Back to tenders & grants page
Ethiopia-Addis Ababa: DCI - Technical Assistance to Support Global Climate Change Alliance Plus (GCCA+)/Mainstreaming of Climate Smart Planning and Implementation Approaches into the Productive Safety Net Program IV (PSNP4) in Ethiopia
Receive Tenders like this by email

Ethiopia-Addis Ababa: DCI - Technical Assistance to Support Global Climate Change Alliance Plus (GCCA+)/Mainstreaming of Climate Smart Planning and Implementation Approaches into the Productive Safety Net Program IV (PSNP4) in Ethiopia

Ethiopia-Addis Ababa: DCI - Technical Assistance to Support Global Climate Change Alliance Plus (GCCA+)/Mainstreaming of Climate Smart Planning and Implementation Approaches into the Productive Safety Net Program IV (PSNP4) in Ethiopia has been closed on 02 Sep 2018. It no longer accepts any bids. For further information, you can contact the European Union

Bellow, you can find more information about this project: 

Location: Ethiopia

General information

Donor:

European Union

Industry:

Legal

Consumer Goods & Services

Construction & Engineering

Status:

Closed

Timeline

Published:

01 Mar 2018

Deadline:

02 Sep 2018

Value:

Not available

Contacts

Description

Location: ACP – Ethiopia

SERVICE CONTRACT NOTICE


Please note that the awarding of the contract is subject to the condition of the prior adoption of a financing decision.
1.Publication reference
EuropeAid/139302/DH/SER/ET
2.Procedure
Restricted
3.Programme title
GCCA+/Mainstreaming of Climate Smart Planning and Implementation Approaches into the Productive Safety Net Program IV (PSNP4) in Ethiopia.
4.Financing
Decision: 2017/040-478 (DCI/GCCA+)
5.Contracting Authority

European Union, represented by the European Commission (EU Delegation in Ethiopia) on behalf of and for the account of Ethiopia, Addis Ababa, Ethiopia


CONTRACT SPECIFICATION

6.Nature of contract
Fee-based
7.Contract description
This service contract is sought to provide direct technical support to the Ministry of Agriculture and Natural Resources Development (MoANRD) in mainstreaming of climate smart approaches and tools in the implementation of the Productive Safety Net Programme (PSNP4), including the provision of technical expertise tasks (both expert advice and capacity development and training), supporting the implementation of the program through preparatory and ancillary tasks relating to planning, implementing, monitoring and reporting on project components. The project, for which a contractor (TA) is sought, is designed to maximize the contribution of PSNP public works component to both climate change adaptation and mitigation, that is, to improve resilience to climate impacts as well as offsetting atmospheric emissions of greenhouse gases (GHG). The contractor will be fully integrated with the public work (PW) team of the natural resources management directorate of the Ministry and should provide the required backstopping so as to enable the planning and implementation of the PW and livelihoods of the PSNP4 be delivered following climate smart approaches.
8.Number and titles of lots
One lot only
9.Maximum budget
8 700 000EUR
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 value not exceedng the maximum budget. 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 a eligible country or territory as defined under the Regulation (EU) No 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for 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 one 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 one 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 short-listed 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.). Short-listed 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.Sub-contracting
Subcontracting is allowed.
17.Number of candidates to be short-listed
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
28.2.2018
19.Provisional commencement date of the contract
31.7.2018
20.Initial period of implementation of tasks
48 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 case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed.
— the average annual turnover of the candidate (defined as the consortium as a whole, in the case of an application from a consortium) over the last 3 financial years (2014, 2015, and 2016), must exceed the annualised maximum budget of the contract (i.e..
8 700 000*12/48 = 2 425 000 EUR); and
— Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1. In 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 three years from submission deadline.
— At least 5 staffs are currently working for the candidate in one or more fields related to this contract, namely, environment/climate mainstreaming, gender mainstreaming, technical assistance in implementation of multi-sectoral, multi-donor development programs, technical support in implementation of government-led rural development programs under decentralized system, and institutional/organizational capacity development and skills development trainings.
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 submission deadline.
The candidate has provided services under at least one contract with a budget of at least that of this contract in the areas of technical assistance and capacity development for implementation of multisectoral government-led programs which were implemented at any moment during the reference period. 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 is it implemented during the entire period. Candidates/tenderers 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 case of projects still on-going 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/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer 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 reexamined to identify the eight best candidates. The only factors which will be taken into consideration during this re-examination are:
— Number of projects related to this contract,
— Value of projects related to this contract,
— Number of projects related to this contract implemented in Sub-Saharan Africa.
22.Award criteria
Best price-quality ratio.


APPLICATION

23.Deadline for receipt of applications
9.2.2018, 17: 00hr East African 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:
Mr. Inaki Arevalo Millet
Finance, Contracts and Audit Section
Delegation of the European Union to Ethiopia
Cape Verde Street, (opposite to Dessalegn Hotel)
PO Box 5570, Addis Ababa,
Ethiopia
In this case, the delivery record makes 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:
Mr. Inaki Arevalo Millet
Finance, Contracts and Audit Section
Delegation of the European Union to Ethiopia
Cape Verde Street, (opposite to Dessalegn Hotel)
Tel: +2516612511, Addis Ababa, Ethiopia
Working hours: 08:00 – 17:15hr
In this case, the acknowledgment of receipt makes 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 accept 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 communications for this tender procedure and contract must be in English.
28.Date of publication of prior information notice
31.10.2017 Notice number in OJ: EuropeAid/139302/DH/SER/ET
The notice number in OJ S may be found under the title of the project in the published notice on the EuropeAid webpage.
29.Legal basis(1)

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 the DCI.

(1) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
30.Additional information
The contactor should be aware of the tax related issues with the Government of Ethiopia for any items to be imported as well as profits accrued due to this contract, and shall solicit the existing applicable rules. The EU delegation will not be involved in such processes whatsoever.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more