Services - 531051-2022

Submission deadline has been amended by:  561197-2022
30/09/2022    S189

Lesotho-Maseru: Technical assistance services

2022/S 189-531051

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: Maseru
NUTS code: LS Lesotho
Postal code: 100
Country: Lesotho
E-mail: DELEGATION-LESOTHO-CALL-FOR-TENDERS@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=11718
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=11718
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:

Cooperation Facility and Visibility and Communication Strategy for Lesotho

Reference number: INTPA/MSU/2022/EA-RP/0111
II.1.2)Main CPV code
71356200 Technical assistance services
II.1.3)Type of contract
Services
II.1.4)Short description:

The European Union’s cooperation strategy with Lesotho, the Multi-Annual Indicative Programme 2021-2027, focusses on two priority areas: (1) green and resilient economy and (2) good governance, peaceful and just society. Under the first priority area, EU cooperation aims to facilitate Lesotho’s move towards a circular economy that becomes increasingly sustainable and self-sufficient with regard to energy generation and consumption and that provides affordable access for all to energy, water and sanitation. Under the second priority area, EU cooperation supports the process of national reforms undertaken by Lesotho and the improvement of service delivery to the citizenry, particularly social protection. The objective of this procurement is to establish a Cooperation Facility to mobilise long- and short-term expertise in a flexible, timely and demand-driven manner to support the preparation and implementation of national strategies, EU cooperation, as well as strategic commu

II.1.5)Estimated total value
Value excluding VAT: 2 700 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71356200 Technical assistance services
98910000 Services specific to international organisations and bodies
II.2.3)Place of performance
NUTS code: LS Lesotho
II.2.4)Description of the procurement:

The European Union’s cooperation strategy with Lesotho, the Multi-Annual Indicative Programme 2021-2027, focusses on two priority areas: (1) green and resilient economy and (2) good governance, peaceful and just society. Under the first priority area, EU cooperation aims to facilitate Lesotho’s move towards a circular economy that becomes increasingly sustainable and self-sufficient with regard to energy generation and consumption and that provides affordable access for all to energy, water and sanitation. Under the second priority area, EU cooperation supports the process of national reforms undertaken by Lesotho and the improvement of service delivery to the citizenry, particularly social protection. The objective of this procurement is to establish a Cooperation Facility to mobilise long- and short-term expertise in a flexible, timely and demand-driven manner to support the preparation and implementation of national strategies, EU cooperation, as well as strategic communication and public diplomacy activities, following an audience-segmented communication approach.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: 80% / Weighting: 80%
Price - Weighting: 20%
II.2.6)Estimated value
Value excluding VAT: 2 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
Objective criteria for choosing the limited number of candidates:

The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3.

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:

sub-saharah Africa

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:

Please consult the procurement documents available at the address indicated in Section I.3.

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 A5f "Additional information about the Contract Notice".

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

Please consult the procurement documents available at the address indicated 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: 26/10/2022
Local time: 00:00
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)

Section VI: Complementary information

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

Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".

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: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in Section I.3.

VI.5)Date of dispatch of this notice:
26/09/2022