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 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:
Provision of research oriented services relating to the electrification of the eastern ONCF network (Fes-Oujda and Taourirt-Nador)
Reference number: AA-010517-001
II.1.2)Main CPV code71241000 Feasibility study, advisory service, analysis
II.1.3)Type of contractServices
II.1.4)Short description:
In the context of providing assistance to Morocco for sustainable and high-quality rail network, this Technical Assistance (TA) will finance a team of consultants to prepare (i) feasibility studies (ii) Environmental and Social Impact Assessments (ESIA) and (iii) investment design studies relating to the rehabilitation and electrification of the railway network in the Oriental region in Morocco, covering a network of 550 km located between Fès-Oujda, Taourirt-Nador, Oujda-Jerada and Selouane-Port Nador West. The scope of the works should include rehabilitation works necessary to bring the line up to standard, the installation of a catenary over 550 km of single track, the construction of electrical substations, and the adaptation of railway signalling. These investments should eventually make it possible to replace diesel- driven trains, that currently run on the line, and to complete the electrification of the Moroccan rail network.
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.2.2)Additional CPV code(s)71311200 Transport systems consultancy services
71311230 Railway engineering services
71356200 Technical assistance services
II.2.3)Place of performanceNUTS code: MA Morocco
II.2.4)Description of the procurement:
In order to achieve the objectives of this Technical assistance related mission, the following tasks must be carried out:
— preliminary studies, prior to electrification: topographic surveys, impact studies (on signalling/telecommunications and ESIA), and feasibility studies;
— power research, research of high voltage power supplies in 25 kV mode, and verification of the power -based research in 3 kV mode;
— analysis and choice of electrification mode;
— study and design (substations and catenary).
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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 18
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: no
II.2.14)Additional information
See Internet address provided in section I.3).
This contract will be launched with a suspensive clause relating to the availability of funds and the signature of a cooperation agreement between the EIB and the Promoter.
The provision of services is financed by the Economic Resilience Initiative (ERI).
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 standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
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 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.2.2)Time limit for receipt of tenders or requests to participateDate: 24/11/2021
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:French
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: 10/12/2021
Local time: 10:00
Place:
Luxembourg.
The date and time of the opening of tenders is provisional.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See Internet address provided in section I.3).
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in section I.3).
VI.5)Date of dispatch of this notice:28/09/2021