Architectural, construction, engineering and inspection services (Руанда - Тендер #43029429) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Руанда (другие тендеры и закупки Руанда) Организатор тендера: Rwanda Biomedical Centre (RBC) Head Office Номер конкурса: 43029429 Дата публикации: 22-06-2023 Сумма контракта: 32 465 644 (Российский рубль) Цена оригинальная: 550 000 (Евро) Источник тендера: Единая система закупок Европейского союза TED |
||
Consulting Services to develop a Feasibility Study for Construction of a NHLS Building
Reference number: EIB-GtP/INCO/C03/REOI/2022/2023/RBCThe Government of Rwanda received a loan from EIB to finance construction of integrated institution-National Health Laboratory Services (NHLS) with high containment capabilities (BSL 3/4). The project will be co-financed by the EU and the Government of Rwanda and implemented through the RBC as a government implementing agency with a Technical Assistance of the WHO to ensure that the new laboratory meets the applicable standards and regulations to handle highly contagious substances in a maximum containment environment. The primary objective of the project is to create a modern integrated and sustainable laboratory complex that will become a reference laboratory for the region and a global collaboration centre for conducting advanced research, outbreak investigations and international training. The aim of this consultancy is to provide the required expertise for the initial development of the project through carrying out a comprehensive Feasibility Study.
The new laboratory is intended to be constructed on a 3-hectare land located at near King Faisal Hospital in Kamatamu Cell, Kacyiru Sector, Gasabo District, Kigali City, Rwanda (Central Africa).
The procurement process has two consecutive stages, this first stage is pre-qualification (REOI) and the second stage (RFP stages) is for the selection of a qualified Consultant. Pre-qualified/shortlisted firms will be requested to submit proposals that will include a technical and a financial proposal. Prequalification Criteria (Pass/Fail basis):
Eligibility: Certificate of Company registration in their country of incorporation (e.g. with Rwanda Development Board for local firms). Тhe candidate must provide evidence to prove the following: The Candidate itself and its legal representative have not been convicted for some of the criminal acts as a member of an organised criminal group, criminal acts against the economy, criminal acts against the environment, criminal acts of bribery, criminal acts of fraud; * That it has settled due tax obligations, contributions and other public charges in accordance with the regulations of Rwanda or foreign state where it has the seat; * The candidate must also prove that it is not bankrupt, subject to insolvency or winding up procedures, its assets are being administered by a liquidator or by a court, it is in an arrangement with creditors, its business activities are suspended or it is in any analogous situation arising from a similar procedure provided for under national legislation or regulations. In the case of a JV, these criteria shall be met cumulatively by its members.
General Experience: Demonstrate the past general experience in conducting feasibility studies for at least 5 large-scale health care facilities (hospitals or equivalent) or biomedical laboratory projects (each above 20 million Euros) completed during the past 10 years. Bidders must provide the address and contact details of the contracting bodies for each of the completed feasibility studies. In the case of a JV consortium, this criterion shall be met cumulatively by its members.
Specific Experience: Having completed the feasibility studies for 2 (two) laboratories with BSL 3 or BSL 4 standards during the last 10 years. Bidders must provide the address and contact details of the contracting bodies for each of the completed Feasibility Studies. In case of a JV, the JV leader shall have at least completed the feasibility study for 1 (one) laboratory with BSL 3 standard during the last 10 years.
Consultant’s technical capacity to undertake the Feasibility Study: Consultants have to submit an overview of their company’s structure, their main activities, number of personnel proofing to have at least one Team Leader, one Lead Architect, one Senior Services Engineer (Technical Installations), one Environmental and Social Impact Assessment (ESIA) Expert, one Senior Health Economist, one Senior Laboratory Specialist, one Lead Biocontainment Engineer and a Lead Biosafety and Biosecurity Specialist.
Shortlisting of candidates and prequalification decision: Shortlisting shall be based on all requirements of the present Request for Expression of Interest (REOI) as stipulated above. If more than 6 (six) eligible candidates meet the above prequalification criteria, their relative strengths and weaknesses must be re-examined in order to rank their applications and identify the 6 best candidates. The comparative criteria that will be taken into consideration during this re-examination, in the following priority order: 1. the highest number of similar feasibility studies for projects with BSL 3/4 laboratories, with BSL 4 Cabinets or Suits; 2. the highest number of similar feasibility studies for projects with BSL 3 laboratories; 3. the cumulative value of contracts of the Feasibility Studies for BSL 3/4 laboratories the candidate prepared during the last ten years. The Rwanda Biomedical Centre will inform all consultants of the pre-qualification decision, including a summary of the relevant reasons for that decision.
GRANT AGREEMENT - RWANDA COVID 19 HEALTH RESILIENCE (FI 96844)