Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 authorityNational or federal agency/office
I.5)Main activityOther activity: Roads and Coast
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
CONSULTANCY SERVICES FOR THE CONSTRUCTION SUPERVISION OF AGUA GRANDE COASTAL PROTECTION AND RECONSTRUCTION OF MARGINAL ROAD
Reference number: EIB-GtP/MOB 01/2022
II.1.2)Main CPV code71311210 Highways consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this contract is the Construction Supervision of Agua Grande Coastal Protection and Reconstruction of Marginal Road and to provide a consultant, to undertake the roll of Engineer (as FIDIC Conditions) while performing supervision of the construction site. The project consists of the coastal protection and reconstruction of the Marginal Road for approximate a total length of 8.8 km in São Tomé
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: ST São Tomé And Príncipe
Main site or place of performance:
The project will be performed in the capital of São Tomé and Principe, São Tomé. The project consists of the coastal protection and reconstruction of the Marginal road.
II.2.4)Description of the procurement:
The Consultant will be selected to perform the Services in accordance with the Restricted Procedure under two envelopes set out in the EIB’s guide to procurement available at https://www.eib.org/en/publications/guideto-procurement
The Client now invites eligible Consultants to indicate their interest in providing the Services. Firms originating from all countries of the world are eligible to tender for these Services. Interested consultants must provide information indicating that they are qualified to perform the Services.
The consultancy services will be delivered under a time-based contract time for an envisaged duration of 36 months as follows: Phase I: Construction Supervision (24 months) and Phase II: Defects Notification Period (12 months)
II.2.5)Award criteriaPrice 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 systemDuration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
Objective criteria for choosing the limited number of candidates:
In the event that more than six firms fulfil all the qualifying criteria below, the following criteria shall be used to rank the applicants and the top six shall be invited to submit proposals.
(i) The number of similar service contracts brought as reference below.
(ii) In a second step, as necessary, the value of similar service contracts brought as reference below.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
Participation is open to firms originating from all countries of the world in accordance with the EIB Guide to Procurement https://www.eib.org/en/infocentre/publications/all/guide-toprocurement.htm
Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub- consultancy shall not be included in the evaluation. In the event that a natural or legal entity submits or forms part of more than one application, all applications in which that entity has participated will be excluded.
The Candidates shall provide a trade licence or professional registers in their Country of Establishment.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The selected Consultant shall be required to perform the Services in accordance with an Environmental and Social Covenant to be signed and submitted as part of their technical proposal and appended into the resulting contract.
Payment for the Services shall be on time based/reimbursable basis.
III.2.3)Information about staff responsible for the performance of the contractObligation 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 procedureRestricted 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 participateDate: 12/09/2022
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 10/10/2022
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 tenderDuration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information: VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: INAE
Postal address: Av. Marginal 12 de Julho, CP 402, São Tomé – RDSTP
Town: Sao Tomé
Postal code: CP 402
Country: São Tomé and Principe
VI.5)Date of dispatch of this notice:10/08/2022