Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 161015-2023

17/03/2023    S55

Egypt-Kafr El Sheikh: Wastewater treatment plant construction work

2023/S 055-161015

Contract notice

Works

Legal Basis:

This contract will be financed by the European Investment Bank (EIB) and it is subject to EIB's Guide to Procurement

Section I: Contracting authority

I.1)Name and addresses
Official name: Kafr El-Sheikh Water Supply and Sanitation Company (KSWSSC), Project Implementation Unit (PIU)
Town: Kafr El Sheikh
NUTS code: EG Egypt
Country: Egypt
Contact person: Eng. Mohamed Hesham, Project Implementation Unit (PIU) Manager
E-mail: kswep.piu@gmail.com
Telephone: +20 1002922279
Fax: +20 473243631
Internet address(es):
Main address: https://www.kfscww.com/
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.kfscww.com/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
Other activity: Water

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Construction of Demro Wastewater Treatment Plant, Design – Build, Defect Liability Year, and Optional (1) Year of Operation and Maintenance

Reference number: EIB-GtP/Loan Operation No. 45245/Contract No. KSWEP-P2-WT-02 / H.S3.15
II.1.2)Main CPV code
45252127 Wastewater treatment plant construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

The work to be carried out under this works contract comprises the permanent works (facilities and systems) related to the new Demro WWTP (15,000 m3/d, 2037 expanded to 30,000 m3/d, 2052) in Sedi Salem District, Kafr El Sheikh Governorate, to be designed, constructed, and commissioned; the effective restoration of any defects during the 1-year Defects Liability Period; and the optional 1-year of normal operation and maintenance of the works for the WWTP. The contract comprises also the provision of training services to the Procuring Entity’s personnel duly completed within the Defects Liability Period or the Optional 1 year Operation and Maintenance Period as the case maybe, and before the works hand-over.

II.1.5)Estimated total value
Value excluding VAT: 17 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: EG Egypt
Main site or place of performance:

The new Demro WWTP will be constructed at a land plot of 39,000 m2 acquired by the Procuring Entity and located in Sedi Salem District, Kafr El Sheikh Governorate, Arab Republic of Egypt.

II.2.4)Description of the procurement:

The Kafr El Sheikh Water Supply and Sanitation Company (KSWSSC) (Procuring Entity) have received financing from the European Investment Bank (EIB), the European Bank for Reconstruction and Development (EBRD) (hereinafter called “the Bank”) and the European Union toward the cost of the Kafr El Sheikh Wastewater Development Project, and intends to apply part of the proceeds to finance this works contract.

The examination and evaluation of Tenders shall be executed according to the provisions of the procurement documents, Instruction to Tenderers (ITT) Clauses 26 to 38 and the criteria and methodology set out in ITT Section III ‘Evaluation and Qualification Criteria’. The evaluation of administrative compliance will be executed on a ‘Pass’ or ‘Fail’ basis. Only substantially responsive tenders (i.e., tenders that fully satisfied/passed the administrative compliance requirements) will be subject to further evaluation of Technical Conformity and Competence.

Tenderers must demonstrate that the minimum requirements for technical conformity and competence are substantially satisfied. The evaluation of technical conformity and competence will be executed based on the following criteria:

• Structure and Organisation Maximum Score: 120 Minimum Score: 84

• Personnel and Equipment Resources Maximum Score: 100 Minimum Score: 70

• Technical Solution Maximum Score: 680 Minimum Score: 476

• Tenderers’ Performance Guarantees Maximum Score: 100 Minimum Score: 70

Only substantially responsive tenders for technical conformity and competence (i.e., tenders that achieved the minimum passing scores per criterion and the total minimum passing score of 700 points) will be subject to further evaluation of Financial Proposals.

For the determination of the highest ranked combined technical and financial score, the weights applied to the technical proposal shall be 70% and to the evaluated financial price shall be 30%.

Pursuant to ITT Clause 39.1, the Procuring Entity shall award the Contract to the Tenderer whose Tender has been (a) affirmatively determined to comply with the Administrative Compliance Criteria and Requirements, (b) affirmatively determined to comply with the Technical Conformity and Competence Criteria and Requirements by being substantially responsive to the Tender Documents, and (c) determined as the Most Economically Advantageous Tender (MEAT) and therefore, is expected to implement the Contract satisfactorily.

Pursuant to ITT Clause 39.2, under this tender procedure, the contract will be awarded to a Tenderer on the condition that this Tenderer, or any entities comprising this Tenderer (natural persons, private entities, government-owned entities, or any combination of such entities in the form of a joint venture, consortium, or association joint venture (JVCA)), have not been awarded, signed, or participated in any form in any form jointly or individually in a previous WWTP works contract in Phase 2 of the Kafr El Sheikh Wastewater Development Project.

Only Tenders submitted pursuant to the requirements specified in the procurement documents will be considered. The evaluation will be carried out solely on the information submitted in the Tenders. However, the tender evaluation committee may request Tenderers for clarifications. All procedures will be carried out pursuant to the provisions of the procurement documents that has taken into consideration the EIB Guide to Procurement dated December 2018 and the FIDIC Yellow Book "Conditions of Contract for Plant and Design-Build", 1st Edition, 1999.

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: 32
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
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

The average design capacity is 15,000 m3/d (6,000 kg BOD5/d) to meet wastewater generation up to 2037 (expanded to 30,000 m3/d, 2052). The plant will receive influent wastewater from multiple in-system pumping stations and treated effluent will be discharged to Al Wastany drain. Process involves Extended Aeration Activated Sludge with tertiary treatment (filtration) for high effluent quality.

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
List and brief description of conditions:

Tenderers shall not be permitted to claim the experience and capability of their parent companies for the purposes of meeting the minimum Administrative Compliance requirements. The Procuring Entity shall consider the experience and administrative qualifications of the Tenderers only on their sole merits.

Tenderers shall be Contractors registered for the Construction and Execution of Water and Wastewater Networks and Treatments Plants. Tenderers shall be of Class 1 as of the Egyptian Federation for Construction & Building Contractors or shall be of equivalent Class as of the Federation of Contractors in their country of establishment. A stamped certificate from the Egyptian Federation for Construction & Building Contractors or from the Federation of Contractors in their country of establishment officially translated in English by a Notary Public shall be submitted with the Tender as part of the Administrative Compliance Documentation comprising the Technical Proposal pursuant to the provisions of the procurement documents.

Manufacturer’s Authorisation, in the form of a signed letter, shall be required for the following items: pumps, aerators, air blowers, electrical panels, sludge equipment, standby generator, transformers, effluent filtration system, and trucks.

When Tenderers do not conduct business within the Employer’s Country, they should submit a signed letter by their representative Agent in the country, prior to Contract signature. Their representative Agent shall be equipped and able to carry out the supplier’s maintenance, repair and spare parts stocking obligations specified in the Conditions of Contract and Technical Specifications. This signed letter will be a Condition Precedent to Advance Payment.

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.2)Conditions related to the contract
III.2.2)Contract performance conditions:

The new Demro WWTP will receive influent wastewater from multiple in-system wastewater pumping stations serving their respective sanitation clusters in Sedi Salem district. The treated effluent will be conveyed for disposal to a new outfall discharging to Al Wastany drain. The treatment process is Extended Aeration Activated Sludge (EAAS) with tertiary treatment (filtration) for high effluent quality in compliance with the most stringent of the Egyptian and the EU Urban Wastewater Treatment Directive treated effluent discharge standards. The EIB and EBRD environmental and social standards and performance requirements shall be observed in contract execution. Design and construction of the plants shall meet the scope and technical specifications of the procurement and contract documents.

III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/05/2023
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 18/05/2023
Local time: 12:00
Place:

Kafr El-Sheikh Water Supply and Sanitation Company, (KSWSSC), El-Estaad El-Reiady St., Kafr El-Sheikh City, Kafr El-Sheikh Governorate, Arab Republic of Egypt.

Information about authorised persons and opening procedure:

Tenders opening will be conducted in public, at the specified address, date, and time. The attendance in person of the Tenderers’ designated representatives will be optional and may be supplemented by video recording of the opening session to be distributed at the same day to all Tenderers who timely submitted their Tenders attached to the record of the Tenders opening session.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Interested Tenderers are invited to obtain the procurement documents from the Contact Person at the specified address upon payment of a non-refundable fee of EGP 15,000 or equivalent in a convertible currency that shall be paid in cash in Kafr El Sheikh Water Supply and Sanitation Company treasury. All tenders must be accompanied by a tender security of EGP 3,000,000 or its equivalent in a convertible currency with a validity of minimum 180 calendar days plus 28 calendar days.

Tenders shall be submitted pursuant to the provisions of the procurement documents. Tenderers shall prepare one (1) original of the documents comprising the Tender and clearly mark it as “ORIGINAL” and four (4) copies of the Tender and clearly mark them as “COPY”, plus an electronic copy in CD. In the event of any discrepancy between the original and the copies, the original shall prevail.

Tenders must be submitted in English and in written form, EITHER by recorded postal delivery, in which case, the delivery record makes proof of compliance with the time-limit for receipt, OR hand delivered OR through courier services in return for a signed and dated receipt, in which case, the acknowledgment of receipt makes proof of compliance with the time-limit for receipt. Tenders submitted by any other means, including electronic submission, will not be considered. Tenderers should enclose the specified original and copies of the Tender in separate inner sealed envelopes, which should be enclosed into one single package. If envelopes and packages are not sealed and marked as required, the Procuring Entity will assume no responsibility for the misplacement or premature opening of the Tender. The inner and outer sealed envelopes should bare the mention:

Assignment Title: ‘Construction of Demro Wastewater Treatment Plants, Design – Build, Defect Liability Year, and Optional (1) Year of Operation and Maintenance’

Contracting Authority: Kafr El Sheikh Water Supply and Sanitation Company (KSWSSC)

Contract No.: KSWEP-P2-WT-02 / H.S3.15

OJEU Publication Reference: [Fill in the Publication Reference Number to the OJEU]

No later than: 18/05/2023 at 12:00 Cairo local time (noon)

“DO NOT OPEN BEFORE”: 18/05/2023 at 12:00 Cairo local time (noon)

The sealed single package shall be sent to the specified address.

Requests for clarification should be received by the Procuring Entity no later than 28 calendar days after the date of publication of the Contract Notice to the Official Journal of European Union or as defined in the Invitation to Tender.

A site visit will take place on Tuesday April 4, 2023, and a pre-tender meeting will take place on Tuesday April 11, 2023, both commencing at 10:00 a.m. Cairo local time at the specified address of the Procuring Entity. The attendance in person of the site visit and the pre-tender meeting will be optional. Non-attendance at the pre-tender meeting and/or the site visit shall not constitute cause for disqualification of a Tenderer. Interested Tenderers are invited to submit their requests for clarifications in written through e-mail within the set period for the receipt of clarifications. After the Tenders submission deadline and until Contract award, no correspondence of any type shall be entertained, unless called for by the Procuring Entity.

The Procuring Entity reserves the right to accept or reject any Tender and to annul the tendering process and reject all Tenders at any time prior to Contract award, without thereby incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected Tender or Tenderers of the grounds for the Employer’s action. In case of annulment, all Tenders submitted and specifically Tender Securities shall be promptly returned to the Tenderers.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Egyptian Administrative Court
Town: Cairo
Country: Egypt
VI.5)Date of dispatch of this notice:
13/03/2023