Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

LP1 Es en

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 37

PLURINATIONAL STATE OF BOLIVIA

BASE CONTRACTING DOCUMENT


MODEL
FOR CONTRACTING GOODS
NATIONAL SUPPORT FOR PRODUCTION AND
EMPLOYMENT

“ACQUISITION OF LUMINAIRES AND


POSTS D-6 (ACQUISITION OF LED
LUMINAIRES AND METALLIC ARMS)”

Approved by Ministerial Resolution No. 021 of February 2, 2022


Prepared within the framework of Supreme Decree No. 181 of June 28, 2009 Basic Rules
of the Goods and Services Administration System and its amendments
Base Document for Procurement of Goods in the ANPE modality

CONTENTS
1. REGULATIONS APPLICABLE TO THE CONTRACTING PROCESS.....................................3
two. ELIGIBLE PROPOSERS...........................................................................................3
3. ADMINISTRATIVE ACTIVITIES PRIOR TO THE SUBMISSION OF PROPOSALS..................3
Four. GUARANTEE.........................................................................................................3
5. DISQUALIFICATION OF PROPOSALS........................................................................5
6. CORRECTABLE CRITERIA AND UNCOVERABLE ERRORS..............................................6
7. VOID DECLARATION.............................................................................................6
8. CANCELLATION, SUSPENSION AND ANNULMENT OF THE CONTRACTING PROCESS........6
9. APPEALABLE RESOLUTIONS...................................................................................7
10. PREPARATION OF PROPOSALS................................................................................7
eleven.PROPOSAL DOCUMENTS........................................................................................7
12. PROPOSAL FOR AWARDS BY ITEMS or lots...............................................................8
13. SUBMISSION OF PROPOSALS.................................................................................8
14. ELECTRONIC AUCTION..........................................................................................9
fifteen. OPENING OF PROPOSALS.....................................................................................10
16. EVALUATION OF PROPOSALS................................................................................12
17. PRELIMINARY EVALUATION..................................................................................12
18. SELECTION AND AWARD METHOD LOWEST EVALUATED PRICE..................................12
19. SELECTION AND AWARD METHOD QUALITY, TECHNICAL PROPOSAL AND COST...........12
twenty........................................................................... SELECTION AND AWARD METHOD QUALITY
14
twenty-one................................. CONTENT OF THE EVALUATION AND RECOMMENDATION REPORT
14
22. AWARD OR DECLARATION DESERT........................................................................14
23. FORMALIZATION OF THE CONTRACT.....................................................................14
24. MODIFICATIONS TO THE CONTRACT.....................................................................16
25. OUTSOURCING...................................................................................................16
26. DELIVERY OF GOODS..........................................................................................16
27. CLOSING OF THE CONTRACT AND PAYMENT...........................................................16
28. CALL AND GENERAL DATA OF CONTRACTING..........................................................18
29. SCHEDULE OF DEADLINES...................................................................................19
30. TECHNICAL SPECIFICATIONS AND REQUIRED TECHNICAL CONDITIONS OF THE GOOD
twenty

2
Base Document for Procurement of Goods in the ANPE modality

PART I
GENERAL INFORMATION FOR BIDDERS

SECTION I
GENERALITIES

A. REGULATIONS APPLICABLE TO THE CONTRACTING PROCESS

The contracting process for the acquisition of Goods is governed by Supreme Decree No.
0181, of June 28, 2009, Basic Rules of the Goods and Services Administration System
(NB-SABS), its modifications and this Base Document of Contracting (DBC).

B. ELIGIBLE PROPOSERS

Only the following bidders may participate in this call:

a) Natural persons with the capacity to contract;


b) Legal Entities legally constituted in Bolivia;
c) Legally constituted Accidental Associations;
d) Micro and Small Businesses - MyPES;
e) Associations of Small Urban and Rural Producers - APP;
f) Peasant Economic Organizations – OECAS;
g) craftsmen;
h) Cooperatives (when their incorporation document establishes their ability to offer
goods);
i) Legally constituted Non-Profit Civil Associations (when their constitution document
establishes their capacity to offer goods).

C. ADMINISTRATIVE ACTIVITIES PRIOR TO THE SUBMISSION OF PROPOSALS

C.1. Previous Inspection“Not applicable”

C.2. Written Consultations on the DBC“Not applicable”

C.3. Clarification Briefing“Not applicable”

The Informative Clarification Meeting will be held on the date, time and place
indicated in this DBC, in which potential bidders may express their queries about
the contracting process. The Informative Clarification Meeting will also be held
through the use of virtual meetings, according to the date, time and connection
link indicated in the time schedule.

Requests for clarification, written queries and their responses, must be dealt with
at the Informative Clarification Meeting.

At the end of the meeting, the convening entity will deliver to each of the potential
bidders attending or those who so request, a copy or photocopy of the Minutes of
the Informative Clarification Meeting, signed by the representatives of the
Administrative Unit, Requesting Unit and the attendees who so wish, the signature
of the latter not being mandatory. The Minutes of the Informative Clarification
Meeting must be published in the SICOES and sent to the participants to the email
from which they made the queries.

D. GUARANTEE

In accordance with the provisions of Paragraph II of Article 20 of the NB-SABS, the


proponent will decide the type of guarantee to present between: Bond of Guarantee,
Guarantee at First Demand or Surety Insurance Policy at First Demand.

The bidder may make the physical presentation of one of the types of guarantee
established in this sub numeral or opt for the deposit to the fiscal current account owned

3
Base Document for Procurement of Goods in the ANPE modality

by the General Treasury of the Nation (TGN) provided in this DBC, in replacement of the
Guarantee of Seriousness of the Proposal.

D.1. The guarantees required, according to the object, are:

a) Guarantee of Seriousness of Proposal.The convening entity, when


required, may request the submission of the Proposal Seriousness
Guarantee or deposit for this concept equivalent to one percent (1%) of the
Reference Price, only for contracts with a Reference Price greater than Bs
200,000.- ( TWO HUNDRED THOUSAND 00/100 BOLIVIAN).“Not
applicable”

In case of contracting by items or lots, the Guarantee of Seriousness of the


Proposal may be requested, when the Reference Price of the item or lot is
greater than Bs 200,000.- (TWO HUNDRED THOUSAND 00/100 BOLIVIAN).
The Guarantee of Seriousness of the Proposal may be presented for the total
number of items or lots to which the proponent is presented; or for each
item or lot.

b) Contract Compliance Guarantee.The convening entity will request the


Contract Compliance Guarantee equivalent to seven percent (7%) of the
amount of the contract. When partial payments are scheduled, in
substitution of the Contract Compliance Guarantee, a withholding of seven
percent (7%) of each payment may be foreseen.“Not applicable”

Micro and Small Businesses, Associations of Small Urban and Rural


Producers and Peasant Economic Organizations will present a Contract
Compliance Guarantee for an amount equivalent to three and a half percent
(3.5%) of the value of the contract or a retention of three and a half percent
(3.5%) will be made. half percent (3.5%) corresponding to each payment
when partial payments are planned.

The substitution of the Contract Compliance Guarantee will be made for


goods with more than one delivery or continuous supply goods, in
accordance with the provisions of subsection b) of paragraph I of Article 21
of the NB-SABS.

c) Guarantee of Operation of Machinery and/or Equipment.The convening


entity, when it deems necessary, will request the Guarantee of Operation of
Machinery and/or Equipment up to a maximum of one point five percent
(1.5%) of the amount of the contract. At the request of the supplier, the
contracting party may make a retention of the amount equivalent to the
requested guarantee.“Not applicable”

d) Guarantee of Correct Investment of Advance.In the event of an advance


payment being agreed upon, the proponent must present a Guarantee of
Correct Investment of the Advance Payment, equivalent to one hundred
percent (100%) of the advance payment granted. The total amount of the
advance shall not exceed twenty percent (20%) of the total amount of the
contract.“Not applicable”

D.2. Execution of the Guarantee of Seriousness of the Proposal

If the Proposal Seriousness Guarantee has been requested, it will be executed or


the amount of the deposit for this concept will be consolidated in favor of the
entity or the TGN, as appropriate, when:

a) The information declared in the Proposal Submission Form (Form A-1) is


proven false;
b) For the formalization of the contracting, through a contract or purchase
order, the documentation presented by the awarded bidder does not support
what is stated in the Proposal Submission Form (Form A-1);
4
Base Document for Procurement of Goods in the ANPE modality

c) The awarded bidder does not present one or more documents indicated in
the Proposal Submission Form (Form A-1) for the formalization of the
contract, unless the delay due to force majeure has been duly justified,
fortuitous event or other causes duly justified and accepted by the entity;
d) The awarded bidder desists, expressly or tacitly, from formalizing the
contract, by contract or purchase order, within the established period,
except for reasons of force majeure, fortuitous event or other causes duly
justified and accepted by the entity.

D.3. Return of the Guarantee of Seriousness of the Proposal

The Proposal Seriousness Guarantee, if requested, will be returned to the bidders


within a period not exceeding five (5) business days, computed from the next
business day of the:

a) Notification with the Resolution of Desert Declaration;


b) Notification of the Resolution that resolves the Administrative Challenge
Appeal, if there is an Administrative Challenge Appeal, in contracts with
amounts greater than Bs200,000.- (TWO HUNDRED THOUSAND 00/100
BOLIVIANS);
c) Communication of the proponent refusing to accept the request of the
convening entity on the extension of the period of validity of proposals;
d) Notification of the Cancellation Resolution of the Contracting Process;
e) Notification of the Resolution of Cancellation of the Contracting Process,
when the cancellation is until before the publication of the call;
f) Formalization of the contracting, through a contract or purchase order with
the awarded bidder.

In the event of a deposit for the concept of Bid Seriousness Guarantee, it will be
returned in accordance with the conditions established in Article 18 of the
Procurement Regulations with the Support of Electronic Means, to the account
indicated by the bidder for this purpose. Said account must be registered in the
RUPE.

D.4. The treatment of execution and return of the Guarantees of: Compliance with the
Contract, Correct Investment of Advance and Operation of Machinery and/or
Equipment, will be established in the contract.

E. DISQUALIFICATION OF PROPOSALS

E.1. The grounds for disqualification are:

a) Failure to comply with the Affidavit of the Proposal Submission Form (Form
A-1);
b) When the technical and/or economic proposal does not meet the conditions
established in this DBC;
c) When the bidder does not present the Guarantee of Seriousness of the
Proposal, in contracts with a Reference Price greater than Bs200,000.- (TWO
HUNDRED THOUSAND 00/100 BOLIVIAN), if it had been required;
d) When the Proposal Seriousness Guarantee or the deposit for this concept
does not meet the conditions established in this DBC;
e) When the proponent presents two or more alternatives in the same
proposal;
f) When the proposal contains texts between lines, erasures and erasures;
g) When the proposal presents errors that cannot be corrected;
h) If for the formalization of the contract, the documentation presented by the
awarded bidder does not support what is stated in the Proposal Submission
Form (Form A-1);
i) If, for the formalization of the contract, the requested documentation is not
submitted within the period established for its verification; Except for an
extension of the term requested by the awarded bidder and accepted by the
entity in accordance with the provisions of sub numeral 23.1 of this DBC;
5
Base Document for Procurement of Goods in the ANPE modality

j) When the awarded bidder expressly or tacitly desists from formalizing the
contract.

The disqualification of proposals must be carried out solely and exclusively for the
reasons indicated above.

F. CORRECTABLE CRITERIA AND UNCOVERABLE ERRORS

F.1. The following should be considered as rectification criteria:

a) When the requirements, conditions, documents and forms of the proposal


substantially comply with what is requested in this DBC;
b) When the errors are accidental, incidental or of form and that do not affect
the validity and legality of the submitted proposal;
c) When the proposal does not present those conditions or requirements that
are not clearly indicated in this DBC;
d) When the bidder offers conditions superior to those requested in the
Technical Specifications, provided that these conditions do not affect the
purpose for which they were required and/or are considered beneficial for
the entity.

The criteria indicated above are not limiting, and the Evaluation Manager or the
Qualification Commission may consider other rectification criteria.

When the proposal contains correctable errors, these will be pointed out in the
Evaluation Report and Award Recommendation or Declared Deserted.

These criteria may also be applied in the document verification stage for the
formalization of the contract.

F.2. The following should be considered non-correctable errors, being subject


to disqualification:

a) Absence of any form requested in this DBC, except for the Additional
Conditions Form (Form C-2), when the Selection and Award Method is the
Lowest Evaluated Price.

b) Failure to sign the proponent on the Proposal Submission Form (Form A-1);
c) Lack of the technical proposal or part of it;
d) Lack of the economic proposal or part of it;
e) Lack of presentation of the Guarantee of Seriousness of the Proposal, if it
had been requested;
f) When the Proposal Seriousness Guarantee was issued in an erroneous
manner or when the deposit for this concept was made in an erroneous
manner;
g) When the Proposal Seriousness Guarantee is drawn or the deposit for this
concept is made for an amount less than that requested in this DBC,
admitting a margin of error that does not exceed zero point one percent
(0.1%);
h) When the Guarantee of Seriousness of the Proposal is issued for a period
shorter than that requested in this DBC, admitting a margin of error that
does not exceed two (2) calendar days;
i) When the Proposal Seriousness Guarantee is presented in a simple
photocopy, if it had been requested.

G. VOID DECLARATION

The RPA will declare a public call void, in accordance with the provisions of Article 27 of
the NB-SABS.

H. CANCELLATION, SUSPENSION AND ANNULMENT OF THE CONTRACTING PROCESS

6
Base Document for Procurement of Goods in the ANPE modality

The contracting process may be cancelled, annulled or suspended until before the contract
is formalized, by means of a contract or purchase order, through an express, technical and
legally motivated Resolution, in accordance with the provisions of Article 28 of the NB-
SABS and the Regulation of Procurement with the Support of Electronic Means.

I. RESOLUTIONSACTIONABLE

Proponents may file an Administrative Challenge Appeal, in contracting processes for


amounts greater than Bs200,000.- (TWO HUNDRED THOUSAND 00/100 BOLIVIAN), only
against the resolutions established in subsection b) of paragraph I of Article 90 of the NB -
SABS; provided that they affect, harm or may cause harm to their legitimate interests, in
accordance with the provisions of Chapter VII of Title I of the NB-SABS.

SECTION II
PREPARATION OF THE PROPOSALS

J. PREPARATION OF PROPOSALS

The proposals must be prepared in accordance with the requirements and conditions
established in this DBC, using the forms included in the Annexes and their submission will
be through the computer platform enabled in the RUPE.

K. PROPOSAL DOCUMENTS

All the forms of the proposal, requested in this DBC, will be constituted in Sworn
Declarations.

K.1. The documents that bidders must submit are:

a) Proposal Submission Form (Form A-1). This form must contain the signature
(scanned document or digitally signed document);
b) Proponent Identification Form (Form A-2a or Form A-2b), as applicable;
c) The proponent must register the information of its economic proposal in the
RUPE computer platform;
d) Technical Specification Form (Form C-1); and when applicable, the
Additional Conditions Form (Form C-2);
e) If the Proposal Seriousness Guarantee is required, it must be presented in
original, equivalent to one percent (1%) of the Reference Price of the
contract. The validity of this guarantee must exceed thirty (30) calendar
days of the validity period of the proposal established in numeral 11.3 of
this DBC, computable from the opening of proposals and that complies with
the characteristics of renewable, irrevocable and immediate execution,
issued in the name of the convening entity or deposit for the Proposal
Seriousness Guarantee.

K.2. InIn the case of Accidental Associations, the documents must be presented
differentiating those that correspond to the Association and those that correspond
to each associate.

K.2.1. The joint documentation to be submitted is as follows:

a) Proposal Submission Form (Form A-1). This form must contain the
signature (scanned document or digitally signed document);
b) Proponent Identification Form (Form A-2c);
c) The information of your economic proposal must be registered in the
RUPE computer platform;
d) Technical Specification Form (Form C-1); and when applicable, the
Additional Conditions Form (Form C-2);
e) If the Proposal Seriousness Guarantee is required, it must be
presented in original, equivalent to one percent (1%) of the
Reference Price of the contract. The validity of this guarantee must
exceed thirty (30) calendar days of the validity period of the
7
Base Document for Procurement of Goods in the ANPE modality

proposal established in numeral 11.3 of this DBC, computable from


the opening of proposals and that complies with the characteristics
of renewable, irrevocable and immediate execution, issued in the
name of the convening entity or deposit for the Proposal Seriousness
Guarantee. This Guarantee or deposit may be presented or made by
one or more companies that make up the Accidental Association.

K.2.2. Each associate, independently, must file the Identification Form for
Members of the Accidental Association (Form A-2d).

K.3. The proposal will be valid for thirty (30) calendar days, from the date set for the
opening of proposals.

L. PROPOSAL FOR AWARDS BY ITEMS OR LOTS

When a bidder submits its proposal for more than one item or lot, it must submit the legal and
administrative documentation only once, and a technical (Form C-1 and C-2, when applicable)
and economic proposal for each item or lot.

The Bid Seriousness Guarantee may be submitted for the total number of Items or lots to which
the bidder submits or for each Item or lot. The deposit for the Proposal Seriousness Guarantee
must be made for the total number of items or lots to which the bidder submits.

SECTION III
PRESENTATION, AUCTION AND OPENING OF PROPOSALS

M. SUBMISSION OF PROPOSALS

M.1. Electronic Proposal Submission

M.1.1. The Bidder must authenticate himself through his RUPE access
credentials and select the contracting process in which he wishes to
participate according to the CUCE.

M.1.2. Once entered the section for the presentation of proposals, you must
verify the general data entered and record the information established in
number 11 of this DBC, as well as the record of the margins of
preference, if applicable.

M.1.3. All the documents sent and the price information registered are
encrypted by the system and cannot be viewed until the opening of
proposals on the date and time established in the DBC deadline schedule.

M.1.4. The proponent must accept the conditions of the system for the
submission of electronic proposals and submit their proposal.

M.1.5. When in the presentation of electronic proposals it has been considered


to use the Guarantee of Seriousness of the Proposal, it must be
presented in a sealed envelope and with transparent adhesive tape on
the signatures and seals, addressed to the convening entity, citing the
Process Number, the Code Sole of State Procurement (CUCE) and the
purpose of the Call.

When in the submission of electronic proposals it has been considered to


use the deposit for the concept of Guarantee of Seriousness of the
Proposal, it must be made at least two (2) hours before the conclusion of
the term for the presentation of proposals, when it is made in days
business days, or anticipate one (1) business day in case it is carried out
on Saturdays, Sundays or holidays, for an adequate association to the
presentation of the same.

8
Base Document for Procurement of Goods in the ANPE modality

M.1.6. Whenthe entity has requested the presentation of samples, they must be
presented in a sealed envelope and with transparent adhesive tape on
the signatures and seals, addressed to the convening entity, citing the
Process Number, the Single State Contracting Code ( CUCE) and the
purpose of the Call.

M.2. Deadline, place and means of electronic filing

M.2.1. Electronic proposals must be registered within the period (date and time)
set in this DBC.

It will be considered that the proponent has submitted its proposal within
the term, as long as:

a) This has been sent before the expiration of the deadline for
submitting proposals and;
b) The Guarantee of Seriousness of the Proposal and the samples, if
they have been requested, have entered the venue in which the
presentation of proposals is registered, until the date and time limit
for the presentation of the same.

M.2.2. The guarantees may be delivered in person or by certified mail (Courier).


In both cases, the bidder is responsible for its guarantee being presented
within the established period.

M.2.3. Electronic proposals will be submitted through the RUPE.

M.3. Modifications and withdrawal of electronic proposals

M.3.1. The electronic proposals submitted may only be modified before the
deadline established for the closing of the submission of proposals.

For this purpose, the proponent must enter the computer platform for the
presentation of proposals and withdraw their proposal in order to modify,
expand and/or correct it.

M.3.2. The return of the Bid Bond will be requested by the bidder in writing. The
entity will proceed with the return under written proof and freeing itself
from any responsibility. In the event of a deposit, its return will be made
in accordance with the provisions of the Contracting Regulations with the
Support of Electronic Means.

M.3.3. The proponent who has withdrawn his proposal may submit a new
proposal, even before the deadline for closing the submission,
established in the DBC deadline schedule.

M.3.4. Once the deadlines have expired, the proposals may not be withdrawn,
modified or altered in any way.

N. ELECTRONIC AUCTION

N.1. Programming, Duration and Results

Prior to the opening of proposals and immediately after the deadline for submitting
proposals, the Electronic Auction will be held in accordance with the deadlines
(date and time) established in this DBC.

The time of the bidding stage must have a minimum duration of thirty (30)
minutes and a maximum of one hundred and eighty (180) minutes per contracting
process, in accordance with the time defined in the contracting process schedule.

9
Base Document for Procurement of Goods in the ANPE modality

Once the bidding stage has concluded, the system will issue an Electronic Report,
which will be downloaded by the entity when the opening of proposals becomes
effective.

N.2. Process

During the bidding stage, the identity of the bidders will not be known, nor the
value of the initial economic proposal, nor subsequent proposals of the other
bidders made effective through the ventures that are made.

The initial price that is recorded at the time of submitting the proposal, must
consider a value that is equal to or less than the reference price.

Traffic lights will be used during the bidding stage. The green color will identify the
proposal with the lowest price; the red color will identify all those proposals that
are above the lowest price.

The making of hauls will allow the automatic relocation of proposals in the bidding
stage. The proponent has the option to update the board at any time to see if their
proposal has been improved or not.

The proponent will not know the exact closing minute. The system will have a
random grace period with a closing range of no more than ten (10) minutes. When
the additional grace period ends, the system will automatically close the bid stage
with the values of the hauls registered up to that moment.

N.3. Conditions for conducting the Electronic Auction

The Electronic Auction will be carried out even if only one proposal has been
registered in the system. For this purpose, the bidder will not know if there are
other bidders, so its initial price recorded at the time of submitting the proposal,
will not report any status (without color) until it makes its first cast (green or red).

At the end of the term for the Electronic Auction, the system will generate the
electronic price report, without prejudice to whether or not the bidder has made a
bid, and the convening entity will download the information of the proposal in
accordance with the opening procedures and subsequently the technical
evaluation.

O. OPENING OF PROPOSALS

O.1. Immediately after the deadline for submitting proposals or the closing of the Electronic
Auction if it had been scheduled, the Evaluation Manager or the Qualification
Commission will proceed to open the proposals in a public act on the date, time and
place indicated in this DBC.

The Opening Act will be continuous and without interruption, where the presence of the
proponents or their representatives will be allowed, as well as the representatives of
the company that want to participate, and the scheduled virtual meeting will begin
according to the address (link) established in the call and in the time schedule of this
DBC.

The act will be carried out even if only one proposal has been received. If there are no
proposals, the Evaluation Manager or the Qualification Commission will suspend the
Opening Act and will recommend to the RPA that the call be declared void.

O.2. The Opening Act will include:

a) Reading of the information on the purpose of the contract, the publications


made and, when appropriate, the list of bidders who presented physical
guarantees or samples if they had been requested, according to the
Acceptance Certificate.
10
Base Document for Procurement of Goods in the ANPE modality

b) Opening of all the electronic proposals received within the term, for their
registration in the Opening Minutes. When appropriate, the physical opening
of the envelope containing the Bid Bond must be made, unless the deposit
has been chosen for this concept. Likewise, the physical opening of the
envelope containing the samples will be carried out if they had been
requested by the entity.

Once the electronic opening has been carried out, all the proposals submitted
will be automatically decrypted by the system, to allow the public entity to
know the identity of the bidders and to download the documents sent by the
bidder and the electronic price report.

In the case of contracting processes by items or lots, you must download the
documents consigned in each item or lot.

The system will store the date and time of the electronic opening, as well as
the date and time of downloading each of the documents sent by the bidder.

c) Publicly disclose the name of the proponents and the total price of their
economic proposals.

In the case of awards by items or lots, the price of the economic proposals for
each item or lot will be announced.

d) Verification of the documents submitted by the proponents, applying the


PRESENT/DID NOT PRESENT methodology of Form V-1. In the case of awards
by item or lot, a Form V-1 must be registered for each item or lot.

When a form or document required in this DBC is not located, the Evaluation
Manager or the Qualification Commission may ask the bidder's representative
to point out the place that said document or information occupies in the
electronic proposal or accept the lack thereof, without be able to include it. In
the absence of the proponent or its representative, such fact will be recorded
in the Opening Minutes.

e) Download the Electronic Report, which will contain the name of the bidder and
the total amount of his economic proposal.

f) Elaboration of the Opening Act, consigning the proposals presented, which


must be signed by the Evaluation Manager or by all the members of the
Qualification Commission and by the representatives of the attending bidders
who wish to do so, who must be given a copy or photocopy of the Act.

Proposers who have observations must record them in the Minutes.

O.3. During the Proposal Opening Act, no proponent will be disqualified, this being an
attribution of the Evaluation Manager or the Qualification Commission in the evaluation
process.

The Evaluation Manager or the members of the Qualification Commission and the
attendees must refrain from issuing criteria or value judgments on the content of the
proposals.

O.4. Once the Opening Act has concluded, the list of bidders will be sent, by the Evaluation
Manager or the Qualification Commission, to the RPA immediately, for purposes of
eventual excuse.

SECTION IV
EVALUATION AND AWARD

11
Base Document for Procurement of Goods in the ANPE modality

P. EVALUATION OF PROPOSALS

The convening entity, for the evaluation of proposals, may apply one of the following
Selection and Award Methods:

a) Lowest Appraised Price;“This method does not apply”


b) Quality, Technical Proposal and Cost;
c) Quality.“This method does not apply”

Q. PRELIMINARY EVALUATION

Once the opening ceremony has concluded, in a reserved session, the Evaluation Manager
or the Qualification Commission will determine whether the proposals continue or are
disqualified, verifying the substantial compliance and validity of the proposal forms, and
when applicable the Guarantee of Seriousness of Proposal or deposit for this concept, and
when appropriate the sample, using Form V-1.

The validation of the Digital Signature must be carried out for those proposals that do not
contain the scanned signature on Form A-1 in order to verify that said document has been
digitally signed. The Evaluation Manager or the Qualification Commission must use the
computer tools available to the system, the public entity or the one available on the
following website: validar.firmadigital.bo.

R. SELECTION AND AWARD METHOD QUALITY, TECHNICAL PROPOSAL AND COST

The evaluation of proposals will be carried out in two (2) stages with the following scores:

FIRST STAGE: Economic proposal ( PE ) : 30 points


SECOND STAGE: Technical proposal ( PT ) : 70 points

R.1. Evaluation of the Economic Proposal

R.1.1. electronic report

The system will automatically calculate the value in relation to the adjustment
factors that the bidder has declared at the time of registering his proposal. The
Electronic Report will establish the results of the Electronic Auction, stating the
following information:

a) The real value of the proposal;


b) The adjustment factors provided for in subsection a) of paragraph I of Article
30 and Article 31 of the NB-SABS, if applicable;
c) The final adjustment factor;
d) The adjusted price.

The system will generate the Electronic Report, which will record the order of
priority of the economic proposals.

R.1.2. Determination of the Score of the Economic Proposal

The lowest value proposal will be assigned thirty (30) points, the rest of
the proposals will be assigned an inversely proportional score, applying
the following formula:

PMV∗30
PE i=
Pi

Where:
PE i : Score of the Evaluated Economic Proposal

12
Base Document for Procurement of Goods in the ANPE modality

PMV : Price of the Proposal with the Lowest Value


Pi : Price of the Proposal to be evaluated

In the case of adjudication by items, the assignment of thirty (30) points will be to
the proposal with the lowest value, in the case of adjudication by lots or for the
total, the assignment of thirty (30) points will be to the proposal with the lowest
value. value prior sum of the adjusted prices.

R.2. Technical Proposal Evaluation

The technical proposal, contained in Form C-1, will be evaluated applying the
COMPLIANT/NOT COMPLIANT methodology, using Form V-2.

Proposals that have not been disqualified, as a result of the COMPLIANT/NOT


COMPLIANT methodology, will be assigned thirty-five (35) points. Subsequently,
the Additional Conditions established in Form C-2 will be evaluated, assigning a
score of up to thirty-five (35) points, using Form V-2.

The score of the Evaluation of the Technical Proposal will be the result of the sum
of the scores obtained from the evaluation of Forms C-1 and C-2, using Form V-2.
(PT ¿¿ i)¿
Proposals that do not reach the minimum score of fifty (50) points in the Technical
Proposal Evaluation will be disqualified.(PT ¿¿ i)¿

R.3. Total Score Determination

Once the economic and technical proposals of each proposal have been qualified
and scored, the total score of each of them will be determined, using Form V-3,
according to the following formula: PTP i

PTP i= PEi + PTi


Where:

PTP i : Total Score of the Evaluated Proposal


PEi : Score of the Economic Proposal
PTi : Score of the Technical Proposal

The Evaluation Manager or the Qualification Commission will recommend the


award of the proposal that obtained the highest total score (), whose amount
awarded will correspond to the real value of the proposal consigned in the
Electronic Report. PTP i

In the event of a tie between two or more proposals, the Evaluation Manager or
the Qualification Commission will be responsible for defining the tiebreaker, an
aspect that will be indicated in the Evaluation Report and Adjudication
Recommendation or Declaration Deserted.

S. CONTENT OF THE EVALUATION AND RECOMMENDATION REPORT

The Report of Evaluation and Recommendation of Adjudication or Declaration of Desertion,


must contain at least the following:

13
Base Document for Procurement of Goods in the ANPE modality

a) List of proponents;
b) Evaluation Tables;
c) Detail of correctable errors, as appropriate;
d) Grounds for disqualification of proposals, where appropriate;
e) Adjudication Recommendation or Desert Declaration;
f) Other aspects that the Evaluation Manager or the Qualification Commission deems
pertinent.

T. AWARD OR DECLARATION DESERT

T.1. The RPA, having received the Evaluation Report and Adjudication Recommendation
or Desert Declaration and within the period established in the time schedule, will
issue the Award or Desert Declaration.

T.2. In the event that the RPA requests the Evaluation Manager or the Qualification
Commission to complement or support the report, it may authorize the
modification of the time schedule from the date established for the issuance of the
Award or Declaration of Desertion. The new schedule of terms must be published
in the SICOES.

If the RPA, having received the supplementation or support of the Evaluation


Report and Award Recommendation or Declared Deserted, decides under its sole
responsibility, to deviate from the recommendation, it must prepare a
substantiated report addressed to the MAE and the State Comptroller General's
Office.

T.3. For contracts greater than Bs200,000 (TWO HUNDRED THOUSAND 00/100
BOLIVIAN), the RPA must award or declare the contract void, by express
Resolution, for contracts less than or equal to said amount, the entity will
determine the award document or declaration void.

T.4. The Document or Resolution of Award or Declaration of Desertion will be motivated


and will contain at least the following information:

a) List of participants and prices offered;


b) The results of the qualification;
c) Identification of the awarded bidder(s), when applicable;
d) Causes of disqualification, when applicable;
e) Grounds for Declaration Deserted, when applicable.

T.5. The Document or Resolution of the Award or Declaration of Desertion will be


notified to the bidders in accordance with the provisions of Article 51 of the NB-
SABS. The notification must include a copy of the Resolution and the Evaluation
Report and Adjudication Recommendation or Desert Declaration. In contracts up to
Bs200,000 (TWO HUNDRED THOUSAND 00/100 BOLIVIAN), the award document
or void declaration must be published in the SICOES, for communication purposes.

SECTION V
SUBSCRIPTION AND MODIFICATIONS TO THE CONTRACT AND SUBCONTRACTING

U. FORMALIZATION OF THE CONTRACT

U.1. The convening entity must establish the term for delivery of documents, which
must not be less than four (4) business days, for contracts up to Bs200,000.-
(TWO HUNDRED THOUSAND 00/100 BOLIVIAN), computed from the next business
day of its notification and for contracts greater than Bs200,000.- (TWO HUNDRED
THOUSAND 00/100 BOLIVIAN), the deadline for delivery of documents will be
computed from the business day following the expiration of the deadline for the
filing of Administrative Appeals.

14
Base Document for Procurement of Goods in the ANPE modality

If the awarded bidder submits the documents before the deadline, the process
must continue.

In the event that the awarded bidder justifies, in a timely manner, the delay in the
presentation of one or more documents required for the formalization of the
contract, due to force majeure, fortuitous event or other causes duly justified and
accepted by the entity, it must be extended the deadline for submitting
documents.

U.2. The successful bidder must submit, for the formalization of the contract, by
contract or purchase order, the originals or legalized photocopies of the documents
indicated in the Proposal Submission Form (Form A-1), except for those
documents whose information is consigned in the RUPE Certificate.

If an advance payment is agreed upon, the awarded bidder must submit the
Advance Payment Correct Investment Guarantee, equivalent to one hundred
percent (100%) of the requested advance payment, within the terms established
in the contract.

Public entities must verify the authenticity of the RUPE Certificate presented by the
awarded bidder, entering the verification code of the Certificate in the SICOES.

U.3. When the awarded bidder expressly or tacitly desists from formalizing the
contract, by contract or purchase order, his proposal will be disqualified,
proceeding to the review of the next best evaluated proposal. In the event that the
justification for the express withdrawal is not due to force majeure, fortuitous
event or other causes duly justified and accepted by the entity, in addition, the
deposit will be consolidated or the Guarantee of Seriousness of the Proposal will be
executed, if this had been requested and SICOES will be informed, in compliance
with subsection c) of Paragraph I of Article 49 of the NB-SABS.

The express withdrawal will become effective upon receipt of the withdrawal letter
sent by the awarded bidder. The tacit withdrawal will become effective once the
deadline for submitting documents for the formalization of the contract has
expired, without the successful bidder having justified its delay.

If the entitywill notify the award once the validity period of the proposal has
expired, the awarded bidder may express his/her will to continue with the
contracting process; in case of not making a pronouncement or expressly rejecting
the award, the disqualification of the proposal will be effected by withdrawal, not
corresponding to its registration in the SICOES as impeded, nor the consolidation
of the deposit or the execution of the Guarantee of Seriousness of the Proposal, if
this would have been requested.

If, as a result of the review carried out for the formalization of the contract, the
documents presented by the successful bidder do not meet the required
conditions, it will not be considered withdrawal, for which reason the registration
in the SICOES as prevented does not correspond; however, the disqualification of
the proposal and the consolidation of the deposit or the execution of the
Guarantee of Seriousness of the Proposal will correspond, if it had been requested.

U.4. In cases where it is necessary to extend deadlines, the RPA must authorize the
modification of the schedule of deadlines from the date of issuance of the award
document.

V. MODIFICATIONS TO THE CONTRACT

The Contract may be modified by Modified Contract when the modification to be


introduced affects the scope, amount and/or term of the contract without giving rise to an
increase in unit prices, as provided in subsection a) of Article 89 of the NB- SABS. One or
several modifying contracts may be made, whose added increases or decreases must not
exceed ten percent (10%) of the total original amount of the contract.
15
Base Document for Procurement of Goods in the ANPE modality

W. OUTSOURCING

When the entity has defined the possibility of subcontracting and the proponent has
foreseen it in its proposal, the supplier may carry out the necessary subcontracting up to
twenty-five percent (25%) of the total amount of the contract, which will allow it to
comply with the execution thereof, as established in Article 87 Bis of the NB-SABS.

X. DELIVERY OF GOODS

The delivery of goods must be made in compliance with the technical conditions
established in the signed Contract and its component parts or Purchase Order and
awarded proposal, subject to the approval of the Reception Manager or the Reception
Commission of the contracting entity.

Y. CLOSING OF THE CONTRACT AND PAYMENT

24
25
26
27
27.1 The closing of the contract will proceed before the termination by compliance or by
Contract Resolution, according to the provisions established in the contract. In
both cases, the entity and the supplier will precede the liquidation of the contract.

In case of termination due to compliance, once the settlement of the contract is


concluded, the entity must issue the Contract Compliance Certificate.

27.2 When the contracting has been formalized, by means of a purchase order and
once the Reception has been carried out, the entity must issue the Certificate of
Compliance with the Purchase Order.

27.3 Payments will be made upon receipt and approval of the goods to the contracting
entity and the issuance of the invoice by the supplier.

27.4 In the hiring of natural persons, in the absence of the fiscal note (invoice), the
convening entity must withhold the amounts of tax obligations, for subsequent
payment to the National Tax Service.

GLOSSARY OF TERMS

16
Base Document for Procurement of Goods in the ANPE modality

Recurring Assets:They are goods that the entity requires continuously for the performance of
its functions.

Certificate of Compliance with Contract or Purchase Order:It is defined as the document


issued by the contracting entity in favor of the Contractor, which formalizes the fulfillment of the
Contract or Purchase Order; It must contain at least the following data: object of the contract,
amount of the contract and delivery term.

Contractor:The person or institution of public law is designated that, once the public call has
been made and the acquisition awarded, becomes a contractual party to it.

Summoner:The person or institution of public law that requires the acquisition of goods and
makes the public call is designated.

Withdrawal:Express or tacit waiver by the will of the awarded bidder, to formalize the contract,
which is not a consequence of causes of force majeure and/or fortuitous event.

Contract amount:It is the price established in the Award Note or Resolution, reflected in the
Contract, which may be modified subsequently in accordance with the provisions of the Contract.

Proponent:It is the natural or legal person who shows interest in participating in the contracting
process.

17
Base Document for Procurement of Goods in the ANPE modality

PART II
CONTRACTING TECHNICAL INFORMATION
Z. CALL AND GENERAL DATA OF CONTRACTING

1. CONTRACTING PROCESS DATA

Calling Entity Municipal Autonomous Government of Viacha


National Support for Production and Internal Code that the Entity uses to identify the
Modality of contracting
Employment - ANPE process RPABD6 002

two two - 1 two 0 6 - 0 0 - 1 tw 1 9 1 4 3 - 1 - 1 Management 2022


CUCE
o

ACQUISITION OF LUMINAIRES AND POSTS D-6 (ACQUISITION OF LED LUMINAIRES


Object of the contract
AND METALLIC ARMS)

Selection and Award Lowest Evaluated Price X Quality Technical Proposal and Cost
Method Quality

Form of Award For the Total By Items X By Batches

Reference Price Bs. 149,520

The hiring will be Purchase order(Only for goods delivered no more than fifteen (15)
Contract X
formalized through calendar days)

Estimated time for


delivery of goods(in 5 calendar days
calendar days)

Guarantee of The bidder must present a Guarantee equivalent to 1% of the Reference Price of the Contract “Not applicable”
Seriousness of Proposal
(Delete if not required)

Compliance Guarantee The successful bidder must establish a Contract Performance Bond equivalent to 7% or 3.5% (as applicable) of the
of contract amount of the contract. In case of partial payments, the proponent may request retention in substitution of the
(Delete in case of
guarantee“Not applicable”
formalizing with Purchase
Order)

Guarantee of Operation The supplier must constitute the Guarantee of Operation of Machinery and/or Equipment that will be up to a maximum of
of Machinery and/or 1.5% of the amount of the contract, at the request of the supplier, a retention of the amount equivalent to the requested
Equipment(Delete if not guarantee may be made.“Not applicable”
required)

X Current management budget


Indicate with what budget the Budget for the next administration for recurring goods (the process will continue until the award and the subscription of the
contracting process beginsof the Contract is subject to the approval of the budget of the following management)
good Budget for the next administration (the processit will startonce the Law of the General State Budget of the following administration
is published)
Name of the Financing Organization
#
(according to the current classifier)
% of Financing
Financing Organizations 1 20/210 100
two

2. INFORMATION OF THE CONTRACTING BASE DOCUMENT (DBC).Interested parties may obtain the Base Contract Document
(DBC) on the SICOES website and obtain information from the entity in accordance with the following data:

Business Hours of the 8:00 to


Address of the Calling Entity Plaza Mcal. José Ballivian, Town Hall
Entity 16:00
Full name Position Dependence
DIRECTOR OF DEPUTY MAYOR'S
Responsible for handling inquiries IVAN BUTRON MIXED PUBLIC WORKS OFFICE MUNICIPAL
D-6 DISTRICT 6

Telephone 2882746 Fax -------------- Email gamviacha.sad7@gmail.com


Account Number: 10000041173216
Fiscal Current Account for Deposit Bank: Banco Union SA
for the Proposal Seriousness Holder: General Treasury of the Nation
Guarantee (Funds in Custody) Currency: Bolivianos.
“Not applicable”.

18
Base Document for Procurement of Goods in the ANPE modality

AA.SCHEDULE OF DEADLINES

In accordance with the provisions of Article 47 of the NB-SABS, the following terms are mandatory:

1. Presentation of proposals:

a) For contracts up to Bs200,000.- (TWO HUNDRED THOUSAND 00/100 BOLIVIAN), a minimum term of four (4) business days;

b) For contracts greater than Bs200,000.- (TWO HUNDRED THOUSAND 00/100 BOLIVIAN) up to Bs1,000,000.- (ONE MILLION 00/100
BOLIVIAN), a minimum term of eight (8) business days.

Both computable from the business day following the publication of the call in the SICOES;

2. Submission of documents for the formalization of the contract, deadline for delivery of documents not less than four (4) business days);

3. Term for the presentation of the Administrative Appeal to Challenge the Award Resolution or the Desert Declaration, in contracts greater than
Bs200,000.- (TWO HUNDRED THOUSAND 00/100 BOLIVIAN) up to Bs1,000,000.- (ONE MILLION 00/100 BOLIVIAN) (in which case the schedule
must consider three (3) business days from the business day following the notification of the Challengeable Resolution).

Failure to comply with the indicated deadlines will be considered as non-compliance with the regulations.

EXERCISE DATE HOUR PLACE AND ADDRESS

Mont
Day Year
1 Publication of the DBC in the SICOES (*) h
26 05 2022
Mont
Day Year Hour Min.
two Prior inspection (Not mandatory) h
----- ----- ------- ----- ----- "Not requested"
Mont
Day Year
3 Written Consultations (Not mandatory) h
----- ---- ------ "Not requested"
Mont
Day Year Hour Min.
4 Clarification Informative Meeting (Not mandatory) h
----- ----- -------- ------ ------ "Not requested"
Mont
Day Year Hour Min.
5 Presentation Proposals h
03 06 2022 09 00 RUPE platform
Da Mo Hou
Year Min.
6 Start of Electronic Auction y nth r
03 06 2022 09 01
Mont
Day Year Hour Min.
7 Preliminary closing of Electronic Auction h
03 06 2022 10 01
Da Mo Hou
Year Min.
y nth r
Plaza Mcal. José Ballivián,
Palacio Consistorial, GAMV,
8 Opening of Proposals (deadline) (**)
Procurement Processes Unit
03 06 2022 10 12 and enter the Link
meet.google.com/bmh-
yvrf-pma
Mont
Presentation of the Evaluation Report and Day Year
9 h
Recommendation to the RPA
07 06 2022
Da Mo
Year
10 Award or Declaration Deserted y nth
09 06 2022
Mont
Day Year
h
Notification of the award or Declaration Deserted
eleven 10 06 2022
(deadline)

Mont
Presentation of documents for the formalization of the Day Year
12 h
contract.
17 06 2022
13 Subscription of Contract or issuance of the Purchase Day Mont Year
Order. h

19
Base Document for Procurement of Goods in the ANPE modality

22 06 2022

(*) The terms of the contracting process will be computed from the business day following the publication in the SICOES.

BB. TECHNICAL SPECIFICATIONS AND REQUIRED TECHNICAL CONDITIONS OF THE GOOD

The required technical specifications are:

TECHNICAL SPECIFICATIONS

20
Base Document for Procurement of Goods in the ANPE modality

PART III
APPENDIX 1

FORM A-1
PROPOSAL PRESENTATION
(For Natural Persons, Legal Persons or Accidental Associations)

DATA OF THE OBJECT OF THE CONTRACT

CUCE: - - - - -

INDICATE THE OBJECT OF THE CONTRACT:

On behalf of (Name of the proponent) whom I represent, I submit this proposal, expressly
declaring my agreement and commitment to comply, in accordance with the following points:

I.- Of the Conditions of the Process

a) I declare to strictly comply with the regulations of Law No. 1178, of Government Administration
and Control, the provisions of the NB-SABS and this DBC.
b) I declare that I have no conflict of interest for this contracting process.
c) I declare that as a proponent, I am not in the causes of impediment, established in Article 43
of the NB-SABS, to participate in the contracting process.
d) I declare and guarantee that I have examined the DBC, as well as the Forms for the
presentation of the proposal, accepting without reservation all the stipulations in said
documents and adherence to the text of the contract.
e) I declare to respect the performance of the public servants assigned, by the entity convening
the hiring process and not to incur in a relationship other than through written means, except
in acts of a public nature and except for inquiries made to the person in charge of answering
inquiries, prior to the submission of proposals.
f) I declare the veracity of all the information provided and hereby authorize, so that, in case of
being awarded, any natural or legal person, provide the authorized representatives of the
convening entity, all the information they require to verify the documentation that I present .
In case of falsehood in the same, the convening entity has the right to disqualify this proposal
and consolidate the amount of the deposit or execute the Guarantee of Seriousness of the
Proposal if it were presented, without prejudice to the provisions of specific regulations.
g) I declare the authenticity of the guarantees presented in the contracting process, authorizing
their verification in the corresponding instances.
h) I undertake to report possible acts of corruption in this contracting process, within the
framework of the provisions of Law No. 974 of Transparency Units.
i) I accept by signing this document that all the Forms submitted are considered signed.

II.- Presentation of Documents

In case of being awarded, for the formalization of the contract, I undertake to present the following
documentation in original or legalized photocopy, except for that documentation whose information
is consigned in the RUPE Certificate itself, which will not be presented, accepting that non-
compliance is grounds for disqualification of the proposal. In the case of Accidental Associations,
the joint documentation to be submitted is that indicated in subsections: a), e), h) and k).

a) Certificate from the RUPE that supports the information declared in the proposal.
b) Identity Card (for natural persons).
c) Document of Constitution of the company.
d) Updated Trade Registration, except for bidders whose legal regulations inherent to their
constitution so provide.
e) Broad and Sufficient General Power of Attorney of the Bidder's Legal Representative with
powers to submit proposals and sign contracts, registered in the Trade Registry, this
registration may be excepted for other bidders whose legal regulations inherent to their
constitution so provide. Those Sole Proprietorships that do not accredit a Legal Representative,
must not present this Power of Attorney.
21
Base Document for Procurement of Goods in the ANPE modality

f) Certificate of registration in the National Taxpayers Registry (NIT) valid and active, except as
provided in subparagraph 27.4 of this DBC.
g) Certificate of No Debt for Contributions to the Long-Term Obligatory Social Security and the
Comprehensive Pension System, except natural persons. In the case of sole proprietorships,
which do not have dependents, you must submit the Registration Form for Sole Proprietorships
without Dependents - FIEUD.
h) Contract Compliance Guarantee equivalent to seven percent (7%) of the amount of the
contract and in the case of Micro and Small Businesses, Associations of Small Urban and Rural
Producers and Rural Economic Organizations of 3.5%. In the case of Accidental Associations,
this guarantee may be presented by one or more companies that make up the Association, as
long as it complies with the characteristics of renewable, irrevocable and of immediate
execution, issued in the name of the convening entity. When partial payments are scheduled,
in substitution of this guarantee, a withholding of seven percent (7%) of each payment may be
foreseen (in the event that the contracting is formalized by means of a Contract).
i) Certificate that accredits the condition of MyPE, OECA, APP or Artisans (when the proponent
has declared this condition).
j) Certification of the Gross Cost of Production or Certification of goods produced in the Country
regardless of the origin of the inputs (when the proponent has requested the application of the
margin of preference). In case of Accidental Associations, this Certification may be presented
by one of the companies that make it up.
k) Testimony of Accidental Association Contract.
l) (The contracting entity must specify the documentation required in the technical specifications
and/or technical conditions, or otherwise delete the subsection).

(Signature of the proponent, owner or legal representative of the proponent)


(Full name)

22
Base Document for Procurement of Goods in the ANPE modality

FORM A-2a
IDENTIFICATION OF THE PROPONENT
(For Natural Persons)

1. GENERAL DATA OF THE PROPONENT

Name of the proposer:

Identity Card or Tax Identification CI/NIT number


Number:

Home:

phones :

2. INFORMATION ABOUT NOTIFICATIONS/COMMUNICATIONS

I request that Fax:


notifications/communications be (only if you have)
sent to me via: Email:

23
Base Document for Procurement of Goods in the ANPE modality

FORM A-2b
IDENTIFICATION OF THE PROPONENT
(For Legal Entities)

1. GENERAL DATA OF THE PROPONENT

Name of the
proponent or
company name

(Must indicate:National Company, Cooperative, Non-Profit Civil Association


Proponent
or Artisans)

(Check only if you are certified by:)

Proposer Type MyPE OECA APP Craftsman

Country City Address


Primary residence

Telephone Tax identification number

Registration date
Da Mont
Registration number Year
y h
Trade Registration

2. LEGAL REPRESENTATIVE INFORMATION(When the bidder is a sole proprietorship and it does not accredit a Legal
Representative, it will not be necessary to fill in the information in number 2 of this form).

Last name Mother's last name Names)


Name of the legal
representative

Identity Card Number of the Legal Representative

Registration Date
Testimony Number Place of issue Mont
Day Year
h
Power of Legal Representative

 I declare as Legal Representative to have a broad and sufficient general power of attorney with the power to submit
proposals and sign Contracts.
 I declare that the power of attorney of the Legal Representative is registered in the Registry of Commerce. (Delete this
text when, due to the legal nature of the proponent, registration in the Bolivian Trade Registry is not required and when
the proponent is a sole proprietorship and does not certify a Legal Representative).

3. INFORMATIONABOUT NOTIFICATIONS

Fax
I request that notifications be sent to me
via:
Email

In the case of Artisans, Cooperatives and Non-Profit Civil Associations, you must fill in the corresponding data, according
to their institutional nature. Artisans, Cooperatives and Non-Purpose Civil Associations do not need to be registered in the
commercial register, nor do their representatives need to be registered in said register.

24
Base Document for Procurement of Goods in the ANPE modality

25
Base Document for Procurement of Goods in the ANPE modality

FORM A-2c
IDENTIFICATION OF THE PROPONENT
(For Accidental Associations)

1. GENERAL DATA OF THE ACCIDENTAL ASSOCIATION

Name of the
Accidental
Association

%
Associate Name Participation

Associates

Registration Date
Da Mont
Testimony Number Place Year
y h
contract testimony

Lead Company Name

2. CONTACT DETAILS OF THE LEADING COMPANY

Country City

Main address

phones Fax

Email

3. INFORMATION OF THE LEGAL REPRESENTATIVE OF THE ACCIDENT ASSOCIATION

Name of the legal Last name Mother's last name Names


representative

Identity Card of the Legal Telephon


Fax
Representative e

Registration Date
Power of Legal Testimony Number Place
Day Month Year
Representative

Address of the Legal


Representative

Email

I declare as the Legal Representative of the Accidental Association to have a broad and sufficient general power of attorney
with the power to present proposals and sign Contracts.

26
Base Document for Procurement of Goods in the ANPE modality

4. NOTIFICATION INFORMATION

I request that Fax


notifications/communications be
sent to me via Email

27
Base Document for Procurement of Goods in the ANPE modality

FORM A-2d
IDENTIFICATION OF MEMBERS OF THE ACCIDENTAL ASSOCIATION

1. GENERAL DATA OF THE PROPONENT

Name of the proponent or


company name

Identification number Registration date


Tax –NIT Business Registration Number Day Month Year

2. LEGAL REPRESENTATIVE INFORMATION(When the bidder is a sole proprietorship and it does not accredit a Legal Representative, it will not
be necessary to fill in the information in number 2 of this form).

Name of the legal Last name Mother's last name Names)


representative

Identity Card of the Number


Legal Representative
Enrollment date
Power of Legal Testimony Number Place of issue Day Month Year
Representative

In the event that the Accidental Association is made up of Artisans, Cooperatives or Non-Profit Civil Associations, the information
regarding the Business Registration must not be filled out. Artisans, Cooperatives and Non-profit Civil Associations do not need to
be registered in the commercial registry.

28
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

FORM C-1
TECHNICAL SPECIFICATIONS
LOT N° 1 75W 230VAC LED LIGHTING

To be completed by the
To be completed by the convening Entity
proponent at the time of
(Fill out the Technical Specifications prior to the publication of the DBC)
preparing their proposal
# Characteristics and technical conditions requested (*) Proposed Feature (**)

DESCRIPTION TECHNICAL CHARACTERISTICS


75W 230VAC LED LIGHTING. With housing and power cable No.
12 (small) of 2.5 m. X2, led support plate, driver, protector against
electrical discharges and overvoltages, also with photocontrol
included (ACCORDING TO TECHNICAL SPECIFICATIONS)
Make model Indicate
carcass Structure:High pressure die-cast aluminum with 2 or more closing
levers made of extruded aluminium, with a modern and
aerodynamic design.
The luminaire must be made up of accessories for easy
installation at the time of assembly, the luminaire must have an
arm which must be adjustable in a range of +15 ˚ to 0 ˚ to -15 ˚
and attachable to a 2-inch luminaire arm. inches, the luminaire
must have an easy replacement of the photometric motor and the
electrical auxiliary compartment (opening without tools), it must
have a cable gland with a cable for connection to 230 vac, it must
have a turn-off type connector accessory which must be
connected and disconnect the electrical power without the use of
tools for protection for the maintenance technician, attach a
catalog of internal electrical connection accessories as well as
quality and technical certifications.
It must have an integrated ventilation element made with an E-
PTFE membrane for internal ventilation for equalization and
pressure relief that ensures the balance of air inside and outside
the luminaire, which improves the useful life of electrical
accessories, attach catalog and quality certification.
The upper layer must have a base for photocontrol with a degree
of tightness IP65 or higher with original design, it must be
compatible with remote management systems. Attach quality and
technical certifications of the base for photocontrol (bracket)
It must have a stainless steel plate to house the electrical
components, which must have removable connectors for efficient
maintenance.
It must have electrical conductors which derive from one of the
detachable connectors, for a correct connection to the main
electrical power network.
Diffuser structure:High pressure die cast aluminum
The led optic must be protected by tempered glass with an IK08
index, which must have a light transmittance of 94%, verifiable.
Attach laboratory tests and certification of compliance with the
requested standard
Fixation: by means of galvanized steel screws for 2” pipe (inches)
Exterior Finish: Electrostatically applied baked powder paint, with
UV resistance.
Luminaire must have a tightness greater than or equal to IP65.
Attach laboratory tests and certification of compliance with the
requested standard
Led Support Plate It must be manufactured in a high purity aluminum base plate
which guarantees the conduction of heat that the CHIP LEDs
produce.
Protection: Must have optics made of high quality polycarbonate
Block tightness: ≥ IP66
Photometric Lens: Asymmetric Type according to EN13201
standard, it must be able to exchange different photometric
distribution curves depending on the application and project.
Attach photometric distribution curves. Attach photometric report,

29
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

To be completed by the
To be completed by the convening Entity
proponent at the time of
(Fill out the Technical Specifications prior to the publication of the DBC)
preparing their proposal
specifying a series of technical requirements based on the iesna
classification system.
Attach photometric files in ies format for simulation and the
corresponding software for simulation.
Chip Led: Indicate brand and origin, ATTACH CATALOG
Quantity of led: indicate (led chip)
Power: 75W
Heat temperature: within the range of 4000 – 4500 °K
Luminous flux: must be greater than 9700 lumen
Color rendering CRI greater than 70
Life time: greater than 100,000 hours
Indicate light efficiency greater than 130 lm/watt
Protection: It must have high-resistance transparent optics and
94% transmittance tempered glass with IK 08 degree of protection
with a hermetic seal that meets the IP66 standard.
drivers Driver: Compatible with the luminaire to be presented.
Indicate brand and model of driver
Power: 75W
Input voltage from 90 to 305 vac
AC operating voltage range: 110 – 305 Vac.
Rated input power: 75 W maximum
Power factor: greater than or equal to 0.90
Efficiency: Greater than or equal to 85%
The driver must have certifications: ISO 9001:2008, CE, UL, EMI
Standards EN55015 EN61000 EN61547, attach documentation
Working environment temperature: -40˚C to +85˚C
Input surge protection, DM 6Kv. CM 10Kv
Degree of tightness Greater than or equal to IP66
Life time: GREATER THAN 100,000 Hours
INDICATE MTBF
The power supply (Driver) must have the function included and
programmed to modify the power of the luminaire at different times
autonomously as detailed below HH:MM
• 00:00 to 00:01 linear growth from 10 to 100%
• 00:01 to 06:00 at 100%
• 06:00 to 09:00 at 70%
• 09:00 until shutdown at 85%
Protector against Protection Line – earth, Line – line
electric shocks and
Maximum discharge current: 10Ka, 10Ka, 8/20Us
surges
Must have 20° Backup Fuse
LED indicator on the status of the protector, indicate operating
characteristics.
Designed to have a degree of protection greater than or equal to
IP65
Life time 100,000 hours
Operating voltage: 230VAC
Continuous Current: 5A
Maximum discharge current: 20Ka, 8/20Us
Operating temperature: -40˚C to +70˚C
CE approved standards

30
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

To be completed by the
To be completed by the convening Entity
proponent at the time of
(Fill out the Technical Specifications prior to the publication of the DBC)
preparing their proposal
The protector must have a 20 A backup fuse
Maximum earth leakage current: 50Ua
PHOTOCONTROL Operating voltage of 120 – 277 Vac

1000w load – 1800VA


Power consumption less than or equal to 0.9W
The relay must be 30 Amp. Delivering a 50,000 cycle time
Typical level on/off, 16 lx on/ 24 lx off.
Ambient temperature -40˚C to +70˚C
IP degree greater than or equal to IP65
Attach ISO 9001 Manufacturer Certificate
It must have certification: IEC 61347 OR ITS EQUIVALENT.
Attach documentation in legible photocopies
Photocontrol based contacts must be tin plated.
Make model
Country of origin
Note: In the event that the contracting is carried out by item or batch, the table must be repeated for each item
or batch.
(*)The Organizing Entity must include the Technical Specifications and Technical Conditions indicated in Number
30 of this DBC.
(**)The bidder may offer characteristics superior to those requested in this Form, which improve the quality of
the good or goods offered, provided that these characteristics are beneficial for the entity and/or do not affect the
purpose for which it was required.
(***)In the event that the entity considers it necessary for the proposal to identify the brand, model and origin
of the product, it may require the proponent to specify these data in its proposal. These data do not constitute
evaluation factors, and the brand/model or the country of origin are not subject to disqualification.

31
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

FORM C-2
ADDITIONAL CONDITIONS

LOT N° 1. 75W 230 VAC LED LUMINAIRES

To be completed by the Convening Entity To be completed by the proponent at the time


(Fill out prior to the publication of the DBC) of preparing their proposal

Assigned score (define


# Requested Additional Conditions (*) Proposed Additional Conditions (***)
score) (**)
LUMINAIRE WARRANTY PERIOD
≥at 3 years
1 < At 3 years PROPOSAL
You must present a guarantee against possible 10
defects or manufacturing faults for a period of at 5
least three years
OVERALL COMPANY EXPERIENCE
two
≥at 5 years 10 PROPOSAL
< At 5 years 5
You must submit documentation (photocopy)
DELIVERY TIME
3 <A5 days 10 PROPOSAL
≥5 days 5
IMPROVEMENT: OF THE LIGHTING AND
ELECTRICAL COMPONENTS
4 (best submitted proposal) 5 PROPOSAL

SUPERIOR TO THE SHEET OF FORM C-1


TOTAL SCORE 35
In the event that the contracting is carried out by item or batch, the table must be repeated for each item or
batch.
(*) The criteria, ranges or parameters considered necessary must be described. For example, additional
conditions or improvements to the technical specifications for the acquisition of goods, as long as they are:
objective, consistent and subject to the criteria of reasonableness and proportionality. For example, if for the
purchase of computers a minimum of 512 Mb in RAM memory is defined in the technical specifications, it can be
specified in the quality criteria that for 1Gb. of memory will be assigned 5 additional points, for 2Gb. 10 points).
(**) The sum of the scores assigned for the additional conditions requested must be 35 points.
(***) The bidder may offer additional conditions superior to those requested in this Form, which improve the
quality of the goods offered, provided that these characteristics are beneficial for the entity and/or do not affect
the purpose for which the proposal was required. right.

32
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

FORM C-2
ADDITIONAL CONDITIONS

LOT N° 2. METALLIC ARM FOR PUBLIC LIGHTING

To be completed by the Convening Entity To be completed by the proponent at the time


(Fill out prior to the publication of the DBC) of preparing their proposal

Assigned score (define


# Requested Additional Conditions (*) Proposed Additional Conditions (***)
score) (**)
DELIVERY TIME
1 < To 5 days 10 PROPOSAL
≥ 5 days 5
OVERALL COMPANY EXPERIENCE
two
≥at 4 years 10 PROPOSAL
<at 4 years 5
Submit documentation (photocopy)
SPECIFIC EXPERIENCE OF THE COMPANY
3
≥A4 years PROPOSAL
<at 4 years 10
Submit documentation (photocopy) 5
OTHER IMPROVEMENTS TO THE
METALLIC ARM FOR PUBLIC LIGHTING IN
ITS DESIGN
4 HIGHER THAN THE TECHNICAL 5 PROPOSAL
SPECIFICATIONS SHEET (INDICATE
THICKNESS OF THE MATERIAL AND
ORIGIN)
TOTAL SCORE 35
In the event that the contracting is carried out by item or batch, the table must be repeated for each item or
batch.
(*) The criteria, ranges or parameters considered necessary must be described. For example, additional
conditions or improvements to the technical specifications for the acquisition of goods, as long as they are:
objective, consistent and subject to the criteria of reasonableness and proportionality. For example, if for the
purchase of computers a minimum of 512 Mb in RAM memory is defined in the technical specifications, it can be
specified in the quality criteria that for 1Gb. of memory will be assigned 5 additional points, for 2Gb. 10 points).
(**) The sum of the scores assigned for the additional conditions requested must be 35 points.
(***) The bidder may offer additional conditions superior to those requested in this Form, which improve the
quality of the goods offered, provided that these characteristics are beneficial for the entity and/or do not affect
the purpose for which the proposal was required. right.

33
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

APPENDIX 2
REFERENTIAL SUPPORT FORMS

FORM V-1
PRELIMINARY EVALUATION

GENERAL DATA OF THE PROCESS

CUCE: - - - - -

Object of the contract:

Name of the Proposer:

Economic proposal:

Verification (Opening Act) Preliminary evaluation


ASSESSED REQUIREMENTS FILED (Reserved Session)

YES NO KEEP GOING DISQUALIFIES


LEGAL AND ADMINISTRATIVE DOCUMENTS

1. FORM A-1 Submission of Proposal.


2. FORM A-2a, A-2b or A-2c.Identification of the Bidder, as
appropriate.
In the case of Accidental Associations, each associate will
present independently:
3. FORM A-2d Identification of Members of the Accidental
Association.
4. Guarantee of Seriousness of Proposal or deposit, when
applicable.
TECHNICAL PROPOSAL

5. FORM C-1.Technical specifications.


6. FORM C-2.Additional Conditions (when applicable)
7. Samples (When applicable)
ECONOMIC PROPOSAL

8. Proposal registration verified by Electronic Report

34
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

FORM V-2
EVALUATION OF THE TECHNICAL PROPOSAL

PROPOSERS
TECHNICAL
PROPONENT TO PROPONENT B PROPONENT C PROPONENT No.
SPECIFICATIONS
Form C-1 complian compli complian
compliant Fails Fails Fails Fails
(Filled by the Entity) t ant t
Category 1

Category 2

Category 3

METHODOLOGY (indicate if it (indicate if it (indicate if it


(indicate if it complies
COMPLIES/DOES NOT complies or does complies or does complies or does
or does not comply)
COMPLY not comply) not comply) not comply)

PROPOSERS
ADDITIONAL CONDITIONS ASSIGNE PROPONENT
PROPONENT TO PROPONENT B PROPONENT C
Form C-2 D SCORE No.
(Filled by the Entity) Score obtained Score obtained Score obtained Score obtained
Criterion 1

Criterion 2

Criterion 3

(add the scores (add the scores (add the scores (add the scores
TOTAL SCORE OF THE
35 obtained for each obtained for each obtained for obtained for
ADDITIONAL CONDITIONS
criterion) criterion) each criterion) each criterion)

SUMMARY OF THE TECHNICAL ASSIGNED PROPONENT PROPONENT


PROPONENT B PROPONENT C
EVALUATION SCORE TO No.
(if you can (if you can (if you can (if you can
Evaluation score MET/NOT MET 35 assign assign assign assign
35 points) 35 points) 35 points) 35 points)
Additional Conditions Score 35
TOTAL SCORE OF THE
EVALUATION OF THE 70
TECHNICAL PROPOSAL (PT)

35
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

FORM V-3
SUMMARY OF THE TECHNICAL AND ECONOMIC EVALUATION

The evaluation factors shall be determined according to the following:

ABBREVIATION DESCRIPTION ASSIGNED SCORE

Score of the Economic Proposal Evaluation 30 points


PE

PT Technical Proposal Evaluation Score 70 points

PTP TOTAL SCORE OF THE EVALUATED PROPOSAL 100 points

PROPOSERS
EVALUATION SUMMARY
PROPONENT TO PROPONENT B PROPONENT C PROPONENT No.

Score of the Evaluation of the


Economic Proposal (in accordance
with the provisions of Sub Numeral
19.1.2.),

Score of the Evaluation of the


Technical Proposal, of Form V-2.

TOTAL SCORE

36
Base Document for Procurement of Goods -ANPE
_______________________________________________________________________________________________

ANNEX 3
MODEL PURCHASE ORDER FOR THE ACQUISITION OF GOODS

(**)

(**) The supplier will be charged a fine of 3 per 1,000 per day of delay with respect to the
delivery deadline of the goods and services on the total amount awarded and/or partial delivery.
(Include the following text in the case of goods with a penalty of 3 per 1,000)

37

You might also like