Overview : Invitation for prequalification The Medical and Electronic Waste Management Project (MEWM), the Employer, is funded by the Global Environment Facility (GEF), and United Nations Development Programme (UNDP) and implemented by the Ministry of Environment, hereby invites applications from suitably experienced and established Suppliers/Companies, for prequalifying for the turnkey project for the supply, installation, testing and commissioning of Equipment for a Central Treatment Facility (CTF) for Infectious Healthcare Waste (HCW) including the construction of building(s) and training of operators. It is intended to pre-qualify potential Suppliers/Companies for their participation in the upcoming bidding process. Hence, interested international/local Companies with required experience and qualifications are requested to complete the Pre-Qualification Application and submit relevant documentation/information as to demonstrate that they are eligible and have required skills and qualifications to undertake such a project on a turnkey basis. This Pre-qualification will remain valid for the next one year after its date of completion. If any other similar requirement of similar nature arises within the aforesaid one-year period, the outcome of this Process will also be used for conducting the bidding process for those requirements. It is expected that Invitations to Bid (ITB) will be sent to the prequalified Suppliers / Companies in mid-2018, that the construction of buildings will commence during 2018 and that the equipment will be supplied, installed, tested and commissioned end-2018 or early 2019, + 1 year defect notification and 3 years maintenance period after commissioning. The Tender Documents and the contract will be in English language. Currency of the contract will be USD. The Supplier shall be an international private company as individual bidder (Individual applicant). Consortiums and Joint Venture proposals will not be accepted. The International Company shall however appoint a national company as a local representative (agent) who will, inter alia, be responsible for the after sale services and the spare parts stocking. It is also encouraged by MEWM to have a fully qualified and licensed local contractor from Egypt as a subcontractor for civil works. The supplier shall not subcontract the supply, installation and commissioning of the HCW treatment equipment nor the training of operators. The supply of some minor components, such as e.g. water softener, air compressor, pressure washer, containers and PPE, may be subcontracted to national or international companies. The subcontract amount for any supply subcontractor shall not exceed 20% of the contract price. The subcontractors, if any, shall have sufficient competence, resources and financial strength. The contractor must meet the financial criteria and satisfy the technical criteria in full. If the individual bidder will use technical and professional experiences of subcontractors in order to comply with all criteria, this is possible. The condition to take these experiences of each proposed sub-contractor into consideration is that the application shall include an undertaking by each subcontractor that it will enter into binding contract with the contractor, if the contractor’s tender is accepted. Applications for prequalification submitted by individual bidder must meet the following requirements: - The application shall clearly identify who is the supplier and include the registration documents of the legal entity;
- The individual bidder must submit the complete documentation required;
- The individual bidder must confirm that, if after prequalification the individual bidder should submit a tender, then that tender as well as (in the case of award) the resulting contract would be signed so as to be legally binding to the contractor;
- The application shall include an undertaking by each subcontractor, including the company to be nominated as national representative (agent) of the applicant, that it will enter (or has already entered) into a binding contract with the Supplier/Company if the applicant’s tender is accepted;
- The application must include a description of the proposed participation and responsibility of the applicant and its subcontractors if any.
The completed prequalification documents are to be submitted to MEWM in accordance with the instructions in Section 5. At any time prior to the deadline for submission of Prequalification Document, MEWM may, for any reason, whether at its own initiative or in response to a clarification requested by Applicants, modify the Prequalification Application and its attachments by amendment, including through provision of supplementary information. The amendment will be posted on the UNDP website. MEWM reserves the right to alter the scope of the project and the timing for the invitation to Bid, and will make the final decision on the prequalification of any supplier responding to this invitation. Eligible Applicants The Supplier shall be an international, private company as individual bidder (Individual applicant). Consortiums and Joint Venture proposals will not be accepted. Suppliers who wish to apply for prequalification must have had experience of undertaking and successfully completing supplies and works of comparable nature and magnitude, as per requirements in section 6. Prior to submitting their application, the International Supplier/Company, through their National Representative Company (agent), shall approach the Ministry of Health and Population (MOHP) to obtain the (technology and brand specific) approval for use in Egypt of the equipment to be included in their bid from the “Hazardous Substances and Wastes Committee on the special technology used in the treatment equipment (incinerators, shredding and sterilizing equipment)”. Companies wishing to apply for said approval shall address their request for approval of the equipment to be proposed in their bid to: Hazardous Substances and Wastes Committee Ministry of Health and Population Attn: Dr. Omaima Ezz Eldin Mohamed, Director of General Administration of Environmental Health 1 El Tayyar Fekry Street, Imbaba (next to Fever Hospital), Giza Egypt Which is written in Arabic as follows: The approval procedure will take approximately one month. The procedure of request for approval is described in annex 3 to these documents. Additional information on the approval process can be obtained from the Project Manager of the MEWM, Prof. Tarek El-Araby (email: tmelaraby@mewm-egypt.net - tmelaraby@sci.cu.edu.eg with cc to sh.elnagdy@mewm-egypt.net and eman@mewm-egypt.net). It is recommended that the application is submitted by the local representative (agent) of the applicant. The deadline for applying for the abovementioned approval of the Ministry of Health and Population (MOHP) is the 13th of May 2018 at 14:00 CLT. The entire approval documents shall be scanned or otherwise converted into preferably one electronic PDF (Adobe Acrobat) format file and attached on a CD or DVD as part of the submitted documents. A copy of the documents submitted to MOHP (stated in annex 3) should be submitted to MEWM with the delivery receipt from MOHP together with the prequalification application (section 5) no later than 15th of May 2018 at 15:00 CLT at the following address: Medical and Electronic Waste Management Project Attn.: Prof. Tarek El-Araby, Project Manager. Address: Borg Al Hadara #12 S – Flat #13 Madinat Al Fostat Al Gedida – Al Megawra #2 Hadekat Al Fostat St. – Misr El-Kadima, Cairo – Egypt fax # 02 27429569; email address: tmelaraby@mewm-egypt.net - tmelaraby@sci.cu.edu.eg |
- Description of the Supplies and Civil works
Background Gharbia Governorate is located in the Nile Delta in the northern part of the Arab Republic of Egypt, and it is currently inhabited by more than 4.7 million residents. The major Cities in the Governorate include the Capital Tanta as well as Kafr Elzayat, El Santa and El Mahalla El Kubra. In each of these cities as well as in other towns and cities several hospitals and healthcare units provide healthcare services to the population. (Infectious) healthcare waste generation in the Governorate is assessed to be in the range of 5 to 7 tonnes per day and further increase is anticipated.The Government of Egypt decided to use non-burn technology for the treatment of infectious waste in the Gharbia Governorate. Equipment for the treatment of infectious waste is to be installed in two distinct locations in the Governorate to be determined by the Ministry of Health and Population. Project components The CTF for Infections HCW will be capable of treating an average amount of HCW of 4,000 kg/day. The CTF will be realised as two sub-facilities to be established at two separate locations. For each location equipment with a minimum capacity of 250 Kg/hour or 250 kg/cycle (whichever is the highest) shall be supplied and installed. In order to achieve infectious waste treatment objectives, the CTF shall include the following components: - Automated loading of infectious waste into the treatment equipment
- Shredding of infectious waste prior to or as integral part of the treatment of the waste
- Steam treatment of the waste resulting in a pathogen reduction of log-10 6 or greater (at least 99.9999% of pathogens killed).
For the treatment of infectious waste, steam sterilisation under pressure process (hybrid autoclave) has been chosen as the preferred technology. The CTF includes also: - Building(s) including, but not necessarily limited to:
- Waste reception with weighing scale;
- Cold room for infectious waste storage;
- Store room for spare parts, tools and supplies;
- Treatment room;
- Administration, office, etc.;
- Staff changing rooms, toilets and showers;
- Washing facilities for infectious waste containers.
- Electricity, water supply and sewage connection systems;
- Internal roads and site access;
- Architectural and landscaping integration of works.
Instructions to applicants Applications for prequalification shall be made using the attached forms. They shall be delivered in sealed envelope/package and clearly labelled on the outside as follows: - «Prequalification of Suppliers/Companies for the Supply, Installation, Testing and Commissioning of Equipment for a Central Treatment Facility (CTF) for Infectious Healthcare Waste (HCW) including the construction of building(s) and training of operators »
- The name of the applicant and his full address.
- The package number and total number of packages if more than one package is used.
The prequalification documents shall be submitted in hard copies and shall be signed by a person duly authorized to sign on behalf of the applicant. The original prequalification documents shall be marked « Original » and shall be delivered with two duplicate copies marked « Duplicate 1 and Duplicate 2 ». The entire prequalification documents shall be scanned or otherwise converted into preferably one electronic PDF (Adobe Acrobat) format file and attached on a CD or DVD as part of their prequalification documents. Prequalification documents (one original and two duplicate hard copies and scanned copy as requested above) shall be received by MEWM by no later than 15th of May 2018 at 15:00 CLT. Prequalification documents received late after the above stated deadline of submission will not be considered. Prequalification documents shall be addressed to the following address: Medical and Electronic Waste Management Project Attn.: Prof. Tarek El-Araby, Project Manager. Address: Borg Al Hadara #12 S – Flat #13 Madinat Al Fostat Al Gedida – Al Megawra #2 Hadekat Al Fostat St. – Misr El-Kadima, Cairo – Egypt fax # 02 27429569; email address: tmelaraby@mewm-egypt.net - tmelaraby@sci.cu.edu.eg |
It is the sole responsibility of the bidder to ensure that the prequalification documents have reached its final destination as per time and date stipulated above. All applicants should retain a full copy of their submissions. Prequalification documents shall be submitted in English. Information in any other language shall be accompanied by its translation into English. Failure to supply translations may result in the relevant material being ignored in the assessment. The English text will be taken to govern the prequalification. All financial and monetary figures in connection to the supplier/company shall be stated in USD. For details submitted in support of past experience, the contract amounts in original currency shall be stated together with the USD equivalent using exchange rates applicable at the time of contract completion. The present worth of the jobs executed in the past shall be calculated on an escalation of 3% per annum up to December 2017. Each application shall include all information called for in the « Applications Forms ». All the details furnished shall be complete and as applicable on 31 December 2017. Applicants are particularly advised to fill in the requested details strictly in accordance with the prescribed forms. All questions should be answered. Applications are liable to be rejected if relevant details are not furnished as per enclosed forms. Each page should be numbered at the top or bottom. The applicant may furnish, along with the application, any additional information which in their opinion will demonstrate their capability to perform. If the space allocated for the different questions is not sufficient, supplementary pages may be inserted and additional copies of the prescribed forms may be prepared and submitted. All additional information, supplementary pages and additional copies shall be identified and listed; they shall be bound in and fully referenced on the forms if they constitute an essential part. Where any reference is made to information not specifically included in the application, full details of where it is to be obtained shall be given. Information furnished by the applicants regarding their experience shall be only in respect of the contracts carried out during the past 7 years. Applicants shall also give details of the subcontractors. The application for prequalification shall be deemed to be under consideration from submission of the applications until such time as the applicants are notified of their success or failure. During the period the applications are under consideration, the applicants and their representatives, or other interested parties, should refrain from contacting any MEWM personnel or representative by any means on matters related to the application under study. MEWM, if necessary, will obtain clarification of applications by requesting such information in writing from any or all the applicants. Data and documents submitted shall be true in all respects. MEWM reserves the right to check other sources available to verify information submitted in the pre-qualification documents. If, on verification, it is found that such data or documents are not true or the applicant has attempted to conceal any unfavourable data, his application for prequalification will be rejected. The Applicants shall bear all costs and expenses associated with the preparation and submission of their prequalification documents. MEWM will in no case be responsible or liable for those costs, regardless of the outcome of the prequalification process. Any request for clarifications shall be submitted by the applicant in writing by e-mail to the MEWM at the following email address: Contact person: Prof. Tarek El-Araby Name of Office: MEWM Project Manager E-mail: tmelaraby@mewm-egypt.net - tmelaraby@sci.cu.edu.eg with CC to sh.elnagdy@mewm-egypt.net and eman@mewm-egypt.net Clarifications should not be requested and information will not be provided from any other source other than the stated above. Requests for clarifications must be sent 20 days before the submission deadline. Answers to any clarifications will be posted on the following UNDP website maximum 10 days before the submission deadline: MEWM reserves the right to accept or reject any application, and to annul the prequalification process and reject all applications at any time, without thereby incurring any liability to Applicants. The decision of the MEWM to accept or reject any application for prequalification will be final. All provided information of the prequalification documents will be kept confidential to the extent permitted by law, although contents may be disclosed to third parties for the purpose of verification or investigation of substantial allegations. Information relating to the evaluation of the procurement documents, and recommendation for qualification, shall not be disclosed to Applicants or any other persons not officially concerned with such process until the notification of prequalification is made to all Applicants. All Applicants will be notified by MEWM by email of the success or failure of their application for prequalification after completion of evaluation of the applications received. - Basis for prequalification
- General
Applications for prequalification of contractors will be evaluated under the following heads: - Approval of the equipment to be proposed, during tendering, in the applicants bid, by the Hazardous Substances and Wastes Committee of the Ministry of Health and Population
- Technical/Previous Experience Criteria
- Financial Criteria
- Professional Criteria
The minimum qualification required in respect of the above heads is given below. Only the applicants meeting these minimum requirements will be considered for prequalification, and the final decision to accept or reject any application for prequalification will rest with MEWM. Approval of equipment The decision of the Hazardous Substances and Wastes Committee of the Ministry of Health and Population on the request for approval for use in Egypt of the equipment the applicant will propose, in the tender phase, is an essential part of the prequalification process. Only applications from applicants that will obtain the approval will be considered. Technical/experience criteria The individual applicant has supplied, commissioned and put into operation under a single or several contracts at least 25 units for steam based infectious waste treatment. In addition, the applicant has the following experience: - At least 7 years international experience in the implementation of projects that are similar to the proposed type of treatment.
- Specific Experience: Within the past 7 years the potential companies must have the experience in implementing at least 3 projects of similar nature.
- Within the aforesaid 3 projects, the applicant must have experience in implementing at least one Contract in the amount ≥ USD 0.5 Million for the supply of infectious waste treatment equipment. Submission of three satisfactory performance (provisional or final acceptance) certificates from clients is required.
- Documentation for the legal status of the national counterpart and description of main business
Previous experience of the bidder must be proved by copy of provisional acceptance or final acceptance certificates. The Bidder shall give reference letters from customers (Employers) of the similar central treatment plants supplied and installed within last seven (7) years and the names and addresses, fax number, contact person of major customers. The Employer may contact these customers. For the similar past experience of a bidder completed in a Joint Venture or a consortium, the proportion of the partnership share of the bidder in the JV, or the executed part of the consortium, shall be considered. Previous experience in the region will be considered as an asset Financial criteria - Historical Financial performance: Submission of audited balance sheets or if not required by the law of the applicant's country, other financial statements acceptable to the Employer, for the last five (5) years to demonstrate the current soundness of the applicants financial position and its prospective long term profitability.
- Annual Turnover: The minimum required annual turnover for the applicant over the five (5) years from 2013 (included) to 2017 (included) shall be minimum USD 10,000,000.00 or equivalent. If Reference works contracted and invoiced/ billed in the name of a joint venture or consortium are included; the turnover shall be counted on the percentage share of the applicant in the subject joint venture or consortium. The document shall be certified by registered independent auditors.
- Financial Resources: The Bidder shall demonstrate, by a bank statement from his bank, that he has available or has access to liquid assets, lines of credit, or other financial means sufficient to meet the construction and supply cash flow for the contract of not less than USD 1,500,000.00 or equivalent.
Core staff: The bidder must demonstrate that the core staff of him and the subcontractors, if any, includes the following permanent core staff: - Project Manager: Experience as project manager from at least 4 HCW treatment equipment supply, installation, commissioning and put into operation projects with capacity > 1,000 kg/d. Minimum fifteen (15) years' work experience.
- Construction Site Manager: Experience as construction site manager from at least 5 civil works projects with a construction value of more than 250,000 USD. Minimum ten (10) years' work experience.
- Civil Engineer: Experience as civil works supervisor from at least 5 civil works construction projects with a construction value of more than 250,000 USD. Minimum ten (10) years' work experience.
- Civil Engineer: Experience as civil works designer from at least 5 civil works construction projects with a construction value of more than 250,000 USD. Minimum ten (10) years' work experience.
Staff mentioned under 3 and 4 may be one and the same member of staff. Litigation history The bidder, including all subcontractors if any, shall provide accurate information demonstrating by statement that he did not suffer litigation or arbitration resulting from non-performance of contracts for contract completed, terminated, or under execution by him over the last five (5) years. In case of false statement, MEWM reserves the right to eliminate the bidder at any stage of the procedure. |