loading
  • UG Kampala
  • 08.11.2017
  • Ausschreibung
  • (ID 2-280106)

EIB - Lake Victoria Water and Sanitation – Institutional strengthening and capacity building (LU-Luxembourg)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.11.2017, 17:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Vermessung / Umweltverträglichkeitsstudie
    Aufgabe
    Following the launch in 2004 of the Lake Victoria Water and Sanitation (LVWATSAN) Initiative by the governments of Kenya, Tanzania and Uganda with the aim to protect the environment of Lake Victoria and the wellbeing of the population in the Lake Basin, the EIB launched a Project Formulation Study (PFS) in 2010 with the overall objective to scale up the LVWATSAN Initiative and to identify current donor interventions, assess future requirements, to evaluate the need for improved WATSAN provision, drainage and solid waste facilities, and to recommend an appropriate set of measures in each location to address the sectors’ needs for a 10-year-medium term period. This study will now be the most important source of information for the subject TA-operation and the related investments.
    The objective of the present TA operation is to ensure that the Promoter is equipped with both the skills and operational tools to be able to sustainably manage the additional infrastructure that is being built under this project, and to gain the capacity to extend on these interventions to keep up with the increasing demands of a growing city. The TA will enable the Promoter to achieve the maximum benefit from the investments currently being implemented under the LVWATSAN programme, as well as future investments planned to accommodate the significant anticipated increase in population to 2040. The following aspects should be addressed: Business Planning, Financial Management, Financial Systems, Billing Systems, Asset Management and GIS Systems, Sanitation Operations, Accelerated Connections and Industrial Compliance.
    The core team will be composed of a Team Leader/Project Manager, a Deputy Team Leader/Business Planning Specialist, a Senior Finance Specialist and a Sanitation Expert/WASH Page 2 of 5 Engineer. In addition to the specific qualifications and skills required for each role, all experts should be fluent in English and preferably have experience of Africa or other similar developing regions. The core team will be supported by non-key experts, whose profiles would be the following: Senior ICT/Software Expert, GIS Consultant, Community Engagement Expert and other Non-Key Experts, as required.
    Projektadresse UG-Kampala
    TED Dokumenten-Nr. 395169-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Luxembourg-Luxembourg: EIB - Lake Victoria Water and Sanitation – Institutional strengthening and capacity building

      2017/S 193-395169

      SERVICE PROCUREMENT NOTICE

      Location: Tanzania

       1.Reference code

      TA2017099 TZ ITF - 2017/S 165-339172
       2.Procedure

      International restricted tender
       3.Programme

      EU – Africa Infrastructure Trust Fund
       4.Financing

      10th EDF
       5.Contracting Authority

      European Investment Bank, 98-100, boulevard Konrad Adenauer, L-2950, Luxembourg, Grand Duchy of Luxembourg, http://www.eib.org/about/procurement/calls-technical-assistance/ta2017099.htm


      CONTRACT SPECIFICATION

      6.Nature of contract
      Fee-based
      7.Contract description
      Following the launch in 2004 of the Lake Victoria Water and Sanitation (LVWATSAN) Initiative by the governments of Kenya, Tanzania and Uganda with the aim to protect the environment of Lake Victoria and the wellbeing of the population in the Lake Basin, the EIB launched a Project Formulation Study (PFS) in 2010 with the overall objective to scale up the LVWATSAN Initiative and to identify current donor interventions, assess future requirements, to evaluate the need for improved WATSAN provision, drainage and solid waste facilities, and to recommend an appropriate set of measures in each location to address the sectors’ needs for a 10-year-medium term period. This study will now be the most important source of information for the subject TA-operation and the related investments.
      The objective of the present TA operation is to ensure that the Promoter is equipped with both the skills and operational tools to be able to sustainably manage the additional infrastructure that is being built under this project, and to gain the capacity to extend on these interventions to keep up with the increasing demands of a growing city. The TA will enable the Promoter to achieve the maximum benefit from the investments currently being implemented under the LVWATSAN programme, as well as future investments planned to accommodate the significant anticipated increase in population to 2040. The following aspects should be addressed: Business Planning, Financial Management, Financial Systems, Billing Systems, Asset Management and GIS Systems, Sanitation Operations, Accelerated Connections and Industrial Compliance.
      The core team will be composed of a Team Leader/Project Manager, a Deputy Team Leader/Business Planning Specialist, a Senior Finance Specialist and a Sanitation Expert/WASH Page 2 of 5 Engineer. In addition to the specific qualifications and skills required for each role, all experts should be fluent in English and preferably have experience of Africa or other similar developing regions. The core team will be supported by non-key experts, whose profiles would be the following: Senior ICT/Software Expert, GIS Consultant, Community Engagement Expert and other Non-Key Experts, as required.
      8.Number and titles of lots
      Not applicable.
      9.Maximum budget
      EUR 1,000,000
      10.Scope for additional services
      The Contracting Authority may, at its own discretion and subject to the availability of funding, extend the scope and duration of the project to cover complementary and/or additional services.
      In case of complementary services, the extension shall be up to a maximum not exceeding 50% of the initial contract value. In case of additional services, such extension shall be up to a maximum not exceeding the length and value of the initial contract.
      Any extension of the contract would be subject to satisfactory performance by the Contractor.


      CONDITIONS OF PARTICIPATION

      11.Eligibility
      Participation is open to all interested legal and natural persons - participating either individually or in a grouping (consortium) of candidates, without nationality restrictions. Participation is also open to international organisations
      12.Candidature
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
      A consortium may be a permanent, legally-established grouping, or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the Contracting Authority.
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications
      No more than one application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than one application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure. Short-listed candidates may not form alliances or subcontract to each other for the contract in question
      15.Grounds for exclusion
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the Practical Guide to contract procedures for EC external actions.
      16.Sub-contracting
      Sub-contracting is allowed, up to a maximum of 20% of the initial contract value.
      17.Number of candidates to be short-listed
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the Contracting Authority may invite the candidates who satisfy the criteria to submit a tender.


      PROVISIONAL TIMETABLE

      18.Provisional date of invitation to tender
      November 2017
      19.Provisional commencement date of the contract
      March 2018
      20.Initial period of implementation of tasks and possible extension of the contract
      The initial period of execution of the contract shall be of 24 months. This period may be extended, with the prior approval of the Contracting Authority. See also item 10 above.


      SELECTION AND AWARD CRITERIA

      21.Selection criteria
      The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole:
      1) Economic and financial capacity of candidate (based on item 3 of the application form). In case of applicant being a public body, equivalent information should be provided.
      (a) The annual turnover (if the candidate is an individual company) or the average annual turnover (if the candidate is a consortium) of the candidate must be of at least EUR 500,000 for each of the last two years for which accounts have been closed.
      Note to candidates: In the application form, please make sure to include the actual year for which the data is provided.
      2) Professional capacity of candidate (based on items 4 and 5 of the application form)
      (a) The number of the permanent staff of the candidate (individual company or consortium overall) currently working in fields related to this contract (as they are described in item 7 – “Contract Description” above), must be at least 10 for each of the last two years (2015, 2016).
      Note to candidates: In the application form, please make sure to include the actual year for which the data is provided.
      3) Technical capacity of candidate (based on items 5 and 6 of the application form)
      (a) The candidate (individual company or consortium altogether) has implemented, during the last 5 years (January 2012 up to the deadline for the receipt of applications indicated under item 23 below), at least 3 project(s) of a minimum value of EUR 300,000 equivalent, with activities related to capacity building of technical staff from water and wastewater utilities from developing countries, particularly from Africa, and should demonstrate that it had a participation of minimum 50% in each of the project(s) brought as reference.
      (b) The candidate (individual company or consortium altogether) has implemented, during the last 5 years (January 2012 up to the deadline for the receipt of applications indicated under item 23 below), at least 2 project(s) of a minimum value of EUR 300,000 equivalent, with activities related to capacity building of managerial staff from water and wastewater utilities from developing countries, particularly from Africa, and should demonstrate that it had a participation of minimum 50% in each of the project(s) brought as reference.
      An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator.
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be reexamined to identify the eight best applications for the tender procedure. The only factors which will be taken into consideration during this re-examination are, in order of precedence:
      1) The number of projects brought as reference which comply with the requirements of criterion 3(a) above.
      22.Award criteria
      Best value for money.


      APPLICATION

      23.Deadline for receipt of applications
      The applications must be received by the Contracting Authority no later than 17:00 hrs. CET on 8 November 2017.
      Any application received after this deadline will not be considered.
      24.Application format and details to be provided

      Applications must be submitted using the standard application form (available at the following EIB web page: http://www.eib.org/about/procurement/technical-assistance.htm), whose format and instructions must be strictly observed.

      Any additional documentation (brochure, letter, etc) sent with an application will not be taken into consideration.
      25.How applications may be submitted
      Applications must be submitted in English exclusively to the Contracting Authority:
      • EITHER by recorded delivery (official postal service) to :
      European Investment Bank (EIB) Mrs Simona Bovha, Head of Consultant Procurement and Contract Management Unit, SG/AS/Consultant Procurement and Contract Management Unit (CPCM), 100 boulevard Konrad Adenauer, L-2950 Luxembourg
      • OR hand delivered (including courier services) to:
      European Investment Bank (EIB) Mrs Simona Bovha, Head of Consultant Procurement and Contract Management Unit (CPCM), SG/AS/Consultant Procurement and Contract Management Unit (CPCM), 100 boulevard Konrad Adenauer, L-2950 Luxembourg
      The Contract title and the Reference code (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the Contracting Authority.
      Applications submitted by any other means will not be considered.
      26.Alteration or withdrawal of applications
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Item 25. The outer envelope (and the relevant inner envelope if used) must be marked 'Alteration' or 'Withdrawal' as appropriate.
      27.Operational language
      All written communications for this tender procedure and contract must be in English.
      28.Additional information
      None.
      29.Date of publication of contract forecast
      30 August 2017.
      30.Legal basis

      ACP-EC Partnership Agreement signed at Cotonou on 23 June 2000 as amended on 25 June 2005 and in 2008 (Annex II), the Council Regulation (EC)617/2007 of 14th of May 2007 on the implementation of the 10th EDF under the ACP-CE Partnership Agreement, the Financial Regulation applicable to the 10th EDF, adopted by the Council Regulation no. 215/2008 and the EU – Africa Infrastructure Trust Fund agreement signed on 23.04.2007

       

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 09.10.2017
Zuletzt aktualisiert 09.10.2017
Wettbewerbs-ID 2-280106 Status Kostenpflichtig
Seitenaufrufe 41