Services - 595176-2020

11/12/2020    S242

Ethiopia-Addis Ababa: Legal services

2020/S 242-595176

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: Addis Ababa
NUTS code: ET ETHIOPIA
Postal code: 5570
Country: Ethiopia
Contact person: Daniela FORTE
E-mail: DELEGATION-ETHIOPIA-EARP0027@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=7622
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:

Technical Assistance Unit — Support to Criminal Justice Reform in Ethiopia

Reference number: DEVCO/ADD/2020/EA-RP/0027
II.1.2)Main CPV code
79100000 Legal services
II.1.3)Type of contract
Services
II.1.4)Short description:

Ethiopia is currently engaged in sweeping reforms, including of the criminal justice sector. The subject of this contract is to establish, staff and implement a Technical Assistance Unit to provide technical assistance to the implementation of the programme in support to Criminal Justice Reform in Ethiopia. The programme is intended to run for 72 months from the date of entry into force of the financing agreement. The contractor will be responsible for the day-to-day implementation and management of the programme, the management of a short-term expert facility, and is expected to provide a technical assistance team that will include a team leader/senior criminal justice reform expert; senior prosecutions and policing expert; senior monitoring and evaluation expert; financial management expert; and administrative support.

II.1.5)Estimated total value
Value excluding VAT: 5 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79100000 Legal services
30100000 Office machinery, equipment and supplies except computers, printers and furniture
30200000 Computer equipment and supplies
79900000 Miscellaneous business and business-related services
80500000 Training services
II.2.3)Place of performance
NUTS code: ET ETHIOPIA
Main site or place of performance:

ETHIOPIA (East Africa Region), Addis Ababa.

II.2.4)Description of the procurement:

Technical Assistance Unit — Support to Criminal Justice Reform in Ethiopia.

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: 5 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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
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

Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, up to the estimated amount of 0, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.

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, economic and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document ‘Additional Information about the Contract Notice’.

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: 08/01/2021
Local time: 16:00
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: 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: 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:
07/12/2020