Services - 226853-2021

07/05/2021    S89

Uganda-Kampala: Research and development services and related consultancy services

2021/S 089-226853

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, represented by the European Commission
Town: Kampala
NUTS code: UG Uganda
Postal code: UG
Country: Uganda
E-mail: delegation-uganda-tender@eeas.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/europeaid/general_en
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8191
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
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Institutional Support to the Directorate of Geological Survey and Mines (DGSM), Geological Survey Department – Exploration Unit

Reference number: INTPA/KLA/2021/EA-RP/0025
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The assignment includes a support to DGSM in drafting some key mining policy documents, guidelines and standards, an iron ore exploration plan and an iron ore exploration manual, as well as drilling 10 iron ore prospects, drafting 10 feasibility reports to attract private investments and supporting DGSM in managing State- and private-generated geological data.

II.1.5)Estimated total value
Value excluding VAT: 797 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
73000000 Research and development services and related consultancy services
II.2.3)Place of performance
NUTS code: UG Uganda
Main site or place of performance:

Sub-Saharan Africa.

II.2.4)Description of the procurement:

Institutional Support to the Directorate of Geological Survey and Mines (DGSM), Geological Survey Department – Exploration Unit.

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
Value excluding VAT: 797 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 14
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

1) Economic and financial capacity (based on item 3 of the service application form, on item 3 of supply tender form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed.

Criteria for legal and natural persons:

1.1) The average annual turnover of the candidate or tenderer must exceed EUR 800 000;

1.2) Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In case of a consortium this criterion must be fulfilled by each member;

2) Professional capacity (based on items 4 and 5 of the application form for service contracts and on items 4 and 5 of the tender form for supply contracts). The reference period which will be taken into account will be the last 3 years preceding the submission deadline.

Criteria for legal and natural persons:

2.1) At least 10 staff currently employed by the tenderer in fields related to this contract;

2.2) These include exploration geologists and experts in mineral policy making and mineral investment issues;

3) Technical capacity (based on items 5 and 6 of the application form for service contracts and on items 5 and 6 of the tender form for supply contracts). The reference period which will be taken into account will be the last 3 years from submission deadline.

Criteria for legal and natural persons:

3.1) The candidate has provided services or supplies under at least 2 contracts each with a budget of at least that of this contract in the field of mining services. These were implemented at any moment during the following period: 1 April 2016 -31 March 2021. This means that the contract the candidate refers to could have been started at any time during the indicated period but it does not necessarily have to be completed during that period, nor implemented during the entire period. Candidates are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. Only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (statement or certificate from the entity which awarded the contract, proof of payment) also detailing its value. If a candidate has implemented the project in a consortium, the percentage that the candidate has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.

Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference.

If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined in order to rank their applications and identify the 8 best applications for the tender procedure. The only additional comparative criteria that will be taken into consideration during this re-examination, in the order in which they appear below, are:

1) The highest number of projects that meet criterion 3.1);

2) the highest cumulated value of the projects that meet criterion 3.1).

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: yes
Identification of the project:

Africa, Caribbean and Pacific.

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
List and brief description of conditions:

See internet address provided in section I.3).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Information to candidates and tenderers’.

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

See internet address provided in section I.3).

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.1.8)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: 17/06/2021
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/07/2021
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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

See internet address provided in section I.3). For any additional information, please refer to the document ‘Information to candidates and tenderers’.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in section I.3).

VI.5)Date of dispatch of this notice:
04/05/2021