Community-Led Accelerated WASH, Phase IV (COWASH IV) in Ethiopia, Implementation

Information

Open procedure
2/5/2021 3:33 PM (GMT+01:00)
2/22/2021 8:00 AM (GMT+01:00)

Buyer

Ministry for Foreign Affairs Ministry for Foreign Affairs
Jutta Marjanen Jutta Marjanen
Ritarikatu 2 B Registry Office
00023 Government
Finland
0245973-9

Closing date has passed.

Short description

The Unit for the Horn of Africa and Eastern Africa (hereinafter referred to as “Contracting Authority”) calls for this Invitation to Tender (ITT) with a purpose of requesting tenders on Technical Assistance service for the Implementation of Community-Led Accelerated WASH Programme Phase IV (COWASH IV) in Ethiopia. Please see Annex 1a, Project Document, for more detailed description of the purpose of the contract (hereinafter referred to as "the Services").

The Programme (COWASH IV) will be implemented in coordination with the Ethiopian Ministry for Water, Irrigation and Energy (MoWIE). At the regional level cooperation will be coordinated with the Bureaus of Finance and Economic Cooperation, Bureaus of Water, Irrigation and Energy in association with the relevant WASH partners, Bureaus of Health, Bureaus of Education as well as Bureaus of Women, Youth and Children.

Suggested timeframe for the assignment:
- Tender period open from 22 December 2020 to 15 February 2021
- Questions and answers: question to be submitted by 11th January, answers by the end of the week
- Information session with the MoWIE: on second full week of January, dates to be upon request
- Questions for the interview to be published on 1st February 2021
- Interviews: 24th-25th February, 2021
- Start of the assignment: contracting starting after 2 week period for appeal has ended

All times are indicated local time in Finland.

To participate in the information event sign up by sending request to jutta.marjanen@formin.fi and cc: arto.valjas@formin.fi no later than 11th January 2021 16.00 local time in Finland. Information session with MoWIE arranged in calendar week 2.

Information on the previous phases of the programme can be found on website https://www.cmpethiopia.org/.

Geographical area: Ethipia (Amhara, Oromia, Tigray, SNNPR and Benishangul-
Gumuz)

Total grant by Finnish Government: EUR 18,400,000, out of which for the estimated maximum value of the contract is 4,196,000 euros (including fees and reimbursable costs, VAT excluded), not including an option of 700,000 euros for additional services.

Total contribution of the Government of the Federal Democratic Republic of Ethiopia: ETB 655,800,000, equivalent to approximately EUR 20,494,000. Total community contribution (15%) is estimated as ETB 79,360,000, equivalent to approximately EUR 2,480,000.

The Ministry for Foreign Affairs asks all potential tenderers to pay attention to the fact that the interviews with the appointed experts [or the project team] will influence the comparison of tenders and the final result of the procurement procedure. The tender documents include a full list of the minimum requirements set for the appointed experts [or the project team] in respect of education, work experience and completed consultation and/or expert services as well as factors influencing the quality comparison. In addition, the appointed experts [or the project team] will be interviewed as part of the procurement procedure as specified in the tender documents, which means that the experts’ answers will influence the quality score obtained by the tenderer.

Should several tenderers have appointed the same expert for their tender, tenderers remain responsible for making an agreement on how they will possibly protect their own trade secrets or ensure the effective availability of the appointed expert resource during the contract period if one appointed expert was working for several different tenderers. Additionally, the Ministry for Foreign Affairs requires that the expert commit to confidentiality as regards the content of the interviews. To promote the equal and non-discriminatory treatment of tenderers, the Ministry for Foreign Affairs also tries to schedule the interviews of these tenderers [or project teams] on the same day.


The contract will be awarded through an open procedure. The procurement will take place in compliance with the Act on Public Contracts and Concession Contracts (1397/2016). The contract concerns a service procurement exceeding EU threshold which is based on a development cooperation agreement between the contracting authority and the partner country (on grounds 8 § paragraph 2 of the Act on Public Contracts and Concession Contracts 1397/2016 the procurement will be conducted through National Procedures).

The processing of Tenders will progress in the following steps:
1. Opening of the tenders
2. Verifying the suitability of the tenderers. The tenderers who do not fulfill the suitability criteria will be excluded from the tendering process.
3. Verifying that the tenders and the services tendered fulfill the requirements of the Invitation to tender. The tenders that do not fulfill the requirements will be excluded from the tendering process.
4. Evaluation of tenders:
a. Evaluation of technical tender
b. Price comparison
c. Tender Interview (24th-25th February, 2021)

Evaluation will be made in two parts: preliminary evaluation will only involve the reference forms for experts (Annex 3A-D) and the Approach. Tenderers are invited to participate in the Interview based on their references and Approach score. Four highest-scoring tenders are accepted. If two or more tenders have the same score, the tender with the lower price takes precedence. If two or more tenders have the same score and price, the tender that takes precedence is chosen by random draw.

The final quality score is calculated by adding up the points awarded for 1) References, 2) Approach and 3) Interview. The winning tender is determined by the quality and price score. See "Procurement Object Criteria" for further information.

5. Verifying the supporting documents about the suitability of the tenderer from the winner.
6. Contract award decision and notification
7. Appeal period two (2) weeks from the notification
8. Concluding and signing the Contract with the selected service provider.

The Contracting Authority may wholly or partially interrupt the procurement procedure for a justified reason.

The signing of the contract with the selected Tenderer and the commencement and continuation of the implementation of the Programme are subject to the intergovernmental agreement on the project being in force.

No compensation will be payable to tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English language and the tender shall also be submitted in English language. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred.

The Contracting Authority selects one (1) service provider and concludes a contract with that service provider. The amount of Services to be supplied is an estimate and does not form an obligation for the Contracting Authority to buy that amount of Services. The contract does not give an exclusive right to the service provider to supply the Contracting Authority.

The Unit for the Horn of Africa and Eastern Africa (hereinafter referred to as “Contracting Authority”) calls for this Invitation to Tender (ITT) with a purpose of requesting tenders on Technical Assistance service for the Implementation of Community-Led Accelerated WASH Programme Phase IV (COWASH IV) in Ethiopia. Please see Annex 1a, Project Document, for more detailed description of the purpose of the contract (hereinafter referred to as "the Services").

The Programme (COWASH IV) will be implemented in coordination with the Ethiopian Ministry for Water, Irrigation and Energy (MoWIE). At the regional level cooperation will be coordinated with the Bureaus of Finance and Economic Cooperation, Bureaus of Water, Irrigation and Energy in association with the relevant WASH partners, Bureaus of Health, Bureaus of Education as well as Bureaus of Women, Youth and Children.

Suggested timeframe for the assignment:
- Tender period open from 22 December 2020 to 15 February 2021
- Questions and answers: questions to be submitted by 26th January 2021 23:00 local time in Finland, answers within a week
- Information session with the MoWIE: on second full week of January, dates to be upon request
- Questions for the interview to be published on 1st February 2021
- Interviews: 24th-25th February, 2021
- Start of the assignment: contracting starting after 2 week period for appeal has ended

All times are indicated local time in Finland.

To participate in the information event sign up by sending request to jutta.marjanen@formin.fi and cc: arto.valjas@formin.fi no later than 11th January 2021 16.00 local time in Finland. Information session with MoWIE arranged in calendar week 2.

Information on the previous phases of the programme can be found on website https://www.cmpethiopia.org/.

Geographical area: Ethipia (Amhara, Oromia, Tigray, SNNPR and Benishangul-
Gumuz)

Total grant by Finnish Government: EUR 18,400,000, out of which for the estimated maximum value of the contract is 4,196,000 euros (including fees and reimbursable costs, VAT excluded), not including an option of 700,000 euros for additional services.

Total contribution of the Government of the Federal Democratic Republic of Ethiopia: ETB 655,800,000, equivalent to approximately EUR 20,494,000. Total community contribution (15%) is estimated as ETB 79,360,000, equivalent to approximately EUR 2,480,000.

The Ministry for Foreign Affairs asks all potential tenderers to pay attention to the fact that the interviews with the appointed experts [or the project team] will influence the comparison of tenders and the final result of the procurement procedure. The tender documents include a full list of the minimum requirements set for the appointed experts [or the project team] in respect of education, work experience and completed consultation and/or expert services as well as factors influencing the quality comparison. In addition, the appointed experts [or the project team] will be interviewed as part of the procurement procedure as specified in the tender documents, which means that the experts’ answers will influence the quality score obtained by the tenderer.

Should several tenderers have appointed the same expert for their tender, tenderers remain responsible for making an agreement on how they will possibly protect their own trade secrets or ensure the effective availability of the appointed expert resource during the contract period if one appointed expert was working for several different tenderers. Additionally, the Ministry for Foreign Affairs requires that the expert commit to confidentiality as regards the content of the interviews. To promote the equal and non-discriminatory treatment of tenderers, the Ministry for Foreign Affairs also tries to schedule the interviews of these tenderers [or project teams] on the same day.
The contract will be awarded through an open procedure. The procurement will take place in compliance with the Act on Public Contracts and Concession Contracts (1397/2016). The contract concerns a service procurement exceeding EU threshold which is based on a development cooperation agreement between the contracting authority and the partner country (on grounds 8 § paragraph 2 of the Act on Public Contracts and Concession Contracts 1397/2016 the procurement will be conducted through National Procedures).

The processing of Tenders will progress in the following steps:
1. Opening of the tenders
2. Verifying the suitability of the tenderers. The tenderers who do not fulfill the suitability criteria will be excluded from the tendering process.
3. Verifying that the tenders and the services tendered fulfill the requirements of the Invitation to tender. The tenders that do not fulfill the requirements will be excluded from the tendering process.
4. Evaluation of tenders:
a. Evaluation of technical tender
b. Price comparison
c. Tender Interview (24th-25th February, 2021)

Evaluation will be made in two parts: preliminary evaluation will only involve the reference forms for experts (Annex 3A-D) and the Approach. Tenderers are invited to participate in the Interview based on their references and Approach score. Four highest-scoring tenders are accepted. If two or more tenders have the same score, the tender with the lower price takes precedence. If two or more tenders have the same score and price, the tender that takes precedence is chosen by random draw.

The final quality score is calculated by adding up the points awarded for 1) References, 2) Approach and 3) Interview. The winning tender is determined by the quality and price score. See "Procurement Object Criteria" for further information.

5. Verifying the supporting documents about the suitability of the tenderer from the winner.
6. Contract award decision and notification
7. Appeal period two (2) weeks from the notification
8. Concluding and signing the Contract with the selected service provider.

The Contracting Authority may wholly or partially interrupt the procurement procedure for a justified reason.

The signing of the contract with the selected Tenderer and the commencement and continuation of the implementation of the Programme are subject to the intergovernmental agreement on the project being in force.

No compensation will be payable to tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English language and the tender shall also be submitted in English language. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred.

The Contracting Authority selects one (1) service provider and concludes a contract with that service provider. The amount of Services to be supplied is an estimate and does not form an obligation for the Contracting Authority to buy that amount of Services. The contract does not give an exclusive right to the service provider to supply the Contracting Authority.
The Unit for the Horn of Africa and Eastern Africa (hereinafter referred to as “Contracting Authority”) calls for this Invitation to Tender (ITT) with a purpose of requesting tenders on Technical Assistance service for the Implementation of Community-Led Accelerated WASH Programme Phase IV (COWASH IV) in Ethiopia. Please see Annex 1a, Project Document, for more detailed description of the purpose of the contract (hereinafter referred to as "the Services").

The Programme (COWASH IV) will be implemented in coordination with the Ethiopian Ministry for Water, Irrigation and Energy (MoWIE). At the regional level cooperation will be coordinated with the Bureaus of Finance and Economic Cooperation, Bureaus of Water, Irrigation and Energy in association with the relevant WASH partners, Bureaus of Health, Bureaus of Education as well as Bureaus of Women, Youth and Children.

Suggested timeframe for the assignment:
- Tender period open from 22 December 2020 to 15 February 2021
- Questions and answers: questions to be submitted by 26th January 2021 23:00 local time in Finland, answers within a week
- Information session with the MoWIE: on second full week of January, dates to be upon request
- Questions for the interview to be published on 1st February 2021
- Interviews: 24th-25th February, 2021
- Start of the assignment: contracting starting after 2 week period for appeal has ended

All times are indicated local time in Finland.

To participate in the information event sign up by sending request to jutta.marjanen@formin.fi and cc: arto.valjas@formin.fi no later than 11th January 2021 16.00 local time in Finland. Information session with MoWIE arranged in calendar week 2.

Information on the previous phases of the programme can be found on website https://www.cmpethiopia.org/.

Geographical area: Ethipia (Amhara, Oromia, Tigray, SNNPR and Benishangul-
Gumuz)

Total grant by Finnish Government: EUR 18,400,000, out of which for the estimated maximum value of the contract is 4,196,000 euros (including fees and reimbursable costs, VAT excluded), not including an option of 700,000 euros for additional services.

Total contribution of the Government of the Federal Democratic Republic of Ethiopia: ETB 655,800,000, equivalent to approximately EUR 20,494,000. Total community contribution (15%) is estimated as ETB 79,360,000, equivalent to approximately EUR 2,480,000.

The Ministry for Foreign Affairs asks all potential tenderers to pay attention to the fact that the interviews with the appointed experts [or the project team] will influence the comparison of tenders and the final result of the procurement procedure. The tender documents include a full list of the minimum requirements set for the appointed experts [or the project team] in respect of education, work experience and completed consultation and/or expert services as well as factors influencing the quality comparison. In addition, the appointed experts [or the project team] will be interviewed as part of the procurement procedure as specified in the tender documents, which means that the experts’ answers will influence the quality score obtained by the tenderer.

Should several tenderers have appointed the same expert for their tender, tenderers remain responsible for making an agreement on how they will possibly protect their own trade secrets or ensure the effective availability of the appointed expert resource during the contract period if one appointed expert was working for several different tenderers. Additionally, the Ministry for Foreign Affairs requires that the expert commit to confidentiality as regards the content of the interviews. To promote the equal and non-discriminatory treatment of tenderers, the Ministry for Foreign Affairs also tries to schedule the interviews of these tenderers [or project teams] on the same day.
The contract will be awarded through an open procedure. The procurement will take place in compliance with the Act on Public Contracts and Concession Contracts (1397/2016). The contract concerns a service procurement exceeding EU threshold which is based on a development cooperation agreement between the contracting authority and the partner country (on grounds 8 § paragraph 2 of the Act on Public Contracts and Concession Contracts 1397/2016 the procurement will be conducted through National Procedures).

The processing of Tenders will progress in the following steps:
1. Opening of the tenders
2. Verifying the suitability of the tenderers. The tenderers who do not fulfill the suitability criteria will be excluded from the tendering process.
3. Verifying that the tenders and the services tendered fulfill the requirements of the Invitation to tender. The tenders that do not fulfill the requirements will be excluded from the tendering process.
4. Evaluation of tenders:
a. Evaluation of technical tender
b. Tender Interview (24th-25th February, 2021)
c. Price comparison

Evaluation will be made in two parts: preliminary evaluation will only involve the reference forms for experts (Annex 3A-D) and the Approach. Tenderers are invited to participate in the Interview based on their references and Approach score. Four highest-scoring tenders are accepted. If two or more tenders have the same score, the tender with the lower price takes precedence. If two or more tenders have the same score and price, the tender that takes precedence is chosen by random draw.

The final quality score is calculated by adding up the points awarded for 1) References, 2) Approach and 3) Interview. The winning tender is determined by the quality and price score. See "Procurement Object Criteria" for further information.

5. Verifying the supporting documents about the suitability of the tenderer from the winner.
6. Contract award decision and notification
7. Appeal period two (2) weeks from the notification
8. Concluding and signing the Contract with the selected service provider.

The Contracting Authority may wholly or partially interrupt the procurement procedure for a justified reason.

The signing of the contract with the selected Tenderer and the commencement and continuation of the implementation of the Programme are subject to the intergovernmental agreement on the project being in force.

No compensation will be payable to tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English language and the tender shall also be submitted in English language. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred.

The Contracting Authority selects one (1) service provider and concludes a contract with that service provider. The amount of Services to be supplied is an estimate and does not form an obligation for the Contracting Authority to buy that amount of Services. The contract does not give an exclusive right to the service provider to supply the Contracting Authority.
The Unit for the Horn of Africa and Eastern Africa (hereinafter referred to as “Contracting Authority”) calls for this Invitation to Tender (ITT) with a purpose of requesting tenders on Technical Assistance service for the Implementation of Community-Led Accelerated WASH Programme Phase IV (COWASH IV) in Ethiopia. Please see Annex 1a, Project Document, for more detailed description of the purpose of the contract (hereinafter referred to as "the Services").

The Programme (COWASH IV) will be implemented in coordination with the Ethiopian Ministry for Water, Irrigation and Energy (MoWIE). At the regional level cooperation will be coordinated with the Bureaus of Finance and Economic Cooperation, Bureaus of Water, Irrigation and Energy in association with the relevant WASH partners, Bureaus of Health, Bureaus of Education as well as Bureaus of Women, Youth and Children.

Suggested timeframe for the assignment:
- Tender period open from 22 December 2020 to 22 February 2021
- Questions and answers: questions to be submitted by 26th January 2021 23:00 local time in Finland, answers within a week
- Information session with the MoWIE: on second full week of January, dates to be upon request
- Questions for the interview to be published on 3rd February 2021
- Interviews: 2nd-3rd March, 2021
- Start of the assignment: contracting starting after 2 week period for appeal has ended

All times are indicated local time in Finland.

To participate in the information event sign up by sending request to jutta.marjanen@formin.fi and cc: arto.valjas@formin.fi no later than 11th January 2021 16.00 local time in Finland. Information session with MoWIE arranged in calendar week 2.

Information on the previous phases of the programme can be found on website https://www.cmpethiopia.org/.

Geographical area: Ethipia (Amhara, Oromia, Tigray, SNNPR and Benishangul-
Gumuz)

Total grant by Finnish Government: EUR 18,400,000, out of which for the estimated maximum value of the contract is 4,196,000 euros (including fees and reimbursable costs, VAT excluded), not including an option of 700,000 euros for additional services.

Total contribution of the Government of the Federal Democratic Republic of Ethiopia: ETB 655,800,000, equivalent to approximately EUR 20,494,000. Total community contribution (15%) is estimated as ETB 79,360,000, equivalent to approximately EUR 2,480,000.

The Ministry for Foreign Affairs asks all potential tenderers to pay attention to the fact that the interviews with the appointed experts [or the project team] will influence the comparison of tenders and the final result of the procurement procedure. The tender documents include a full list of the minimum requirements set for the appointed experts [or the project team] in respect of education, work experience and completed consultation and/or expert services as well as factors influencing the quality comparison. In addition, the appointed experts [or the project team] will be interviewed as part of the procurement procedure as specified in the tender documents, which means that the experts’ answers will influence the quality score obtained by the tenderer.

Should several tenderers have appointed the same expert for their tender, tenderers remain responsible for making an agreement on how they will possibly protect their own trade secrets or ensure the effective availability of the appointed expert resource during the contract period if one appointed expert was working for several different tenderers. Additionally, the Ministry for Foreign Affairs requires that the expert commit to confidentiality as regards the content of the interviews. To promote the equal and non-discriminatory treatment of tenderers, the Ministry for Foreign Affairs also tries to schedule the interviews of these tenderers [or project teams] on the same day.
The contract will be awarded through an open procedure. The procurement will take place in compliance with the Act on Public Contracts and Concession Contracts (1397/2016). The contract concerns a service procurement exceeding EU threshold which is based on a development cooperation agreement between the contracting authority and the partner country (on grounds 8 § paragraph 2 of the Act on Public Contracts and Concession Contracts 1397/2016 the procurement will be conducted through National Procedures).

The processing of Tenders will progress in the following steps:
1. Opening of the tenders
2. Verifying the suitability of the tenderers. The tenderers who do not fulfill the suitability criteria will be excluded from the tendering process.
3. Verifying that the tenders and the services tendered fulfill the requirements of the Invitation to tender. The tenders that do not fulfill the requirements will be excluded from the tendering process.
4. Evaluation of tenders:
a. Evaluation of technical tender
b. Tender Interview (2nd-3rd March, 2021)
c. Price comparison

Evaluation will be made in two parts: preliminary evaluation will only involve the reference forms for experts (Annex 3A-D) and the Approach. Tenderers are invited to participate in the Interview based on their references and Approach score. Four highest-scoring tenders are accepted. If two or more tenders have the same score, the tender with the lower price takes precedence. If two or more tenders have the same score and price, the tender that takes precedence is chosen by random draw.

The final quality score is calculated by adding up the points awarded for 1) References, 2) Approach and 3) Interview. The winning tender is determined by the quality and price score. See "Procurement Object Criteria" for further information.

5. Verifying the supporting documents about the suitability of the tenderer from the winner.
6. Contract award decision and notification
7. Appeal period two (2) weeks from the notification
8. Concluding and signing the Contract with the selected service provider.

The Contracting Authority may wholly or partially interrupt the procurement procedure for a justified reason.

The signing of the contract with the selected Tenderer and the commencement and continuation of the implementation of the Programme are subject to the intergovernmental agreement on the project being in force.

No compensation will be payable to tenderers for preparing a tender, presenting it or otherwise taking part in the procedure. The tender documents are available in English language and the tender shall also be submitted in English language. Should the tenderer wish to obtain the tender documents in another language, they shall themselves arrange for their translation and bear the costs thus incurred.

The Contracting Authority selects one (1) service provider and concludes a contract with that service provider. The amount of Services to be supplied is an estimate and does not form an obligation for the Contracting Authority to buy that amount of Services. The contract does not give an exclusive right to the service provider to supply the Contracting Authority.

Files (click "Show interest" to get access)

Name Size
326557_liitteet.zip 8.67 MB
Tarjouspyyntö.pdf 162 KB

Mercell Holding AS

Part of the Mercell Group, one of Europe’s leading providers of e tender systems and information between buyers and suppliers in the professional market.

Contact us

Write to us

+47 21 01 88 00