Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Investment Bank
Postal address: 98-100 boulevard Konrad Adenauer
Town: Luxembourg
NUTS code:
LU000 LuxembourgPostal code: 2950
Country: Luxembourg
Contact person: Agnes Morel
E-mail:
eib-cpcm-procurement@eib.orgInternet address(es): Main address:
https://www.eib.org/en/ 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 authorityEuropean institution/agency or international organisation
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical Assistance Facility for the Clean Ocean Initiative in Sub-Saharan Africa
Reference number: AA-010039-001
II.1.2)Main CPV code90000000 Sewage, refuse, cleaning and environmental services
II.1.3)Type of contractServices
II.1.4)Short description:
The purpose of this assignment is to identify, prepare and support the implementation of technically, financially, economically, environmentally and socially sound investment projects in Sub-Saharan Africa* in the fields of solid waste, wastewater and storm water management. The projects should contribute to reducing the discharge of plastics to the oceans in line with the objectives of the Clean Oceans Initiative**.
It is expected that 20 projects will be identified and described in project fiches. Out of these, 10 will be selected for pre-feasibility studies, and 5 will later be selected for preparation of feasibility studies and related project documentation.
*With the exception of South Africa
**https://www.eib.org/en/publications/the-clean
II.1.5)Estimated total valueValue excluding VAT: 6 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)41000000 Collected and purified water
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
The services will be provided from different locations in sub-Saharan Africa as well as from home office(s).
II.2.4)Description of the procurement:
See internet address provided in Section I.3).
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 valueValue excluding VAT: 6 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
See internet address provided in Section I.3).
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: yes
Identification of the project:
Cotonou Subsidy Envelope, Investment Facility for Africa, Caribbean and Pacific
II.2.14)Additional information
The team should be composed of a team leader and key-experts with experience the solid waste, wastewater and storm water fields. Non-key experts, such as engineers, economists and environmental and social specialists will also be required to carry out this assignment.
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:
See Internet address provided in Section I.3).
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
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 12/11/2019
Local time: 23:59
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 17/11/2019
Local time: 14:00
Place:
Tenders will be opened in a non-public procedure. Upon written request to the EIB (see Section I.1)), the written record of the opening of the tenders will be provided to economic operators who submitted a tender.
Information about authorised persons and opening procedure:
Tenders will be opened in a non-public procedure. Upon written request to the EIB (see Section I.1)), the written record of the opening of the tenders will be provided to economic operators who submitted a 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.5)Date of dispatch of this notice:13/09/2019