Acquisition “Offshore SAR vessel” (228.887)

Publish 12/03/2026

  • Home
  • »
  • Call for tenders
  • »
  • Acquisition “Offshore SAR vessel”
  •  

    1. Description of the project

     

    The objective of this project is to strengthen operations under the action of the Egyptian State at sea and more specifically its component focused on search and rescue “Search And Rescue” (SAR) in Egyptian maritime areas in the Mediterranean Sea.

     

    The purpose of this contract is the acquisition, delivery, training and guarantee of follow-up of one (1) Offshore SAR vessel (firm tranche) as well as the elements necessary for their maintenance and the after-sales guarantee. The tender may also cover the acquisition of one (1) to two (2) additional vessels (optional tranches), activated only subject to the availability of funding and compliance with timelines compatible with the need.

     

    1. Number and titles of lots

     

    One single lot.

     

     

    1. Maximum budget allocated to the contract (prices are exclusive of taxes)

     

    The maximum budget for the contract is defined in the consultation file (Project of contract).

     

     

    CONDITIONS OF PARTICIPATION

     

    1. Situations of exclusion

     

    Legal entities may not participate in the competitive bidding process or be awarded a contract if they:

    1. Are in a state of bankruptcy, liquidation, judicial settlement, cessation of activity, or in any similar situation resulting from a procedure of the same nature existing in national laws and regulations.
    2. Are the subject of a procedure of declaration of bankruptcy, liquidation, legal settlement or any other procedure of the same nature existing in national laws and regulations.
    3. Have been convicted by a judgment that has the force of res judicata (that is to say, against which there is no longer any possible appeal) for any offense involving their professional conduct.
    4. In professional matters, have committed serious misconduct.
    5. Have not fulfilled their obligations regarding the payment of social security contributions according to the legal provisions of the country where they are established.
    6. Have not fulfilled their obligations regarding the payment of their taxes and duties according to the legal provisions of the country where they are established.
    7. Are seriously guilty of misrepresentation in providing the information required by DCI for their participation in a contract.
    8. Act as front companies created to conceal financial transactions and/or launder money from one or more other companies
    9. Under another contract with DCI, were declared in serious breach of performance due to non-compliance with their contractual obligations.
    10. It has been established by a final judgment that the company is guilty of one of the following facts:
    • fraud, as defined in Article 3 of Directive (EU) 2017/1371;
    • corruption, as defined in Article 4(2) of Directive (EU) 2071/1371.
    • behavior linked to a criminal organization referred to in Article 2 of the Framework Decision 2008/841/JHA of the Council.
    • money laundering or terrorist financing within the meaning of Article 1, paragraphs 3, 4 and 5 of Directive (EU) 2015/849 of the European Parliament and of the Council.
    • terrorist offense or offense related to terrorist activities, as defined respectively in Article 1 and Article 3 of Council Framework Decision 2002/475/JHA, or incitement to commit an offence, complicity or attempt infringement as referred to in Article 4 of the said decision.
    • child labor or other forms of trafficking in human beings as defined in Article 2 of Directive 2011/36/EU of the European Parliament and of the Council.

     

    Point a) does not apply in the event of the purchase of supplies under particularly advantageous conditions, either from a supplier who ceases his commercial activities definitively, or from the liquidators of insolvency proceedings, through an arrangement with creditors or under a similar procedure provided for under national law.

     

    DCI excludes company:

    – When a legal person who is a member of the administrative, management or supervisory body of the said company or who has powers of representation, decision or control with regard to this company is in one of the situations referred to in points c) to i);

    – When a legal person which is liable indefinitely for the debts of the said company is in one of the situations referred to in point a) or b);

    – When a legal entity that is essential to the award or performance of the legal commitment is in one of the situations referred to in points c) to i).

     

    The applicant/bidder must sign a statement on their honor that he is not in one of the categories mentioned above. Bidders or subcontractors established in countries under sanction of the European Union are also excluded.

     

    Tenderers or subcontractors established in countries under European Union sanctions are excluded.

     

     

    1. Number of offers

     

    Tenderers must submit a tender without variants.

    .

     

    1. Situations of admissibility

     

    To be admissible, offers must be accompanied of:

    Pièce n° Documents to be provided
    CA 3.1 Any document proving registration at the national level as a legal entity
    CA 3.2 The signed Declaration of honor;
    CA 3.3 The certificate of vigilance issued by the collection agency to which it belongs states that the company is up to date with all of its social obligations;
    CA 3.4 A description of the product warranty organization in accordance with the general conditions of the supply contract;
    CA 3.5 The certificate of professional civil liability;
    CA 3.6 Duly authorized signature: an official document (articles of association, power of attorney, notarized declaration, etc.) proving that the person signing is authorized to do so in the name and on behalf of the entity/joint venture/consortium.
    CA 3.7 The supplier declares on a separate document that the products and services proposed in the offer are not subject to the ITAR regime.
    CA 3.8 The signed submission form
    CA 3.9 Bank information detail (certified if necessary)
    CA 3.10 The completed and signed due diligence questionnaire (Appendix 11) with the requested documents attached

     

     

    1. Subcontracting Opportunities

     

    Subcontracting is permitted subject to compliance with the subcontracting rules of the contract terms.

     

    1. Performance bond and advance payment bond

     

    A performance bond is required, as well as a refund guarantee for the deposit.

     

    1. Information meeting and/or site visit

     

    No information meetings are planned.

     

    1. Validity of offers

     

    Tenders are valid for a period of one hundred and eighty (180) days from the deadline for submission of bids.

     

    1. Expected start date of the contract

     

    Notification before July 2026, provided the export license has been granted by the competent authority.

     

    1. Task Implementation Period

     

    The duration of the contract is set, for the Firm Tranche, at 30 months from the date of contract signature.

    The duration of the contract may be extended by an additional 60 months in the event that the Optional Tranches are exercised.

     

     

    SELECTION AND AWARD CRITERIA

     

    1. Selection criteria

     

    The following selection criteria will be applied to bidders. If bids are submitted by a consortium, these selection criteria will apply to the consortium as a whole:

     

    • Economic and financial capacity of the bidder

     

    The bidder must possess sufficient economic and financial capacity to ensure the proper performance of the contract, taking into account its nature, duration, and estimated value.

     

    This capacity will be assessed on the basis of a financial due diligence, focusing in particular on solvency, financial strength, business continuity, and the bidder’s ability to meet the financial commitments related to the execution of the contract, in light of its nature, duration, and estimated value.

     

    The indicators that will be taken into account in the evaluation of the financial annexes are as follows:

     

     

     

    Ratio Calculation Threshold
    Contract weight Contract amount / Turnover < 25%
    Operating margin Operating result / Turnover > 5%
    General liquidity ratio Current assets / Current liabilities ≥ 1.2
    Financial autonomy Equity / Total balance sheet ≥ 30%
    Net treasury Cash − Current liabilities Positive
    Indebtedness Financial liabilities / Equity < 100%

     

    NB: Calculations will be based exclusively on the Firm Lot.

     

    In the case of a consortium or the use of third-party entities, the analysis may cover all relevant entities.

     

     

    • Bidder’s professional capacity

     

    Experience of at least ten (10) years in the field of building new ships.

     

    • Bidder’s technical capacity

     

    The bidder has already successfully implemented at least one project in the field related to this contract (supply, delivery, training and warranty maintenance of SAR vessels). The service related to firm tranche must not represent more than fifty (50) percent of the bidder’s annual new shipbuilding activity.

     

    1. Award criteria

     

    Provided that the bidder meets the selection criteria and its bid is fully compliant, the award criterion will be the lowest price.

     

    Subject to the bidder being selected and the full compliance of the offer, the award criterion will be price.

    The contract will be awarded on the basis of price, which constitutes the sole and exclusive award criterion (weighting: 100%).
    The price score is calculated from the total amount of the offer, broken down as follows:

    • Firm Lot (FL): 70%
    • Optional Lot No. 1 (OL1): 15%
    • Optional Lot No. 2 (OL2): 15%

    Each component is evaluated separately, then weighted according to the coefficients above to establish the overall “Price” score.

    More informations aviable in the pdf document below.

      

    SUBMIT A BID

     

    1. How do I obtain the tender documents?

     

    On the DCI website under the heading:  http://groupedci.fr/appel-offre

    It is also available from CIVIPOL on their website: https://www.civipol.fr/fr/appel-d-offres

    To obtain that technical file (including the technical specifications, Statement of work and technical tender requirement) the financial appendix and the draft contract, the bidder must request access to DCI’s WSS  platform at ma-ue.achats@groupedci.com by providing :

    – the documents requested in paragraph 5, excluding the product warranty document,

    – a signed confidentiality agreement (NDA).

    Subject to the eligibility of applications, the technical file, financial appendix and draft contract will be available from March 12, 2026, on the WSS electronic platform.

    Tenders must be drafted only using the standard tender form for supply contracts included in the tender dossier, the provisions and format of which must be strictly adhered to.

     

    Any question concerning this call for tenders must be submitted on the WSS platform at least fifteen (15) days before the deadline for submission of tenders appearing in point 16. DCI will respond to questions from all bidders at least (10) days prior to the bid submission deadline on the WSS platform. Clarifications or minor changes to the tender documents are published no later than ten (10) days before the deadline for submission of tenders on the WSS platform.

     

     

    1. Deadline for submission of bids

     

    The deadline for submitting offers is as follows: 4 May 2026 at 12:00 (Paris time zone).

    Any offer received after this deadline will not be considered.

     

    1. Tender opening session

     

    5 May 2026

     

    1. Language of proceedings

     

    All written communications of this call for tenders must be made in French or English.

    Resources to download