Back to tenders & grants page
Lebanon-Beirut: Communication and visibility campaign for solid waste management Business Services, Consumer Goods & Services, Energy & Utilities Lebanon-Beirut: Communication and visibility campaign for solid waste management
Receive Tenders like this by email

Lebanon-Beirut: Communication and visibility campaign for solid waste management

Lebanon-Beirut: Communication and visibility campaign for solid waste management has been closed on 20 Dec 2016. It no longer accepts any bids. For further information, you can contact the The Office of the Minister of State for Administrative Reform (OMSAR)

Bellow, you can find more information about this project: 

Location: Lebanon

General information

Donor:

The Office of the Minister of State for Administrative Reform (OMSAR)

Industry:

Business Services

Consumer Goods & Services

Energy & Utilities

Status:

Closed

Timeline

Published:

15 Nov 2016

Deadline:

20 Dec 2016

Value:

Not available

Contacts

Description

Service contract notice

Location — Lebanon

1.Publication reference:
EuropeAid/138221/IH/SER/LB.
2.Procedure:
Restricted.
3.Programme title:
Upgrading solid waste management capacities in Lebanon (SWAM I and SWAM II).
4.Financing:
Financing agreement Nos ENPI/2013/024-977 and ENPI/2014/025-014.
5.Contracting authority:

The Office of the Minister of State for Administrative Reform (OMSAR), Beirut, LEBANON.


Contract specification

6.Nature of contract:
Global price.
7.Contract description:
‘Upgrading solid waste management capacities in Lebanon’ (SWAM I and SWAM II) programmes aim at improving the overall efficiency and effectiveness of solid waste management in Lebanon. The general objective of this contract is to ensure: better visibility, optimal promotion of the projects' different activities and to ensure the contribution of the Lebanese population by improving their knowledge through raising awareness about SWAM I and II.
The purpose of this contract is to design and implement a comprehensive communication and visibility campaign with the following goals: raise awareness on key concepts of solid waste management in Lebanon; promote the role of OMSAR and the EU and their intervention in the waste management sector; promote awareness of specific ongoing or planned initiatives in the field of waste management; foster public-private partnership working on horizontal and cross-sector issues relevant to waste management; communicate project successes with all stakeholders to encourage them to participate actively in SWAM I and II activities; ensure effective communication, visibility, and outreach of SWAM I and II projects and activities to the Lebanese public entities (i.e. municipalities, ministries, etc.), NGOs and citizens within an appropriate media context by producing a variety of communication products and visibility materials targeted at the different audiences (internal and external).
8.Number and titles of lots:
1 lot only.
9.Maximum budget:
500 000 EUR.
10.Scope for additional services:
The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 100 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.


Conditions of participation

11.Eligibility:
Participation is open to all natural persons who are nationals of, and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are effectively established in, a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action (CIR) for the applicable instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations.
12.Candidature:
All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
13.Number of applications:
No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
14.Shortlist alliances prohibited:
Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
15.Grounds for exclusion:
As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
16.Subcontracting:
Subcontracting is allowed.
17.Number of candidates to be shortlisted:
On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


Provisional timetable

18.Provisional date of invitation to tender:
February 2016.
19.Provisional commencement date of the contract:
April 2017.
20.Initial period of implementation of tasks:
40 months.


Selection and award criteria

21.Selection criteria:
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are sub-contractors.
1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed:
• the average annual turnover of the candidate for the last 3 years for which accounts have been closed must exceed 150 000 EUR,
• current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In the case of a consortium this criterion must be fulfilled by each member.
2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:
• an average of 5 staff have been working for the candidate in fields related to this contract over the last 5 years from the submission deadline.
3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline:
The candidate has provided services under at least 1 contract with a budget of at least that of this contract, corresponding to the fields and tasks as defined under clause 7 of the contract notice, and which was implemented at any moment during the reference period (i.e. 5 years from the submission deadline).
This means that the project the candidate refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Candidates are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment). In the case of projects still ongoing only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value. If a candidate has implemented the project in a consortium, the percentage that the candidate has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference.
An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality — and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
• within the last 5 years preceding the submission deadline, the highest total value services meeting criterion 3 (a maximum of 5 references will be considered).
22.Award criteria:
Best price-quality ratio.


Application

23.Deadline for receipt of applications:
20.12.2016 (14:00), Beirut local time.
Any application received by the contracting authority after this deadline will not be considered.
24.Application format and details to be provided:
Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address:

http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
25.How applications may be submitted:
Applications must be submitted in English exclusively to the contracting authority in a sealed envelope:
• either by recorded delivery (official postal service) to:

Mrs Rawiah Hammoudy, Procurement Assistant, Office of the Minister of State for Administrative Reform, Starco Building, Block A, 5th Floor, Office 511, Omar Daouk Street, Minet El-Hosn Sector, Beirut, LEBANON. Tel. 00 9611 371510.

In this case, the delivery record is proof of compliance with the time limit for receipt,
• or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:

Mrs Rawiah Hammoudy, Procurement Assistant, Office of the Minister of State for Administrative Reform, Starco Building, Block A, 5th Floor, Office 511, Omar Daouk Street, Minet El-Hosn Sector, Beirut, LEBANON. Tel. 00 9611 371510.

In this case, the acknowledgment of receipt is proof of compliance with the time limit for receipt.
The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
Applications submitted by any other means will not be considered.
By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
26.Alteration or withdrawal of applications:
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
27.Operational language:
All written communication for this tender procedure and contract must be in English.
28.Date of publication of prior information notice:
8.7.2016.
29.Legal basis:
Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Regulation (EC) No 1638/2006 of the European Parliament and of the Council of 24.10.2006 laying down general provisions establishing a European Neighbourhood and Partnership Instrument — OJ L 310, 9.11.2006, p. 1.
30.Additional information:
The opening hours of the contracting authority: Monday to Friday from 8:00 to 16:00.
Clarifications concerning this procedure should be addressed in writing to:

Aline Saadeh (Miss), Procurement Officer: [email protected]

c.c. Youssef Saad (Mr), Procurement Team Leader: [email protected]


http://ted.europa.eu/udl?uri=TED:NOTICE:400550-2016:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more