser une partie de ce financement pour effectuer les paiements au titre du contrat relatif à l’ « Audit comptable et financier annuel du Projet COMPRAN pour l’exercice du 1er janvier au 31 décembre 2020 »
Le projet COMPRAN vise à améliorer durablement les revenus et la sécurité alimentaire et nutritionnelle des petits producteurs, en particulier des femmes et des jeunes. Avec un double positionnement sur la croissance économique agro-rurale et la promotion d’une agriculture sensible à la sécurité alimentaire et à la nutrition, deux effets complémentaires sont attendus : (i) la valeur ajoutée générée par les filières est augmentée ; (ii) la productivité et la résilience des systèmes de production dans les filières sont améliorées.
L’audit des états financiers du COMPRAN a pour objectif de permettre à l’auditeur externe d’exprimer une opinion sur la situation financière du Projet en, indiquant si les états financiers (y compris les informations supplémentaires mentionnées à la section 5) présentent fidèlement, à tous égards importants, la situation financière du COMPRAN au 31/12/2020 et 31/12/2021, respectivement, et/ou les résultats de ses opérations et ses flux de trésorerie pour l’exercice clos à cette date, conformément aux Système comptable OCAM en vigueur dans la République démocratique de São Tomé et Príncipe. L'audit sera réalisé en deux phases : 1ère arrêtée à la fin de l’exercice 2020 (1er janvier 2020 au 31 décembre 2020) et une 2ème phase ou audit pour l’exercice 2021 (1er janvier 2021 au 31 décembre 2021), en cas d'évaluation positive de la performance de l'audit de 2020. L’audit sera réalisé conformément aux normes internationales généralement admises en matière d’audit (ISA) telles que définies par la « International Federation of Accountants » (IFAC) et conformément aux directives du FIDA, et comprendra les vérifications et analyses que l’auditeur jugera nécessaires à la lumière des circonstances.
Le Projet d’appui à la commercialisation, Productivité Agricole et nutrition (COMPRAN) invite les candidats admissibles (Firmes) à manifester leur intérêt à fournir les services décrits ci-dessus. Les consultants intéressés doivent produire les informations sur leur capacité et expérience démontrant qu’ils sont qualifiés pour les prestations (documentation, référence de prestations similaires, expérience dans des missions comparables, disponibilité de personnel qualifié, etc.).
Le bureau d’étude doit avoir de l’expérience dans la réalisation d’audit des états financiers des programmes multi bailleurs. Il doit disposer au moins du personnel clé suivant :
- Auditeur associé :
L’auditeur associé doit avoir :
- une formation supérieure dans le domaine comptable et financier, sanctionné par un diplôme de niveau BACC+5 minimum
- un titre d’Expert-comptable et Associé d’un cabinet d’audit depuis au moins 5 ans,
- au moins Quinze (15) années d’expériences dans le domaine de la gestion comptable et l’audit en tant que manager,
- une pratique dans l’audit des Comptes des Programmes financés par des bailleurs de fonds internationaux.
- Chef de mission (Présence sur terrain exigée au minimum 10 jours) :
Le chef de mission doit avoir :
- une formation supérieure dans le domaine comptable et financier, sanctionnée par un diplôme de niveau BACC + 5 minimum,
- un titre d’Expert-comptable, ayant au moins dix (10) années d’expériences dans le domaine de la gestion comptable et d’audit ;
- une pratique dans l’audit des Comptes des Programmes financés par des bailleurs de fonds internationaux en tant que responsable de mission ;
- une bonne connaissance des systèmes de gestion financière informatisée et les logiciels de comptabilité générale, analytique, budgétaire et financière et de gestion de Programme ;
- il devra maîtriser la langue française et être déjà intervenu sur le Continent Africain et, si possible, à Sao Tomé
- Un (1) Auditeur confirmé et un (1) Auditeur assistant :
Le(s) auditeur(s) doit (doivent) avoir :
- une formation approfondie dans le domaine comptable et financier, sanctionnée par un diplôme de niveau BACC + 4 minimum ;
- une bonne connaissance des systèmes de gestion financière informatisée et des logiciels de comptabilité générale, analytique, budgétaire et financière et de gestion de Programme ;
- au moins cinq (5) années d’expériences en audit pour les auditeurs confirmés et de trois (3) ans pour les auditeurs assistants ;
- une pratique dans l’audit des comptes des Programmes financés par les institutions financières internationales ;
- une bonne utilisation des outils informatiques et des logiciels de gestion de base des données et maîtrise parfaite de la langue française.
- Un Spécialiste en Passation des marchés,
- une formation Bac+4 en droit, ingénierie, économie
- au moins 3 ans d’expérience pertinente dans l’audit de la passation des projets financés par les partenaires financiers
- une bonne utilisation des outils informatiques et des logiciels de gestion de base des données et maîtrise parfaite de la langue française.
Les manifestations d’intérêts doivent obligatoirement comporter les CV du personnel clé ci-dessus.
Toute demande d'éclaircissement concernant cette déclaration d'intérêt doit être envoyée par courrier électronique à l'adresse ci- après :
Attention de : Coordinatrice de COMPRAN
Rue : Penha, Mercado de Penha, S. Tomé
Étage/ numéro de bureau : Projecto de Apoio à Comercialização, Produtividade, Agrícola e Nutrição / COMPRAN – 1er étage
Ville : São Tomé
Code postal : 696
Pays : São Tomé et Principe
Numéro de téléphone : +239 2226495, Móvel:/ WhatsApp 9903945
Adresse électronique : carmindaviegas@compranstp.org/ arosa@compranstp.org/ jfreitas@compranstp.org/ info@compranstp.org
Au plus tard le 05 mars 2021 à 15 :00 heures. Le client répondra à toutes les demandes d'éclaircissement avant le 05 mars 2021.
Les manifestations d'intérêt doivent être envoyées par écrit à l'adresse ci-dessous par courrier électronique sous forme de lettre de manifestation d’intérêt accompagnée des documents contenant les informations sur leur capacité et expérience démontrant qu’ils sont qualifiés pour les prestations (documentation, référence de prestations similaires, expérience dans des missions comparables, disponibilité de personnel qualifié, etc.) au plus tard le 10 mars 2021 à 15:00 heures et ouverture 15 :15 heures
Projecto de Apoio à Comercialização, Produtividade, Agrícola e Nutrição / COMPRAN – 1er étage
Attention de : Coordinatrice do COMPRAN
Rue : Penha, Mercado de Penha, S. Tomé
Étage/ numéro de bureau : Projecto de Apoio à Comercialização, Produtividade, Agrícola e Nutrição / COMPRAN – 1er étage
Ville : São Tomé
Code postal : 696
Pays : São Tomé et Principe
Numéro de téléphone : +239 2226495, Móvel:/ WhatsApp 9903945
Adresse électronique : carmindaviegas@compranstp.org/ arosa@compranstp.org/ jfreitas@compranstp.org / info@compranstp.org
Les firmes intéressées peuvent obtenir des informations supplémentaires à l'adresse mentionnée ci-dessous aux heures d’ouverture de bureaux suivantes: 08h00 à 17h00 heures locale de São Tomé et Principe.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of Vaccine against Brucellosis melitensis (REV-1), trivalent vaccine against FMD and Anthelmintic for Control of Echinococcosis in dogs
Invitation for Bids (IFB)
The Kyrgyz Republic
Access to Markets Project
Procurement of Vaccine against Brucellosis melitensis (REV-1),
trivalent vaccine against FMD and Anthelmintic for Control of Echinococcosis in dogs.
Source of Funding: IFAD Loan #2000001757; DSF Grant#2000001756
Contract Number – ATMP\SIVPSS\Brucellosis&FMD Vaccines&Anthelmintic\ICB-07\21
- This invitation for bids follows the General procurement notice for this project that appeared in Development Business, dated December 06, 2018.
- The Kyrgyz Republic has received a Loan and Grant from the International Fund of Agricultural Development toward the cost of «Access to Markets Project», and it intends to apply part of the proceeds of these Loan and Grant to payments under the Contract # ATMP\SIVPSS\Brucellosis& FMD Vaccines&Anthelmintic\ICB-07\21.
- The Agricultural Project Implementation Unit, the Ministry of Agriculture, Food Industry and Melioration of the Kyrgyz Republic now invites sealed bids from eligible and qualified bidders for supply of Vaccine against Brucellosis melitensis (REV-1), trivalent vaccine against FMD and Anthelmintic for Control of Echinococcosis in dogs. There are 3 separate lots in the Bidding documents and bidders can bid for any one or all lots:
Lot #1 - Vaccine against Brucellosis melitensis (REV-1) – 1 800 000 doses;
Lot #2 - Trivalent vaccine against FMD – 2 000 000 doses;
Lot #3 - Anthelmintic for Control of Echinococcosis in dogs – 3 000 000 tablets;
- Bidding will be conducted through the International Competitive Bidding (ICB) procedures specified in the International Fund for Agricultural Development’s Guidelines: IFAD Procurement Guideline, and is open to all bidders from Eligible Source Countries as defined in the Guidelines.
- Interested eligible bidders may obtain further information from Agricultural Project Implementation Unit and inspect the Bidding Documents at the address given below from 09.00 to 17.00 (local time).
- Qualifications requirements include: The average annual turnover of the bidder for any of the last three years has to be not less than: Lot #1 - USD 150 000 (one hundred and fifty thousand); Lot #2 - USD 830 000 (eight hundred and thirty thousand); Lot #3 - USD 190 000 (one hundred and ninety thousand); The supplier must have successful performing at least two contracts of supply of the similar goods for the last five years; and The annual production capacity of the original manufacturer for the last three years has to be not less than 4 000 000 doses (four million) for Lot #1 and 8 000 000 doses (eight million) for Lot #2 and 6 000 000 tablets (six million) for Lot #3.
Additional details are provided in the Bidding Documents.
- A complete set of Bidding Documents in English may be purchased by interested bidders on the submission of a written Application to the address below and upon payment of a non refundable fee of KGS 2 550 or equivalent in USD 30 by transferring of fee to APIU following account:
Bank:
Project: "Access to Markets Project" (ATMP).
Beneficiary: ATMP Tender Account APIU (USD)
“JSC RSK BANK” Bishkek, Kyrgyzstan, Bishkek, 38a M. Gvardia str.
- Account (USD): 1299004220000678; BIC: 129001;
SWIFT: SESVKG22.
- Account (KGS): 1299004220000880 BIC: 129001.
Corresponding Bank:
VTB BANK (PJSC), Moscow Russia
SWIFT: VTBRRUMM
Account: 30 111 840 9 5555 0000 142
Intermediary Bank of VTB BANK: CitiBank NA, New York, USA
Аccount: 36208997
SWIFT: CITIUS33
The document will be sent by e-mail (PDF format) or airmail for overseas delivery and surface mail or courier for local delivery.
- Bids must be delivered to the address stated below at or before 16:00 (Local time) April 9, 2021. Electronic bidding will not be permitted. Late bids will be rejected. Bids will be opened in the presence of the bidders’ representatives who choose to attend in person at the address below at 16:05 on April 09, 2021. All bids must be accompanied by a Bid Security Bank Guarantee not less than 2 (two) % equivalent of total proposed bid amount in US or an equivalent amount in a freely convertible currency.
- The address referred to above is:
Agricultural Projects Implementation Unit
of the Ministry of Agriculture, Food Industry and Melioration of the Kyrgyz Republic,
96a Kievskaia Str., office 511
720040 Bishkek, the Kyrgyz Republic
Tel: +996 312 97 59 74;
Attention: Tamchybek Tuleev, APIU Director
Email: office@apiu.kg; procurement@apiu.kg
- Attention of interested Bidders is drawn to IFAD’s IFAD’s Policy on Preventing Fraud and Corruption in its Activities and Operations available at www.ifad.org/en/documentdetail/asset/40738506. IFAD’s Anti-corruption Hotline is as follows:
Office of Audit and Oversight (AUO)
Investigation Section (IS)
Via Paolo di Dono 44
00142 Rome, Italy
Email: anticorruption@ifad.org Phone: +39 0654592888 Fax: +39 0654597888:
- Attention of interested Bidders is drawn to IFAD’s Policy to Preventing and Responding to Sexual Harassment, Sexual Exploitation and Abuse available at www.ifad.org/anticorruption_policy. IFAD’s Ethics Hotline is as follows:
Ethics Office (ETH)
Via Paolo di Dono 44
00142 Rome, Italy
Email: ethicsoffice@ifad.org
Phone: +39 06 5459 2525 https://www.ifad.org/en/ethics
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
PROCUREMENT OF ASSORTED SEEDS
PROJECT MANAGEMENT UNIT
AGRICULTURE VALUE CHAIN DEVELOPMENT PROJECT
MINISTRY OF AGRICULTURE AND FORESTRY
INVITATION FOR BIDS
PROCUREMENT OF ASSORTED SEEDS
Date of issue: 25th February, 2021
Procurement No: RPSF/ICB/G/1/1/20
The Government of Sierra Leone has received funding from the International Fund for Agriculture Development (IFAD) to finance the Agriculture Value Chain Development Project (AVDP). The Government intends to apply part of the proceeds of the funding to eligible payments under the contract for the Procurement of assorted seeds
The Project Management Unit of the AVDP, Ministry of Agriculture and Forestry now invites sealed bids from eligible bidders for the supply of the undermentioned items divided into Two Lots:
LOT NO | LOT DESCRIPTION | SEEDS | VARIETIES | QUANTITY | DELIVERY PERIOD |
1
| Supply and Delivery of assorted vegetable seeds | Bulb onion | Early Texas | 650Kg | Four Weeks |
Red Creole | 650Kg | ||||
Spring onions | Variety: Spring White Lisbon | 20kg | |||
Hot pepper
| Variety: Cayenne Long Slim | 12kg | |||
Okra
| Variety: Ladies Finger and Clemson Spineless | 18kg | |||
Cucumber | Variety: Ashley, Marketmore, Beth Alpha | 6kg | |||
African eggplant (jakato) | Variety: Gueleward | 2kg | |||
Garden eggs | Black Beauty Variety or Long Purple | 2kg | |||
krain krain: | Local Variety
| 10kg | |||
Sorrel
| Local Variety | 10kg | |||
Greens | Local Variety | 10kg | |||
2 | Supply and Delivery of groundnut seeds | Groundnut (Unshelled)
| Maries and JL- 24
| 2,500kg |
Bidders can quote for and be awarded one or more lots
Bidding will be conducted through International Competitive Bidding (ICB) procedures specified in the IFAD Procurement Handbook and IFAD Procurement Guidelines.
Interested bidders may obtain further information from the AVDP PMU on avdppmu@gmail.com.
Bidders interested in receiving the Bidding Document and submitting Bids should register their interest by sending email (with subject: Request for Bidding Document for the Procurement of Assorted Seeds on avdppmu@gmail.com ; giving full contact details of the Company. This will ensure that Bidders receive the Document for free.
Bids should be delivered electronically to the PMU via the following link on or before: 7th April, 2021 at 12:00 GMT. Link: http://bit.ly/3bDiFfI
Documents with electronic signature are acceptable.
All Bids must include:
Applicable to Local Bidders
- Certificate of Incorporation/Registration
- Copy of valid NASSIT Clearance Certificate
- Copy of valid NRA Tax Clearance Certificate
- Copy of valid Local Council Certificate
- Copy of Valid Sierra Leone Seed Certification Agency (SLeSCA) Certificate
- Bid security in the form of a Bank Guarantee. The amount and currency of the Bid Security shall be minimum of: a) Lot 1= Le70,000,000 and b) Lot2 = Le30,000,000. Bid Security from Community and Village Banks and Bid Bond from Insurance Companies are not acceptable. Bid Security amount shall be expressed in lots.
Applicable to International Bidders
- Certificate of Incorporation/Registration
- Copy of valid Tax Clearance Certificate
- Manufacturer’s Authorization
- Bid security in the form of a Bank Guarantee. The minimum amount and currency of the Bid Security shall be: a) Lot 1 = US$7,000 and b) Lot 2= $3,000 or the equivalent in the bidder’s national currency. Bid Bond from Insurance Companies are not acceptable. Bid Security amount shall be expressed in lots.
There will be a virtual bid opening via ZOOM on 7th April, 2021 at 12:30 GMT.
Link to join Bid Opening: http://bit.ly/3pTbKEq
For any further clarification, please contact the above email address
Signed:
Project Manager
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
UPDATE - REOI - International Project Management Advisor (1 Position)
Request for Expression of Interest
Recruitment: International Project Management Advisor (1 Position)
The Royal Government of Cambodia has received funding from the International Fund for Agricultural Development (IFAD) and the European Investment Bank (EIB) in the form of a loan to implement the Sustainable Assets for Agriculture Markets, Business and Trade (SAAMBAT) project. The total project cost is approximately US$ 140 million to be financed by a loan of US$ 53.2 million and grant of US$ 1.2 million from International Fund for Agriculture Development (IFAD), a loan of EUR 51.5 million from European Investment Bank (EIB), RGC financing of US$ 11.3 million from domestic resources and a proposed grant of up to EUR 15 million from European Union (EU).The Objective of SAAMBAT is to “Sustainably increase productivity of youth, enterprises and the rural economy” which in turn contributes to the Goal of “Reduce Poverty and Enhance Food Security.” SAAMBAT is implemented through two Components: (1) Value Chain Infrastructure; and (2) Skills, Technology and Enterprise. These components are designed to deliver two key Outcomes: (1) Poor rural people’s benefits from market participation increased; and (2) Poor rural people’s productive capacities increased.
Key Responsibilities:
- Implementation supervision and coordination
- Support the overall management, facilitation, and supervision of project implementation in cooperation with the PD and in building a strategic partnership between the EA/IAs;
- Ensure full and effective integration of Output 1 and 2 activities in coordination with the Project Managers (PMs) and their respective PIUs to deliver the project results through the regular joint monthly/quarterly coordination meetings;
- Coordinate, supervise selection/hiring of competent key project personnel including preparing Terms of Reference for long-term and short-term staff when needed;
- Manage the Project Implementation Manual, including strategies and guidelines covering all operations and procedures, as a living document, including being fully familiar with contents, advising on interpretation and recommending / drafting amendments where needed;
- Support the PDs and PMs in facilitating the preparation of the Annual Work Plans and Budget (AWPB) during Q4 of each year for timely submission to the financiers for approval;
- Monitors implementation of the AWPB and takes effective action in case that the project is not on track to meet its workplan targets;
- Monitor work of short-term consultants to ensure that assignment objectives are met;
- Coordinate all IFAD, EIB and EU supervision and implementation missions to assess project progress and ensure timely submission of integrated annual work plans and budgets for approval; and
- Advise PMU in building and implementing a strategic partnership between all stakeholders under SAAMBAT.
- Financial management and procurement
- Provide overall guidance and support to PMU in establishing accounts and accounting procedures, financial management procedures and ensuring effective management of procurement, disbursement, and funds replenishment operations in accordance with prescribed procedures;
- Guide the Finance Specialists of the PMU and PIUs in achieving effective financial management, procurement and monitoring of project expenditure against the agreed budget;
- Guide the Procurement Specialist of the PMU to ensure that the project Procurement Plan is regularly updated and that procurement activities remain on track; and
- Support the PIUs in the preparation of regular financial progress reports and achieving sound budget management and ensuring that project expenditure remains within the global and annual work plans.
- Monitoring and reporting
- Guide the M&E specialist of the PMU to develop an effective Management Information System (MIS) to monitor physical progress against the annual work plans and the overall targets in the project logframe;
- Supervise and monitor all project activities and ensure timely reporting on project performance and impact to MRD, MEF, IFAD, EIB, EU;
- Prepare consolidated six-month and annual progress reports to report on physical and financial progress of the project including the identification and resolution of issues arising;
- Prepare updated project implementation schedules based upon physical progress achieved; and
- Ensure submission in a timely manner of all reports to RGC, IFAD, EIB and EU.
Detailed Terms of Reference is available via email to: mrd.saambat@gmail.com with cc: chreaypom@gmail.com and rinkimkhem@gmail.com .
Interested candidates shall submit CV including a cover letter, by or before 17th March 2021 at 3:00PM (Cambodia Time) to H.E. Chreay Pom, Project Director, Sustainable Assets for Agricultural Markets, Business and Trade (SAAMBAT) Project, Ministry of Rural Development, Street 169 corner Federation Russian Blvd, Phnom Penh, Cambodia.
Tel: (+855) 95 991 456.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Construction of Matoponi Irrigation Scheme in Zomba District
Malawi Government
MINISTRY OF AGRICULTURE
Department of Irrigation
INVITATION FOR BIDS
Country | Malawi |
Financing institution: | International Fund for Agricultural Development |
Loan/Credit/Grant Financing No.: | Grant No.: 2000001449 Loan No. : 2000001450 ASAP Grant No.: 2000001448 |
Sector: | Agriculture/Irrigation |
Project name: | Programme for Rural Irrigation Development (PRIDE) |
Project ID: | 1670-MW |
Employer: | Ministry of Agriculture |
Procurement type: | Works |
Title: | Construction of Matoponi Irrigation Scheme in Zomba District |
RFB No: | PRIDE/CW/SC/2020/02 |
Issued on: | 21st January 2021 |
Deadline: | 09th March, 2021 at 2:00 pm Local time, (14:00 GMT) |
The Notice of Procurement |
|
|
Department of Irrigation Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA) Lilongwe, Malawi
Project Coordinator Programme for Rural Irrigation Development (PRIDE) P.O Box 30797 Lilongwe 3 Malawi Telephone: +265 991 587 259; +265 888 586 620; +265 999 471 544 Email: ifadpridemanager@gmail.com
The Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture P.O Box 30797 Lilongwe 3 Malawi
Department of Irrigation Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA) P.O Box 30797 Lilongwe 3, Malawi.
Department of Irrigation (Conference Room), Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA), Lilongwe, Malawi.
Signed Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture
|
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
LANCEMENT D'APPEL D'OFFRE POUR L'ACQUISITION DE CINQ (05) VEHICULES 4X4 PICK UP DOUBLE CABINE ET TROIS (3) MOTOS TOUT TERRAIN
- Le Gouvernement de Sao Tomé et Principe a reçu un financement du Fonds international de développement agricole (FIDA) pour financer le Projet d’Appui à la Commercialisation, Productivité Agricole et Nutrition (COMPRAN), et a l'intention d’utiliser une partie du financement pour l'achat des biens décrits au paragraphe 3 de cette lettre d’invitation. Le recours à tout financement du FIDA est soumis à l'approbation du FIDA, conformément aux termes et conditions de l'accord de financement, ainsi qu'aux règles, politiques et procédures du FIDA. Le FIDA et ses fonctionnaires, agents et employés seront tenus à l'écart de toutes poursuites, poursuites, réclamations, demandes, pertes et responsabilités de toute nature ou de toute nature intentée par une partie en rapport avec le projet COMPRAN.
- Le Projet d’Appui à la Commercialisation, Productivité Agricole et Nutrition (COMPRAN) vise à améliorer durablement les revenus et la sécurité alimentaire et nutritionnelle des petits producteurs, en particulier des femmes et des jeunes. Avec un double positionnement sur la croissance économique agro-rurale et la promotion d’une agriculture sensible à la sécurité alimentaire et à la nutrition, deux effets complémentaires sont attendus, notamment : (i) la valeur ajoutée générée par les filières est augmentée ; (ii) la productivité et la résilience des systèmes de production dans les filières sont améliorées.
- L'acheteur lance un appel d'offres international (AOI) aux entités éligibles («soumissionnaires») pour la fourniture de :
Lot 1- Cinq (5) véhicules 4x4 Pick up double cabine avec une période de livraison inférieur à de 90 jours
Lot 2- Deux (2) motos tout terrain avec une période de livraison inférieur à 90 jours
Les détails sur ces biens et services connexes sont fournis dans le cahier des charges du présent document d'appel d'offres disponible sous demande à l'adresse électronique: info@compranstp.org
- Cet AOI est ouvert à tous les soumissionnaires éligibles qui souhaitent y répondre. Sous réserve des restrictions indiquées dans le dossier d'appel d'offres, les entités éligibles peuvent s'associer à d'autres soumissionnaires pour améliorer leur capacité à livrer avec succès les biens et les services connexes.
- Les biens et services connexes, ainsi que le marché devant être attribué, sont répartis en lots suivants:
Lot 1-Fourniture de cinq (5) véhicules 4x4 Pick up double cabine
Lot 2- Fourniture de Deux (2) motos tout terrain
- L'appel d'offres se déroulera selon la méthode de l'appel d'offres international (AOI), dont la procédure d'évaluation est décrite dans le présent document d'appel d'offres, conformément au manuel de passation des marchés du FIDA disponible sur le site Web du FIDA : https://www.ifad.org/en/document-detail/asset/39501121. Le processus AOI, tel que décrit, comprendra un examen et une vérification des qualifications et des performances passées, y compris une vérification des références, avant l'attribution du contrat.
- Les offres doivent être livrées à l'adresse ci-dessous et de la manière spécifiée dans les IS/DPAO au plus tard le 15 mars 2021 à 15:00 heure locale.
Attention de : Carminda Viegas / Coordenadora do COMPRAN
Rue : Penha, Mercado de Penha, S. Tomé
Étage/ numéro de bureau : Projecto de Apoio à Comercialização, Produtividade, Agrícola e Nutrição / COMPRAN – 1er étage
Ville : São Tomé
Code postal : 696
Pays : São Tomé et Principe
Numéro de téléphone : +239 2226495
Adresse électronique : info@compranstp.org; carmindaviegas@compranstp.org; arosa@compranstp.org
Les soumissionnaires doivent savoir que les offres tardives ne seront en aucun cas acceptées et seront retournées sans avoir été ouvertes au soumissionnaire. Toutes les offres doivent être accompagnées d'une garantie de soumission de la manière et du montant spécifiés dans la fiche de données de soumission.
- Veuillez noter que les soumissions électroniques ne sont pas acceptées tel que défini dans les IS/DPAO 25.
- Les offres seront ouvertes en présence des soumissionnaires ou représentants, qui choisissent de participer à l'adresse : Mercado de Penha, COMPRAN - S. Tomé le 15 Mars 2021 à 15heure:15 minutes heure locale.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Construction of Matoponi Irrigation Scheme in Zomba District
MINISTRY OF AGRICULTURE
Department of Irrigation
INVITATION FOR BIDS
Country | Malawi |
Financing institution: | International Fund for Agricultural Development |
Loan/Credit/Grant Financing No.: | Grant No.: 2000001449 Loan No. : 2000001450 ASAP Grant No.: 2000001448 |
Sector: | Agriculture/Irrigation |
Project name: | Programme for Rural Irrigation Development (PRIDE) |
Project ID: | 1670-MW |
Employer: | Ministry of Agriculture |
Procurement type: | Works |
Title: | Construction of Matoponi Irrigation Scheme in Zomba District |
RFB No: | PRIDE/CW/SC/2020/01 |
Issued on: | 21st January 2021 |
Deadline: | 09th March, 2021 at 2:00 pm Local time, (14:00 GMT) |
The Notice of Procurement |
|
|
Department of Irrigation Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA) Lilongwe, Malawi
Project Coordinator Programme for Rural Irrigation Development (PRIDE) P.O Box 30797 Lilongwe 3 Malawi Telephone: +265 991 587 259; +265 888 586 620; +265 999 471 544 Email: ifadpridemanager@gmail.com
The Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture P.O Box 30797 Lilongwe 3 Malawi
Department of Irrigation Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA) P.O Box 30797 Lilongwe 3, Malawi.
Department of Irrigation (Conference Room), Off Chilambura Road, Next to Poisons Board and Malawi Revenue Authority (MRA), Lilongwe, Malawi.
Signed Chairperson Internal Procurement and Disposal of Assets Committee Ministry of Agriculture
|
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
UPDATE- Tender for Supply and Delivery of Fencing Materials for the Wildlife Control Electric Fence Project
This is an updated notice.
UPDATED ON 15 FEBRUARY 2021 (ORIGINALLY PUBLISHED ON 19 JANUARY 2021): The time to open bids has been amended from 11:00 AM (EAT) to 11:30 AM (EAT) on 8 March 2021 and the document “ADDENDUM NO. 1 FENCE ICB (002).docx” has been attached (which can be accessed by selecting the link under “Attachments”).
ORIGINAL NOTICE:
MINISTRY OF WATER, SANITATION AND IRRIGATION
UPPER TANA CATCHMENT NATURAL RESOURCES MANAGEMENT PROJECT
(UTaNRMP)
TENDER ADVERTISEMENT
The Government of Kenya has received financial assistance from the International Fund for Agricultural Development (IFAD) and the Spanish Trust Fund towards financing the Upper Tana Catchment Natural Resources Management Project. The goal of the project is to contribute to rural poverty reduction in the Upper Tana River Catchment through increased sustainable food production and incomes and sustainable management of natural resources for provision of environmental services. The Project Lead Agency is the Ministry of Water, Sanitation and Irrigation. The project area covers six counties namely: Murang’a, Meru, Tharaka Nithi, Nyeri, Kirinyaga and Embu. The area includes Mount Kenya and Aberdare National Parks and Forest reserves.
The project intends to use part of the funds to procure materials for Construction of 60Kms of wildlife control electric fence in Mt. Kenya Forest Reserve and National Park, Nyeri County.
Towards accomplishing its objectives, the Upper Tana Catchment Natural Resources Management Project (UTaNRMP) now invites sealed tenders from qualified tenderers for SUPPLY AND DELIVERY OF FENCING MATERIALS FOR THE WILDLIFE CONTROL ELECTRIC FENCE PROJECT IN MT. KENYA FOREST RESERVE AND NATIONAL PARK as shown in the table below and as per specifications in the respective tender documents.
TENDER NAME & NUMBER | PROCUREMENT METHOD | CLOSING/OPENING |
SUPPLY AND DELIVERY OF ELECTRIC FENCE MATERIALS (tight lock mesh wire, HTS wire, energizers, among others) FOR MT. KENYA FOREST RESERVE AND NATIONAL PARK ELECTRIC FENCE TENDER NO. MWSI/UTaNRMP/ICB/001/2020-21 | INTERNATIONAL COMPETETIVE BIDDING | 8th March 2021 at 11:00 EAT |
A complete set of tender documents and submission details are available for downloading free of charge from UTaNRMP website www.utanrmp.or.ke/downloads and the Ministry of Water and Sanitation website www.water.go.ke.
Completed tender documents in a plain sealed envelope and clearly marked with the respective tender number and title should be addressed and sent to:
The Project Coordinator,
Upper Tana Catchment Natural Resources Management Project,
P.O BOX 996-60100
Tel: 254-68-2231376/2231517
EMBU
or dropped in the Tender Box situated at the main entrance to the EMBU West Water offices located on Embu-Meru Road road opposite Kangaru DEB Primary School or posted so as to reach the above address on or before the dates so indicated.
However due to Covid -19 protocols, tenderers will not be invited for a physical opening. The opening will be through virtual platform. Tenderers are therefore requested to register with utarnmp@gmail.com one day before opening in order to be sent the link for the virtual opening meeting.
Late tenders will not be accepted regardless of the circumstances.
ADDENDUM AND AMMENDMENTS NO.1 OF 10/2/2021
Following the virtual Pre-bid meeting held in on Wednesday 10th February 2021, the following are the amendments and addendum to the tender document:
# | Issue raised | Response |
1 | Samples | The Tenderer MUST submit as part of its bid, SAMPLES OF THE ITEMS they offer to supply as indicated in the tender document. The samples shall be dropped at the UTaNRMP office in Embu on or before the closing date and time. The samples are returnable after awards. The samples will be received and recorded by UTaNRMP staff. All documentation catalogues and Manufacturers’ Authorizations MUST accompany the bid. KBS certificates MUST be attached.
|
2 | Provision of Kenya Bureau of Standards Test Certificate for samples and materials | It is clarified that proof of quality and certification for samples and materials shall be by Kenya Bureau of Standards (KEBS) or an equivalent recognized certification and standards body |
3 | How will quoting for the two lots affect the tender security? | It was clarified that bidders were free to quote for one or both lots in the tender. It was also clarified that bidders were free to submit one tender security for each lot or combine the amounts and submit one tender security as they may wish. |
4 | Bid closing/opening | The tender closing date is 8th March 2021 at 11:30 EAT. There will be a virtual tender opening on the same day starting at 11:45 EAT. Bidders are reminded to submit their details to utanrmp@gmail.com by 5th March 2021if they wish to participate in the virtual tender opening. |
5. Lots and bid security amounts: - It was clarified to bidders that there were four (4) lots in this tender. The items in each lot are as indicted in the table below together with the amount of bid security and requirement for cashflow/access to credit in Kenya Shillings or UIS dollars equivalent.
Bid Security and Cashflow/ Access to credit requirement in KES or US$ equivalent | |||
# | Bid Security | Cashflow/ Access to credit | |
| LOT 1 items | 500,000 | 80,000,000 |
1 | 2.5mm HTS plain wire (25Kg and 650m long rolls) | ||
2 | Soft Wire 4.0mm | ||
3 | 1.6mm HTS plain wire |
|
|
|
| ||
| LOT 2 item | 1,500,000 | 242,350,000 |
1 | Tight Lock Mesh Wire, (100m long roll) |
|
|
| |||
| LOT 3 items | 400,000 | 60,234,000 |
1 | Flood Gate Controller |
| |
2 | Porcelain reel Insulators |
| |
3 | Porcelain strain end wires |
| |
4 | W-Insulators |
| |
5 | Joint Clamps |
| |
6 | Ring fasterners | ||
7 | Spring gates |
| |
8 | Hatari signs |
|
|
|
| ||
| LOT 4 item | 60,000 | 9,850,000 |
1 | Energizer 16 joules stored energy |
| |
2 | Solar Panel 140 watts |
| |
3 | Solar Batteries 140AH |
| |
4 | Charge Regulators |
| |
5 | Lightening Arrestor |
| |
6 | Cut out switch |
|
BIDDERS ARE INFORMED THAT THIS ADDENDUM AND AMEMDMENTS FORMS PART OF THE TENDER DOCUMENTS
PROJECT COORDINATOR
UPPER TANA CATCHMENT NATURAL RESOURCES MANAGEMENT PROJECT
FOR: PRINCIPAL SECRETARY, MINISTRY OF WATER, SANITATION AND IRRIGATION
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
General Procurement Notice
GENERAL PROCUREMENT NOTICE (GPN)
Project country: | Myanmar |
Financing institution: | International Fund for Agricultural Development (IFAD) |
Sector: | Livestock, Rural Development |
Project name: | Western States Agribusiness Project (WSAP) |
Procurement type: | Consulting Services |
Title: | Main Implementation Consultant (MIC) |
Project ID: | IFAD Loan No. 2000002535, IFAD Grant No. 2000002530 |
Loan/Credit/Grant Financing No.: | Loan/Grant No. 2535/2530 |
The Republic of the Union of Myanmar has received a funding in loan & grant from International Fund for Agricultural Development (IFAD) in total amount of USD 20.3 million to implement the Western States Agribusiness Project (WSAP). The project's goal is to improve the social and economic status of rural households in a climate resilient manner in northern Magway region and southern Chin state. Its objective is to increase household incomes, food security and nutrition quality. In order to achieve its objectives, the project will: (i) finance strategic investments in productive and social infrastructure; and (ii) invest in agriculture modernization and enabling services to optimize resource management, productivity and benefits in areas of infrastructure investment. The Project (WSAP) is being implemented by the Department of Rural Development (DRD) as primary Implementing Agency (IA) of the Ministry of Agriculture, Livestock and Irrigation (MOALI), the Executing Agency (EA).
The Government intends to apply part of the financing to hire a consulting firm to peform an Impact Level Baseline Survey Study. The main objective of the study is to develop the sample design, conduct the data collection and analysis and report writing of the baseline survey to be used for the project evaluation process. survey. The information to be collected includes information related to project activities in order to derive data on the outcomes stated in the logical framework.
The survey will measure the baseline values of project outcomes indicators and individual/household characteristics at project start. The baseline survey will be conducted on a sample of beneficiaries. Baseline data provide information on beneficiaries and comparison groups before the programme is implemented and are important for measuring pre-intervention outcomes and establish benchmark information for selected indicators. The analysis of baseline data will also be used to assess targeting effectiveness, that is, whether or not WSAP is going to reach its intended beneficiaries.
The Department of Rural Development (IA) now invites eligible consulting firms or NGOs to indicate their interest in providing this service. Interested firms should provide information demonstrating that they have the required qualifications and relevant experience to perform the services (see below Eligibility and Qualification Criteria). The firms may associate with other firms in the form of a joint venture or any association type to enhance their qualifications.
Eligibility Criteria
- The firm by itself or associate firm should be legally registered at the Myanmar Directorate of Investment and Company Administration (DICA) of the Republic of the Union of Myanmar. A copy of the certification for valid registration shall be provided.
- Attested copies of the tax registration and attested copies of tax payments or clearance documents. In the event of the organization is tax exempted, then attested documentation to this effect should be submitted.
- The firm should not have any tracking record of debarring from the Government, Ministries, and Departments, any other organizations.
Short list Qualification Criteria
- Previous experience in carrying out evaluation surveys is a compulsory requirement, including demonstrated experience in designing and conducting evaluations and of organizing surveys on the scale of this project (including survey and sampling design) – 30%
- Strong capacity and experience in planning and organizing survey logistics – 20%
- Strong capacity in survey analysis and reporting of results – 20%
- Experience doing household survey work and carrying out evaluations in Myanmar – 20%
- Experience in using tablets or smartphones in conducting surveys – 10%
Shortlisting
Following a review of Expressions of Interest, the IA will invite short listed firms who meet eligibility requirements and have received a minimum score of 70 and above to submit full proposals. The firm will eventually be selected in accordance with the QCBS method with a fixed maximum budget allowed, set out in the IFAD Procurement Handbook and Guidelines.
Further information and a summary of the Project Design Report may be obtained from the email address: wsap.drd@gmail.com below during office hours from 09:00 to 16:00, Monday through Friday, except public holidays.
Expression of Interest must be submitted in a written but preferably electronic form to the address below by 16:00 PM (Local Time), TUESDAY, 19 January, 2021.
Attention:
U Myo Naing Aung
Deputy Director General
Department of Rural Development, MOALI
Office No.36, Naypyitaw, Myanmar
Email address: wsap.drd@gmail.com
Tel: 067-3418639
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
GENERAL PROCUREMENT NOTICE (GPN)
GENERAL PROCUREMENT NOTICE (GPN)
Country: Mozambique
Co-financing institution: International Fund for Agricultural Development (IFAD)
Sector: Agribusiness
Project name: Inclusive Agri-foods Value Chains Development Programme (PROCAVA)
Project ID: 2000001981
Loan/ Credit/ Grant Financing Nr.: IFAD Loan No. 2000003236 and IFAD Grant No. 2000003237
- Since 22 May 2020, the Government of Mozambique is implementing the Inclusive Agri-foods Value Chains Development Programme (PROCAVA), co-financed by the International Fund for International Development (IFAD) through the Loan No. 2000003236 and Grant No. 2000003237. The project targets the development of five (5) value chains (Horticulture, Cassava, Red Meat, Legumes and Poultry), in seventy-five (75) districts in the South, Centre and North Regions of Mozambique, targeting 180.300 households, mainly smallholder farmers and marginalized value chain actors, during an implementation period of ten (10) years. The programme is implemented by the Ministry of Agriculture and Rural Development (MADER), with the Agriculture Development Fund (FDA) as the responsible implementing agency through a National Programme Management Unit (NPMU) based in its headquarters in Maputo and Regional Programme Management Units (RPMU) based in its Delegations (FDA-Del) in Gaza, Manica, Nampula, as well as a Provincial Programme Management Unit in Niassa.The overall objective of the Project is to achieve sustainable increased returns to smallholder farmers in the targeted value chains, by promoting increased production, productivity and quality; improved market linkages, efficient farmer organizations and higher farmers’ share over the final added value. This objective will be achieved through the following components:
- Component 1: Production Improvement and Market Linkages – Current yield levels of the target commodities are low and products produced are generally of poor quality in relation to market requirements. This component aims at contributing to improve production and productivity of target crop and livestock commodities. It will also improve backward and forward linkages of farmers to different stakeholders (input suppliers and produce/product buyers) of the target value chains. Proposed interventions will seek to address some of the identified constraints to increased productivity and production of the target value chains and the associated market linkages. Strengthening climate resilience and enhancing natural resource management and environmental sustainability through promotion of appropriate technologies and best practices will be an integral part of this component. Typical interventions shall comprise the research an technology release (improved technologies, including varieties), technical assistance and technology transfer to smallholder farmers and value chain actors and capacity development of farmers’ organizations, access to inputs and farming equipment and others.
- Component 2: Market-Related Climate Resilient Infrastructure – The objective of this component is to avail the appropriate infrastructure to support the effectiveness of the market-led production interventions and to more efficiently deliver the surplus production to different markets. Planned interventions will focus on addressing constraints faced by relevant actors operating within target value chains. This will include supporting rural infrastructure investments that can add value at the location, upgrade performance of enterprises and support associated agricultural producers to become competitive, environmentally and profitably sustainable. Infrastructure will be prioritized according to business plans and linkages along the value chain. Typical interventions promoted under this component include: (i) Rehabilitation and improvement of irrigation schemes; (ii) construction / rehabilitation / improvement of multifunctional water infrastructure; (iii) construction, rehabilitation or improvement of small scale processing facilities for cassava, horticulture, red meat, legumes and poultry; construction of livestock management infrastructures (crush-pens, dip tanks, fattening centres), construction of marketing infrastructures (rural roads, retail markets, wholesale markets, livestock fairs) and others.
- Component 3: Institutional and Policy Strengthening and Implementation Support – This will be a cross-cutting component servicing the technical components and facilitating pathways for the effective functioning of the target value chains. Accordingly, it will aim at: a) augmenting the capacity of the institutions (public and private sector/farmer-owned) that will be responsible for overseeing and/or implementing the different PROCAVA activities; b) facilitating the development and/or review and update of policies and strategies of selected subsectors for their effective and structured development; and c) managing PROCAVA in an efficient and effective manner by providing overall coordination, including planning and implementation, financial management and control, procurement support, monitoring and evaluation, knowledge management, and progress reporting. It will also ensure liaison and linkage with all other relevant projects/programmes being implemented in the country that seek to address similar or related constraints.
- Procurement of contracts under the PROCAVA Programme will be conducted through the procedures as specified in the IFAD’s Procurement Handbook (September, 2010), and is open to all eligible bidders as defined in the guidelines. The National Procurement Regulations approved by the Decree 05/2016, as of 08 March shall also apply.
- Specific procurement notices for contracts to be bid under the IFAD’s International Competitive Bidding (ICB) procedures and for contracts for consultancy services will be announced, as they become available, in United Nations Development Business Website, UN Development Business, IFAD’s external website; PROCAVA’s Website; and a national newspaper with wide circulation. National Competitive Biddings (NCB) will be advertised nationally in a newspaper with wide circulation.
- Interested and eligible bidders who wish to be included on the mailing list to receive invitations to prequalify/ bid under ICB procedures and interested consultants who wish to receive a copy of advertisement requesting expressions of interest for consultancy contracts, or those requiring additional information, should contact the address below.
- The address is:
Agricultural Development Fund (FDA)
Inclusive Agri-foods Value Chains Development Programme (PROCAVA)
Attn: Daniel Ozias Mate (Programme Coordinator)
Rua Joe Slovo n.º 192
Telephone: +258 21 302814
Fax: +258 21 430 044
Email: daniel.ozias.mate@gmail.com
Web: www.mader.gov.mz
Maputo, Mozambique
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Adjudicación de contratos
Notification of Award Contract for Supply and Delivery of Nine (9) Double Cabin Pickups
MINISTRY OF AGRICULTURE, LIVESTOCK , FISHERIES AND COOPERATIVES
STATE DEPARTMENT FOR FISHERIES, AQUACULTURE AND THE BLUE ECONOMY
Email: info@abdpcu.org IFAD Building
Telephone: +254(0)721490056/750484817/754929293 Kamakwa Road (Opp. Nyeri Club)
When replying please quote: P. O. Box 904, 10100, Nyeri
REF No: MOALFI/SDFA&BE/ABDP/PROC2021/SM/01-10
January 11, 2021
To Whom It may Concern
NOTIFICATION OF AWARD CONTRACT NO. MOALF SDFA&BE /ABDP /CON /2020-2021/001, FOR SUPPLY AND DELIVERY OF NINE (9) DOUBLE CABIN PICKUPS FOR THE AQUACULTURE BUSINESS DEVELOPMENT PROGRAMME (ABDP) CONDUCTED VIA INTERNATIONAL COMPETITIVE BIDDING (ICB) TENDER REF, MOALF SDFA&BE/ABDP/ICB/2020-2021/001
This notice of award (NOITA) notifies the general public of our decision to award the above contract to : C.M.C Motor Group Limited
The Results of the evaluation for bids was as follows
Rank | Name of bidder | Points scored | Bid price | Evaluated bid price (if applicable) | Remarks |
| Simba Corporation Limited P.O Box 48296-00100 NAIROBI 0703046000
| N/A | 24,547,500.00 | 24,547,500.00 | Disqualified at Preliminary for: 1. Not submitting Certificate of conformance for motor vehicles previously supplied for , 2. Did not submit audited accounts |
1 | C.M.C Motor Group Limited P.O Box 30135-00100 NAIROBI +254 020 6932000 | N/A | 26,973,000.00 | 26,973,000.00 | Lowest Evaluated, Ranked No 1, and awarded the contract |
2 | Isuzu East Africa Limited P.O Box, 30527-00100, NAIROBI
| N/A | 35,217,000.00 | 35,217,000.00 | No 2 Ranked |
3 | Crown Motors Group Limited PO Box 26353-00504, NAIROBI 020 2407544/33
| N/A | 42,133,797.00 | 42,133,797.00 | No 3 Ranked |
|
|
|
|
|
|
The purchaser, Aquaculture Business Development Programme therefore awarded the contract to the number 1 ranked bidder for Kes 26,973,000.00 to supply nine Double Cabin Pickups as stated in the bid document. The contract is valid for six months from the date of signing.
Clarification on this award can be sought from the Procurement Specialist through email: procurement@abdpcu.org
Yours sincerely,
Sammy Macaria
Programme Coordinator
Aquaculture Business Development Programme
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of Crawler Excavators
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000002143
IFAD GRANT #2000002142
Project: COMMUNITY-BASED AGRICULTURAL SUPPORT PROJECT
Bid/Contract Reference No: CASP/E&G/ICB-2020/03
Scope of Contract: Procurement of Crawler Excavators
Contract Signature Date: 26/01/2021
Evaluation Currency: USD
Awarded Bidder:
Name: LLC “Atiko Tajikistan”
Address: Bokhtar str. 37, Dushanbe city, Tajikistan.
Bid Price at Opening: USD 569 200.00
Evaluated Bid Price: USD 569 200.00
Contract Price: USD 569 200.00
Rejected Bidder(s):
Name: LLC “Lola - 2010”
Address: Dushanbe city, Tajikistan.
Bid Price at Opening: USD 586 350.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Afroz Ltd.”
Address: Kulob city, Tajikistan
Bid Price at Opening: USD 572 100.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Tajikagromash”
Address: Rudaki district, Tajikistan
Bid Price at Opening: USD 574 400.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Nuri Bakht”
Address: Dushanbe city, Tajikistan
Bid Price at Opening: USD 508 520.00
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: Road International Co.
Address: Seoul city, Korea
Bid Price at Opening: USD 595 870.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of vaccine against Brucellosis strain-19 Brucella abortus (450 000 doses) and trivalent vaccine against foot and mouth disease (2 000 000 doses)
Name of Project: Access To Markets Project (ATMP)
Project Country: The Kyrgyz Republic
Sector: Agriculture
Credit/Grant: IFAD Loan #2000001757; DSF Grant#2000001756
Contract Name: Procurement of vaccine against Brucellosis strain-19 Brucella abortus (450 000 doses) and trivalent vaccine against foot and mouth disease (2 000 000 doses).
Identification Number: № ATMP\SIVPSS\Brucellosis&FMD Vaccines\ICB-04\20
Procurement Method: International Competitive Bidding
Procurement Type: Goods
The Kyrgyz Republic has received a Loan and Grant from the International Fund of Agricultural Development toward the cost of «Access to Markets Project», and it intends to apply part of the proceeds of these Loan and Grant to payments under the Contract # №ATMP\SIVPSS\Brucellosis&FMD Vaccines\ICB-04\20 The Agricultural Project Implementation Unit invited sealed bids from eligible and qualified bidders for supply of supply of vaccine against Brucellosis strain-19 Brucella abortus and trivalent vaccine against foot and mouth disease to the State Inspectorate for Veterinary and Phytosanitary Security under the Government of the Kyrgyz Republic (SIVPS GKR).
I. Name of each bidder who submitted a bid
According to the IFAD’s No-objection dated May 12, 2020 (deadline for submission was June 26, 2020 time 16:00) the APIU received sealed proposals from 2(two) companies “El-pharm” LLC (Kyrgyzstan) by Lot 1, and “Kalash Pharmachem PVT Ltd” (India) by Lot 1.
II. Bid prices as read out at bid opening
Bidder Identification | Read Out Bid Prices | Modifications or comments | |||
Name | City/Region | Country | Currency | Amount | |
(a) | (b) | (c) | (d) | (e) | (f) |
Lot 1 - REV-1 Vaccine Against Brucellosis strain - 19 Brucella abortus - 450,000 doses | |||||
«El-Farm»LLC | Bishkek | Kyrgyzstan | US$ | 312 750 | - |
«Kalash Pharmachem PVT Ltd» | Mumbai | India | US$ | 270 000 |
|
* Note: the tender for Lot No. 2 "Trivalent vaccine against foot and mouth disease - 2,000,000 doses" did not take place due to absence of proposals.
III. Name and evaluated prices of each bid that was evaluated
Bidder | Read-out Bid Price | Corrections | Corrected Bid Price | |
| Currency | Amount | Arithmetical error |
|
(a) | (b) | (c) | (d) | (f) = (c) + (d) |
Lot 1 - Vaccine against brucellosis strain - 19 Brucella abortus – 450 000 doses | ||||
«El-Pharm» LLC (Kyrgyzstan) | US$ | 312 750,00 | 0 | 312 750,00 |
IV. Name of bidders whose bids were rejected and the reasons for their rejection
# | Name of bidder | Reason(s) for Rejection |
Lot 1 - Vaccine against brucellosis strain - 19 Brucella abortus – 450 000 doses | ||
«Kalash Pharmachem PVT Ltd» | Did not provide a bank guarantee for the bid |
V. Name of winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded
1.Name of winning bidder | “El-Pharm” LLC |
2.Proposed Award | Lot 1 – US$ 312 750 |
3.IFAD’s no-objection to the proposed award of contract | August 25, 2020 |
4.Contract signing date | September 8, 2020 |
5.Estimated delivery to project site/completion period. | 1-6 weeks from the date of contract signing. |
6.Summary scope of the contract awarded. | Lot 1 – US$ 312 750 |
Contact Info:
Executing Agency: Agricultural Projects’ Implementation Unit, ATMP
Address: 96a Kievskaia Str., office 511, 515, 720040 Bishkek, the Kyrgyz Republic
Attn: Mr. T.K. Tuleev
Tel: (+996) (312) 665625; 661423
Fax: (+996) (312) 661572.
E-mail: tuleev@apiu.elcat.kg; anvar@apiu.elcat.kg.
Website: N/A.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of Mobile Offices
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000002143
IFAD GRANT #2000002142
Project: COMMUNITY-BASED AGRICULTURAL SUPPORT PROJECT
Bid/Contract Reference No: CASP/E&G/NCB-2020/01
Scope of Contract: Procurement of Mobile Offices
Contract Signature Date: 31/08/2020
Evaluation Currency: USD
Awarded Bidder:
Name: LLC “SK-MIR”
Address: Daryobod village, Guliston jamoat, Rudaki district, Tajikistan.
Bid Price at Opening: USD 284 145.00
Evaluated Bid Price: USD 284 145.00
Contract Price: USD 284 145.00
Rejected Bidders:
Name: LLC “Eldarado-5”
Address: Dusti district, Tajikistan
Bid Price at Opening: USD 287 850.00
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “22 solagii istikloliyati vatan”
Address: Dusti district, Tajikistan
Bid Price at Opening: USD 298 900.00
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Supply of seed cleaning machines for CSFs
Name of Project: Livestock and Market Development Project-2 (LMDP-2)
Project Country: The Kyrgyz Republic
Sector: Agriculture
Credit/Grant: IFAD Loan #2000000438; IFAD Grant#2000000439; ASAP Trust Grant #2000000440
Contract Name: Supply of seed cleaning machines for CSFs.
Identification Number: LMDP-2\AKJ\Seed cleaners\ICB-04-2019\Retender
Procurement Method: International Competitive Bidding
Procurement Type: Goods
The Kyrgyz Republic has received a Loan and Grant from the International Fund of Agricultural Development toward the cost of « Livestock and Market Development Project-2 », and it intends to apply part of the proceeds of these Loan and Grant to payments under the Contract LMDP-2\AKJ\Seed cleaners\ICB-04-2019\Retender.
The Agricultural Project Implementation Unit invited sealed bids from eligible and qualified bidders for supply of seed cleaning machines for Community Seed Funds of Batken, Osh, Jalal-Abad, Issyk-kul and Naryn oblasts.
I. Name of each bidder who submitted a bid
According to the IFAD’s No-objection dated 02 April, 2020 (deadline for submission was May 26, 2020 time 16:00) the APIU received sealed proposals from (six) companies - “Zanin F.LLI.S.R.L.” Ltd (Italy), “Avtomash-Radiator” Ltd (Kyrgyzstan), “Tooashkan” Ltd.(Kyrgyzstan), “Industrial Technology” Ltd. (Kyrgyzstan), “Arctonic” Ltd. (Kyrgyzstan) in consortium with “Zavod Voronezh Agromash” (Russia), “Arto” LLC. (Kyrgyzstan).
II. Bid prices as read out at bid opening
Bidder Identification | Read-out Bid Price(s) | Applicable Exchange Rate | Bid Price after converting | ||
Name | Country | Currency | Amount | in USD | in USD |
(a) | (c) | (d) | (e) | (f) | (g) |
| |||||
“Arto” LLC | Kyrgyzstan | KGS | 37 525 000 | 73.6468 | 509 526.55 |
“Avtomash-Radiator” LLC | Kyrgyzstan | KGS | 21 918 400 | 73.6468 | 297 615,1 |
“Zanin F.LLI.S.R.L.”Ltd*. | Italy | KGS | 272 346 696.76 | 73.6468 | 3 698 011,27 |
““Tooashkan” LLC | Kyrgyzstan | USD | 517 750 | 1 | 517 750 |
“Industrial Technology” LLC | Kyrgyzstan | KGS | 33 987 400 | 73.6468 | 461 491.87 |
“Arctonic” LLC in consortium with “Zavod Voronezh Agromash” | Kyrgyzstan Russia | KGS | 30 020 000 |
73.6468 | 407 621.24 |
III. Name and evaluated prices of each bid that was evaluated
Bidder | Read-out Bid Price(s) | Corrections | Corrected Bid Price | |
| Currency | Amount | Computational Errors |
|
(a) | (b) | (c) | (d) | (f) = (c) + (d) |
“Tooashkan” LLC | USD | 517 750 | 0.00 | 517 750 |
“Arctonic” LLC in consortium with “Zavod Voronezh Agromash” | KGS | 30 020 000 | 0.00 | 30 020 000 |
IV. Name of bidders whose bids were rejected and the reasons for their rejection
# | Name of bidder | Reason(s) for Rejection |
Zanin F.LLI.S.R.L.”Ltd. | Does not meet requirements of the bidding document | |
“Avtomash-Radiator” LLC | Does not meet the requirements of the technical specification of tender document. | |
“Industrial Technology” LLC | Does not meet the requirements of the technical specification of tender document. | |
“Arto” LLC | Does not meet requirements of the bidding document |
V. Name of winning bidder, and the price it offered, as well as the duration and summary scope of the contract awarded
1.Name of winning bidder | “Arctonic” LLC in consortium with “Zavod Voronezh Agromash” |
2.Proposed Award | KGS 30 020 000
|
3.IFAD’s no-objection to the proposed award of contract | July 22, 2020 |
4.Contract signing date | August 17, 2020 |
5.Estimated delivery to project site/completion period. | 12 weeks from the date of contract signing.
|
6.Summary scope of the contract awarded. | KGS 30 020 000
|
Contact Info:
Executing Agency: Agricultural Projects’ Implementation Unit, LMDP-2
Address: 96a Kievskaia Str., office 511, 515, 720040 Bishkek, the Kyrgyz Republic
Attn: Mr. T.K. Tuleev
Tel: (+996) (312) 665625; 661423
Fax: (+996) (312) 661572.
E-mail: t.tuleev@apiu.kg; a.mukarapov@apiu.kg .
Website: N/A.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of agricultural machinery
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000002143
IFAD GRANT #2000002142
Project: COMMUNITY-BASED AGRICULTURAL SUPPORT PROJECT
Bid/Contract Reference No: CASP/E&G/ICB-2020/01
Scope of Contract: Procurement of agricultural machinery
Contract Signature Date: 06/08/2020
Evaluation Currency: USD
Awarded Bidder(s):
LOT #1:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor town, Tajikistan.
Bid Price at Opening: Lot 1 – USD 251 600.00
Evaluated Bid Price: Lot 1 – USD 249 350.00
Contract Price: USD 249 350.00.
LOT #2:
Name: LLC “Taminot-2009”
Address: Sari Chasma village 24, Muminobod district, Tajikistan.
Bid Price at Opening: Lot 2 – USD 396 900.00;
Evaluated Bid Price: Lot 2 – USD 396 900.00;
Contract Price: USD 396 900.00.
LOTS #3:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor town, Tajikistan.
Bid Price at Opening: Lot 1 – USD 782 100.00;
Evaluated Bid Price: Lot 1 – USD 782 100.00;
Contract Price: USD 782 100.00.
LOTS #4, 5 and #6:
Name: LLC “Asia Universal Service”
Address: Mirzokodirova 9A str., Bokhtar town, Tajikistan
Bid Price at Opening: Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00;
Evaluated Bid Price: Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00;
Contract Price: USD 603 605.00 (Lot 4 – USD 166 940.00; Lot 5 – USD 94 035.00; Lot 6 – USD 342 630.00).
Rejected Bidder(s):
Name: LLC “Raf-Ojakh”
Address: Erevan, Armenia
Bid Price at Opening: Lot 1 – USD 391 625.00; Lot 2 – USD 582 815.00; Lot 5 – USD 176 360.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Hayat Group”
Address: Baku, Azerbaijan
Bid Price at Opening: Lot 1 – USD 250 800.00; Lot 3 – USD 799 200.00; Lot 4 – USD 215 220.00; Lot 5 – USD 168 880.00; Lot 6 – USD 359 880.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Sabo Shirkat”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 473 000.00; Lot 2 – USD 920 000.00; Lot 3 – USD 1 060 000.00; Lot 4 – 302 300.00; Lot 5 – 200 950.00 and Lot 6 – USD 686 700.00.
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Ovon”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 433 000.00; Lot 2 – USD 985 000.00; Lot 3 – USD 1 023 000.00; Lot 4 – 331 600.00; Lot 5 – 192 450.00 and Lot 6 – USD 778 000.00
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Shahmaran”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 464 000.00; Lot 2 – USD 983 000.00; Lot 3 – USD 1 037 000.00; Lot 4 – 356 200.00; Lot 5 – 192 400.00 and Lot 6 – USD 663 000.00
Reason for Rejection: The submission of fake documents and non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Lola - 2010”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 437 850.00; Lot 4 – 189 040.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Nuri Bakht”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 400 300.00.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Burkhiyon”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 191 760.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Abubakri Azim”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 139 400.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Tajikagromash”
Address: Rudaki district, Tajikistan.
Bid Price at Opening: Lot 1 – USD 263 060.00; Lot 2 – USD 410 400.00; Lot 3 – USD 787 500.00; Lot 4 – 184 280.00; Lot 5 – 103 870.00 and Lot 6 – USD 369 030.00
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC JV “Talco Uzauto Truck”
Address: Tursunzoda town, Tajikistan.
Bid Price at Opening: Lot 2 – USD 393 840.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Atiko Tajikistan”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 158 440.00; Lot 5 – USD 123 660.00; Lot 6 – USD 361 370.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Jadid Techno”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 4 – USD 171 360.00; Lot 5 – USD 97 895.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Diyor 1”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 976 500.00.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
Procurement of agricultural machinery
ICB Contract Award Notice
Tajikistan
IFAD LOAN #2000001439
IFAD GRANT #2000001438
ASAP TRUST GRANT #2000001437
Project: LIVESTOCK AND PASTURE DEVELOPMENT PROJECT-II
Bid/Contract Reference No: LPDP-II/E&G/ICB-2020/01
Scope of Contract: Procurement of agricultural machinery
Contract Signature Date: 16/07/2020
Evaluation Currency: USD
Awarded Bidder(s):
LOT #1:
Name: CJSC “Agrotekhservice”
Address: Hiloli str. 23, Hisor district, Tajikistan.
Bid Price at Opening: Lot 1 – USD 754 170.00;
Evaluated Bid Price: Lot 1 – USD 754 170.00;
Contract Price: USD 754 170.00.
LOT #2:
Name: LLC “Tajikagromash”
Address: Rudaki district, Tajikistan
Bid Price at Opening: Lot 2 – USD 688 800.00;
Evaluated Bid Price: Lot 2 – USD 688 800.00;
Contract Price: USD 688 800.00.
LOT #3:
Name: LLC “Jadid Tekhno”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 3 – USD 252 070.00;
Evaluated Bid Price: Lot 3 – USD 252 070.00;
Contract Price: USD 252 070.00.
LOT #4:
Name: LLC “Art Media”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 5 – USD 188 380.00;
Evaluated Bid Price: Lot 5 – USD 188 380.00;
Contract Price: USD 188 380.00.
LOTS #5:
Name: LLC “Art Media”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 5 – USD 251 260;
Evaluated Bid Price: Lot 5 – USD 251 260;
Contract Price: USD 251 260.
Rejected Bidder(s):
Name: LLC “Raf Ojakh”
Address: Erevan, Armenia
Bid Price at Opening: Lot 1 – USD 822 470; Lot 4 – USD 250 000.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “AGROTEC SPA”
Address: Rome, Italy
Bid Price at Opening: Lot 1 – USD 651 284,64; Lot 2 – USD 667 152.95; Lot 3 – USD 253 923.75; Lot 4 – USD 300 277.17 and Lot 5 – USD 334 079.53.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Lola-2010”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 2 – USD 701 500; Lot 3 – USD 246 180.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Burkhiyon”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 3 – USD 238 150.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Atiko Tajikistan”
Address: Dushanbe, Tajikistan
Bid Price at Opening: Lot 1 – USD 1 069 500 and Lot 2 – USD 722 300.
Reason for Rejection: The proposed bid prices were above of the selected bidder’s bid price.
Name: LLC “Sabo Shirkat”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 1 – USD 1 120 000; Lot 2 – USD 611 000; Lot 3 – USD 277 400; Lot 4 – USD 298 600 and Lot 5 – USD 190 540.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
Name: LLC “Sharq”
Address: Dushanbe, Tajikistan.
Bid Price at Opening: Lot 2 – USD 652 000; Lot 3 – USD 231 500.
Reason for Rejection: Due to non-compliance with the tender documents requirements the bidder’s proposal was rejected.
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
AUDIT OF ACCESS TO MARKETS PROJECT (IFAD)
CONTRACT - ATMP/Audit/LCS-01/2020
Scope of Contract: | AUDIT OF ACCESS TO MARKETS PROJECT (IFAD) | Minimum Qualifying Technical Score: | 70 |
Consultants’ names | BDO Armenia CJSC | Baker Tilly Bishkek LLC | Ernst & Young Audit LLC | MKD Partner |
|
City/Country | Erevan, Republic of Armenia | Bishkek, Kyrgyz Republic | Bishkek, Kyrgyz Republic | Saint Petersburg, Russian Federation |
|
Status: | Awarded Consultant/Firm | Evaluated Consultant/Firm | Evaluated Consultant/Firm | Evaluated Consultant/Firm | |
Technical Score | 91,89 | 89,39 | 91,04 | 67,84 |
|
Financial Score | - | - | - | - |
|
Combined Score | 91,89 | 89,39 | 91,04 | 67,84 |
|
Criteria |
|
|
|
|
|
Specific Experience | (score) | (score) | (score) | (score) |
|
Work Plan & Methodology | 30,00 | 30,00 | 30,00 | 30,00 |
|
Key Experts | 61,89 | 59,39 | 61,04 | 37,84 |
|
Training | - | - | - | - |
|
Local input | - | - | - | - |
|
|
|
|
|
|
|
Price as read out | USD 63 650.00 | USD 50 300.00 | USD 85 000.00 | The Financial Proposal was not opened |
|
Final Evaluation Price | USD 63 650.00 | USD 50 300.00 | USD 85 000.00 |
| |
Final Negotiated Price | - | USD 56 336.00 including all taxes | - | - |
|
|
|
|
|
|
|
Rank | 2 | 1 | 3 | - |
|
Other Shortlisted Consultant(s)/Firm(s) (these will be all that “Proposal submitted =no”)
# | Consultants’ names | City/Country | Proposal Submitted: |
1 | KPMG | Kyrgyz Republic | No |
* Los anuncios de licitaciones y la adjudicación de contratos se publican en la plataforma en línea United Nations Development Business (UNDB): http://devbusiness.un.org. Los suscriptores de UNDB también pueden ver este anuncio aquí
SUPPLY AND DELIVERY OF PIPES & FITTINGS FOR VARIOUS WATER PROJECTS IN THE PROJECT AREA COUNTIES
MINISTRY OF WATER, SANITATION AND IRRIGATION
UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP)
P.O. Box 996-60100 EMBU Tel: 068-2231376 E-mail: utanrmp@gmail.com
NOTIFICATION OF AWARD
FOR
SUPPLY AND DELIVERY OF PIPES & FITTINGS FOR VARIOUS WATER PROJECTS IN THE PROJECT AREA COUNTIES TENDER NO: MWSI/UTaNRMP/ICB/001/2019-20
The Government of Kenya has received financial assistance from the International Fund for Agricultural Development (IFAD) and the Spanish Trust Fund towards financing an eight year (2012-2020) Upper Tana Natural Resources Management Project. The goal of the project is to contribute to rural poverty reduction in the Upper Tana River Catchment through increased sustainable food production and incomes and sustainable management of natural resources for provision of environmental services. The Project Lead Agency is the Ministry of Water, Sanitation and Irrigation. The project area covers six Counties namely: Murang’a, Meru, Tharaka-Nithi, Nyeri, Kirinyaga and Embu.
The Upper Tana Natural Resources Management Project (UTaNRMP) invited sealed tenders from eligible tenderers for Supply and Delivery of pipes and fittings and has completed the evaluation process and the summary is as follows:
1.1 Name of Borrower | GOVERNMENT OF KENYA |
1.2 Loan/Credit number | IFAD LOAN 1-867-KE AND SPANISH TRUST FUND LOAN E-8-KE |
2.3 Specific procurement notice (a) name of national newspaper (b) issue date (c) name of international publication (d) issue date |
The Standard & The Daily Nation 14th February 2020 United Nations DG Business 13th February 2020 |
Table 2: Bidders names and bid prices as read out during opening
| BIDDING FIRM
| COUNTRY | NO. OF COPIES | LOTS | TENDER AMOUNT IN FORM OF TENDER (Kshs) | BID BOND AMOUNT(Kshs) & SOURCE |
1 | LYLA CONTRACTORS & SUPPLIES COMPANY LIMITED KENYA | KENYA | 3 | Partially filled |
| 40,000 Amaco Insurance |
2 | MAULA CONSULTANTS LTD P.O BOX 51169-00100, NAIROBI info@maula.co.ke
| KENYA | 3 | 2&3 | 68,491,545.52 | 94,000 25,000 14,000 275,000 Family Bank |
3 | DALTON ENTERPRISES LTD P.O BOX 103771-00100 NAIROBI | KENYA | 3 | 2a | 7,647,200 |
193,000 Amaco Insurance |
|
|
|
| 2d | 2,840,900 | |
|
|
|
| 2e | 7,382,500 | |
|
|
|
| 3c | 2,463,350 | |
4 | DOSHI & CO HARDWARE LTD P.O BOX 90761-00100 NAIROBI
| KENYA | 3 | 1a, 2b, 3b, 1c, 2c, 3c, 1d, 2d, 3d, 1e, 2e, 3e | 148,033,788 | 2,091,700 NCBA Bank |
5 | TRUXCO GENERAL SUPPLIES & CONTRACTORS LIMITED P.O BOX 1113-60200, MERU | KENYA | 3 | 1a | 31,605,540 | 656,100 Amaco Insurance |
6 | AMUA WATER SYSTEMS P.O BOX | KENYA | 3 | 1a | 45,743,180 |
180,227,915 Credit Bank |
|
|
|
| 1b | 44,048,370 | |
|
|
|
| 1c | 7,757,145 | |
|
|
|
| 1d | 10,652,105 | |
|
|
|
| 1e | 32,447,805 | |
|
|
|
| 2a | 4,734,110 | |
|
|
|
| 2b | 1,412,130 | |
|
|
|
| 2c | 875,280 | |
|
|
|
| 2d | 1,683,020 | |
|
|
|
| 2e | 4,254,640 | |
|
|
|
| 3a | 8,939,560 | |
|
|
|
| 3b | 2,640,600 | |
|
|
|
| 3c | 2,037,320 | |
|
|
|
| 3d | 3,853,970 | |
|
|
|
| 3e | 7,036,980 | |
7 | ROPE ENGINEERING LIMITED P.O BOX 3263-00506, NAIROBI | KENYA | 3 | 2a | 4,312,184 |
411,600 Family Bank |
|
|
|
| 3a | 18,510,214 | |
|
|
|
| 2b | 2,479,210 | |
|
|
|
| 3b | 6,278,276 | |
|
|
|
| 2c | 1,375,298 | |
|
|
|
| 3c | 3,130,202 | |
|
|
|
| 2d | 1,740,130 | |
|
|
|
| 3d | 9,589,174 | |
|
|
|
| 2e | 4,000,782 | |
|
|
|
| 3e | 16,673,202 | |
8 | KINETICS ENGINEERING LIMITED P.O BOX 18059-00500 NAIROBI | KENYA | 3 | 1a | 27,623,817 |
2,091,100 I&M Bank |
|
|
|
| 1b | 21,299,841 | |
|
|
|
| 1c | 13,254,370 | |
|
|
|
| 1d | 7,110,650 | |
|
|
|
| 1e | 35,365,510 | |
|
|
|
| 2a | 2,915,460 | |
|
|
|
| 2b | 1,369,900 | |
|
|
|
| 2c | 2,011,600 | |
|
|
|
| 2d | 1,184,240 | |
|
|
|
| 2e | 3,063,820 | |
|
|
|
| 3a | 17,219,900 | |
|
|
|
| 3b | 1,826,880 | |
|
|
|
| 3c | 2,395,400 | |
|
|
|
| 3d | 7,446,920 | |
|
|
|
| 3e | 8,701,900 | |
9 | ESLON PLASTICS OF KENYA LTD P.O BOX 41761, NAIROBI | KENYA | 3 | 1a | 28,165,080 |
1,680,100 Kenindia Assurance Co Ltd |
|
|
|
| 1b | 25,616,420 | |
|
|
|
| 1c | 6,594,360 | |
|
|
|
| 1d
| 6,742,615 | |
|
|
|
| 1e | 20,036,400 | |
10 | RAY ENGINEERING & CONSTRUCTION INTERNATIONAL LIMITED | KENYA | 3 | 1d | 10,213,200 |
1,721,700 Mornach Insurance |
|
|
|
| 2d | 1,814,450 | |
|
|
|
| 3d | 13,184,895 | |
|
|
|
| 1e | 30,096,685 | |
|
|
|
| 2e | 5,607,870 | |
|
|
|
| 3e | 23,971,300 | |
11 | KABIRA VENTURES COMPANY LIMITED P.O BOX 75775-00200 N AIROBI | KENYA | 3 | 1a | 30,195,940 | 2,081,600 Sidian Bank |
|
|
|
| 2b | 26,640,330 | |
|
|
|
| 3c | 11,580,830 | |
|
|
|
| 1d | 7,663,400 | |
|
|
|
| 1e | 23,710,900 | |
|
|
|
| 2a | 3,471,550 | |
|
|
|
| 2b | 2,579,120 | |
|
|
|
| 2c | 1,048,370 | |
|
|
|
| 2d | 1,164,690 | |
|
|
|
| 2e | 3,504,880 | |
|
|
|
| 3a | 21,028,780 | |
|
|
|
| 3b | 6,930,200 | |
|
|
|
| 3c | 6,935,500 | |
|
|
|
| 3d | 9,518,900 | |
|
|
|
| 3e | 17,648,000 | |
12 | PEP CONTRACTORS LIMITED P.O BOX 3662-00100 NAIROBI | KENYA | 3 | 1b | 36,612,013.97 |
1,024,000 Credit Bank |
|
|
|
| 1c | 16,221,469.20 | |
|
|
|
| 1d | 11,137,787.10 | |
|
|
|
| 1e | 31,576,397.20 | |
|
|
|
| 2b | 1,346,560.20 | |
|
|
|
| 2c | 1,282,857.90 | |
|
|
|
| 2d | 2,260,218.10 | |
|
|
|
| 2e | 6,583,636.90 | |
|
|
|
| 3b | 9,394,535.40 | |
|
|
|
| 3c | 5,151,256.10 | |
|
|
|
| 3d | 15,776,227.70 | |
|
|
|
| 3e | 27,682,276 |
Table3: Name of bidders whose bids were rejected and the reasons for their rejection
# | Description | Reasons for rejections |
1 | Maula Consultants Ltd | Price bids for each lot were higher than the lowest recommended awards |
2 | Dalton Enterprises Ltd | Price bids for each lot were higher than the lowest recommended awards |
3 | Rope Engineering Limited | Price bids for each lot were higher than the lowest recommended awards |
4 | Ray Engineering & Construction International Limited | Price bids for each lot were higher than the lowest recommended awards |
5 | Lyla Contractors & Supplies Company Limited
|
|
6 | Truxco General Supplies & Contractors Limited |
|
7 | Amua Water Systems
| There was no documentary evidence was attached to show the quality of pipes and fittings to be supplied. The manufacture’s authorization also did not indicate the quality of pipes and fittings they produce. |
8 | Kabira Ventures Company Limited
| There was no written power of Attorney provided |
Table 4: Name and evaluated prices of each Bid that was evaluated
| MAULA CONSULTANTS LTD
| DALTON ENTERPTISES | DOSHI AND COMPANY | ROPE ENGINEERING LIMITED
| KINETICS ENGINEERING LIMITED
| ESLON PLASTICS | RAY ENGINEERING & CONSTRUCTION INTERNATIONAL LIMITED | PEP CONTRACTORS LIMITED | ||||||||
Lot# | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount | Quoted Amt | Corrected Amount |
Lot 1a | - |
| - |
| 28,181,682.00 | 28,181,674.70 | - |
|
|
| 28,165,080.00 | 29,033,580.00 | 37,752,580.00 | 37,756,020.00 | - | - |
Lot 1b | - |
| - |
| 19,497,556.00 | 19,497,524.77 | - |
|
|
| 25,616,420.00 | 21,616,420.00 | 48,492,430.00 | 48,492,430.00 | 36,611,013.97 | 36,611,974.87 |
Lot 1c | - |
| - |
| 5,090,321.00 | 5,090,312.67 | - |
|
|
| 6,594,360.00 | 4,594,360.00 | - | - | 16,221,469.20 | 6,646,249.20 |
Lot 1d | - |
| - |
| 7,013,213.00 | 7,013,213.31 | - |
|
|
| 6,742,615.00 | 6,742,615.00 | - | - | 11,137,787.10 | 11,137,787.10 |
Lot 1e | - |
| - |
| 20,057,600.00 | 20,057,600.40 | - |
|
|
| 20,036,400.00 | 19,556,400.00 | 30,096,685.00 | 30,096,685.00 | 31,576,397.20 | 31,576,397.20 |
Lot 2a | 5,430,406.03 | 5,430,841.00 | 7,647,200.00 | 7,647,200.00 | 3,992,122.00 | 3,992,118.99 | 4,312,184.00 | 4,312,184.00 | 2,915,460.00 | 2,915,460.00 | - |
| 4,258,830.00 | 4,258,830.00 | - | - |
Lot 2b | 1,717,667.07 | 1,718,594.07 | - | - | 3,236,642.00 | 3,236,636.98 | 2,479,210.00 | 2,479,210.00 | 1,369,900.00 | 1,369,900.00 | - |
| 2,096,050.00 | 2,096,050.00 | 1,346,560.20 | 1,346,560.20 |
Lot 2c | 1,890,831.72 | 1,890,831.72 | - | - | 965,658.00 | 965,657.68 | 1,375,298.00 | 1,375,238.00 | 2,011,600.00 | 2,011,600.00 | - |
| - | - | 1,282,857.90 | 1,282,857.90 |
Lot 2d | 2,244,210.52 | 2,244,210.52 | 2,840,900.00 | 2,841,500.00 | 1,217,204.00 | 1,217,204.55 | 1,740,130.00 | 1,739,130.00 | 1,184,240.00 | 1,184,240.00 | - |
| - | - | 2,260,218.10 | 2,260,218.10 |
Lot 2e | 5,362,267.00 | 5,362,676.72 | 7,382,500.00 | 7,483,300.00 | 2,817,865.00 | 2,817,856.22 | 4,000,782.00 | 4,000,782.00 | 3,063,820.00 | 3,063,820.00 | - |
| 5,607,870.00 | 5,607,870.00 | 6,583,636.90 | 6,583,636.90 |
Lot 3a | 17,786,920.34 | 17,786,670.34 | - | - | 19,056,204.00 | 19,056,204.40 | 18,510,214.00 | 18,512,834.00 | 17,219,900.00 | 17,353,000.00 | - |
| 26,913,510.00 | 26,913,510.00 | - | - |
Lot 3b | 5,971,066.00 | 5,971,065.52 | - | - | 6,370,219.00 | 6,370,219.06 | 6,278,276.00 | 6,273,744.00 | 1,826,880.00 | 1,826,880.00 | - |
| 8,588,500.00 | 8,588,500.00 | 9,394,535.40 | 9,394,535.40 |
Lot 3c | 3,298,265.52 | 3,298,265.52 | 2,463,350.00 | 3,583,350.00 | 3,265,811.00 | 3,265,811.92 | 3,130,202.00 | 3,130,202.00 | 2,395,400.00 | 2,395,400.00 | - |
| - | - | 5,151,256.10 | 5,151,266.10 |
Lot 3d | 8,911,809.31 | 8,911,809.31 | - | - | 10,365,007.00 | 10,365,007.16 | 9,589,174.00 | 9,588,861.00 | 7,446,920.00 | 7,337,030.00 | - |
| - | - | 15,776,227.70 | 15,776,227.70 |
Lot 3e | 15,878,302.76 | 15,878,302.76 | - |