Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Improved Water and Wastewater Services Programme II (IWSP II), Egypt. Consulting Services for the Technical Assistance, Design and Engineering Consultants (TADECs) for Lots 1 and 2
II.1.2)Main CPV code
90410000
II.1.3)Type of contract
Services
II.1.4)Short description:
IWSP II Technical Assistance will be provided by: i) a Programme Management Consultant; ii) two Technical Assistance and Design Consultants (TADECs) and iii) an Operation & Maintenance Consultant.
This invitation for Expression of Interest concerns only the services required from the Consulting Services for the TADECs for Lot 1 and 2 with main tasks:
a. Support the implementation and operation of the AC’s “Programme Implementation Units”;
b. Improve the Affiliated Companies management and operation;
c. Prepare preliminary and detailed designs, ESIAs and cost estimates for the selected investment projects;
d. Carry out procurement of works, goods and services;
e. Supervise the local supervision consultants or carry out the construction supervision;
f. Authorise payments for contractors and consultants;
g. Support and control the defects liability period after physical implementation;
h. Impose occupational health and safety standards on the construction sites;
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)
90410000
90420000
90481000
65111000
65130000
71313000
79411000
71311000
71322000
II.2.3)Place of performance
NUTS code: CH0
II.2.4)Description of the procurement:
See 2.6 Detailed task description. Each of the two lots will cover 2 of the 4 Governorates in Upper Egypt Qena, Sohag, Assiut and Minya.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The estimated duration of the consultant’s services is 4 years plus 2 optional years. The current financing agreement needs to be extended after 2020. Therefore, the consultant’s services beyond 2019 are subject to the extension of the financing agreements.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)
90410000
90420000
90481000
65111000
65130000
71311000
71313000
71322000
79411000
II.2.3)Place of performance
NUTS code: CH0
II.2.4)Description of the procurement:
See 2.6 Detailed task description. Each of the 2 lots will cover two of the four Governorates in Upper Egypt Qena, Sohag, Assiut and Minya.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The estimated duration of the consultant’s services is 4 years plus 2 optional years. The current financing agreement needs to be extended 2020. Therefore, the consultant’s services beyond 2019 are subject to the extension of the financing agreements.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/03/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
Partial offers are not permitted.
Conditions for countries not party to the WTO agreement: None.
Basic procedural principles: Offers are possible for both lots but a bidder can only win one.
Additional information: The IWSP II is jointly financed by the Arab Republic of Egypt (“Egypt”), the European Union (“EU”), the Agence Française de Développement (“AFD”), the European Investment Bank (“EIB”), the Swiss Confederation through the State Secretariat for Economic Affairs (“SECO”), and the German Financial Cooperation KfW (“KfW”).
Remarks (Desired deadline for questions in written form)Please contact the tender agent by email to register and to receive the complete PQ documents. Telephone: +49 6762 960275 (only in case of email problems!).
National reference publication: Simap of 20.2.2018, doc. 986249Conditions for obtaining the tendering documentation: Please contact the tender agent by email to register and to receive the complete PQ documents. Telephone: +49 6762 960275 (only in case of email problems!) The prequalification of experienced consultants will follow the latest version of the ”Guidelines for the Assignment of Consultants in Financial Co-operation Projects with Developing Countries“. Services shall be provided by an association of international and local consultants. The lead consultant must be an international consultant. The consultant/association must have an average annual turnover of at least 4 000 000 EUR, thereof at least 2 000 000 EUR for the lead consultant.
VI.4)Procedures for review
VI.4.1)Review body
Bundesverwaltungsgericht
Postfach
St. Gallen
9023
Switzerland
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
20/02/2018