EIB - Consulting services (примерный перевод: EIB - Консалтинговые услуги) (Малави - Тендер #3224952) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Малави (другие тендеры и закупки Малави) Номер конкурса: 3224952 Дата публикации: 02-05-2018 Источник тендера: Единая система закупок Европейского союза TED |
||
1. The Government of the Republic of Malawi has received financing from the European Investment Bank toward the cost of the Malawi NRWB Water Efficiency Project, and intends to apply part of the proceeds for consulting services.
2. The consulting services (“the Services”) include a house to house survey, generation of an updated customer and water meter data base for all customers in Mzuzu City and Ekwendeni Town and to develop a water meter management plan. The customer meter database will provide the NRWB with information about the locations, status and performance of the customer water meters as well as customer information, the status of customer accounts (active or inactive; duplicated; long disconnected) and customer category verification.
The Consultant shall carry out customer survey and shall sufficiently analyze the data collected and the results and findings incorporated in the customer database for the improvement of the service delivery.
The Consultant shall carry out water meter survey and shall sufficiently analyze the data collected and the results and findings incorporated in the Meter Management Strategy for the improvement of the service delivery.
The assignment is expected to be carried out in 4 months.
3. The Northern Region Water Board now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are:
a. Technical competency
The applicant (individual company or consortium altogether) will be considered to be technically competent if it has successfully completed, during the last 3 years (1.1.2015 to the submission deadline of the expressions of interest indicated in item 8), at least two similar assignments, each of a minimum value of 250 000 EUR equivalent, and the applicant should demonstrate that it had a participation of at least 60 % of the person-months in each of the presented reference assignments.
Evidence in a form of a statement from a client and a copy of signed agreement must be submitted.
“Similar assignments” mean assignments covering activities of the type described in item 2 above.
b. Professional capacity
At least 60 % of the staff proposed to work on the assignment (from individual company or consortium) must have been permanent staff for at least the last 2 years (2016 and 2017).
c. Financial capability
The average annual turnover of the applicant (individual company or consortium overall) must be of at least 600 000 EUR for each of the last 2 years i.e. 2014 and 2015 or 2015 and 2016 depending on the closing dates of the applicable financial years. Signed audited financial statements from which the turnover amounts are extracted must be submitted.
The number of consultants to be shortlisted is 6. If only 3-5 applicants satisfy the selection criteria, the shortlist will consist of 3-5 consultants. On the other hand, if more than 6 applicants meet the selection criteria, the relative strengths and weaknesses of the applications will be re-examined to identify the six best applications for the tender procedure. The only factors which will be taken into consideration during the re-examination are, in order of precedence:
1. The number of presented reference assignments which comply with the criterion 3(a) above.
2. In case of competition between 2 or more applicants having the same number of compliant reference assignments as per additional criterion 1 above, the number of such compliant references which have been implemented in the SADC countries shall be considered.
It should be noted that the selection criteria will be assessed on a pass/fail basis.
4. The attention of interested Consultants is drawn to the requirement that all tenderers must execute and attach to its Expression of Interest a Covenant of Integrity. The Covenant of Integrity can be obtained from the address below.
5. Consultants may associate with other firms in the form of a joint venture or a subconsultancy to enhance their qualifications.
6. A Consultant will be selected in accordance with the QCBS (Quality-and Cost-Based Selection) method.
7. Further information can be obtained at the address below during office hours [07:30 to 16:30 hours Malawi time].
8. Expressions of interest must be delivered in a written form to the address below (in person, or courier) by 14:00 hours Malawi time on 4.5.2018 at which time they will be opened in the presence of the bidders who wish to attend. Electronic bidding shall not be permitted.
The IPC Chairman, Northern Region Water Board, Off Mzuzu-Lilongwe road, Bloemwater Street, Kawiluwilu House, Room No. 6 (Chief Executive Officer’s Secretary), Private Bag 94, Mzuzu, Malawi, Attention: Mr T.C. Mtegha, Telephone: (265) 888 823 140, Facsimile: (265) 1 310 082, E-mail: tmtegha@nrwb.org.mw & tmtegha@yahoo.com
9. Address for clarifications
The Acting Director of Technical Services
Northern Region Water Board,
Private Bag 94, Mzuzu.
Attention: Dr A.N.A. Ungwe
Tel (265) 0999 843 775 / 0888 843 775
Email: anaungwe@yahoo.com
ungwe@nrwb.org.mw
10. Address for opening of expressions of interest
Northern Region Water Board
Off Mzuzu-Lilongwe road
Bloemwater Street
Kawiluwilu House
Boardroom
On 4.6.2018 at 14:00 hours Malawi time at which time they will be opened in the presence of the bidders who wish to attend. Electronic bidding shall not be permitted.