Back to tenders & grants page
Ghana-Accra: Foreign economic-aid-related services Finance & Insurance, Pharmaceutical & Medical, Consumer Goods & Services, Business Services Ghana-Accra: Foreign economic-aid-related services
Receive Tenders like this by email

Ghana-Accra: Foreign economic-aid-related services

Ghana-Accra: Foreign economic-aid-related services has been closed on 15 May 2017. It no longer accepts any bids. For further information, you can contact the Danish Embassy in Ghana

Bellow, you can find more information about this project: 

Location: Ghana

General information

Donor:

Danish Embassy in Ghana

Industry:

Finance & Insurance

Pharmaceutical & Medical

Consumer Goods & Services

Business Services

Status:

Closed

Timeline

Published:

04 Aug 2017

Deadline:

15 May 2017

Value:

Not available

Contacts

Description

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Danish Embassy in Ghana
67, Dr. Isert Road, North Ridge, P.O. Box CT 596
Accra
Ghana
Contact person: Angela Farhat
E-mail: [email protected]
NUTS code: DKZ

Internet address(es):

Main address: http://ghana.um.dk/

Address of the buyer profile: https://eu.eu-supply.com/ctm/Company/CompanyInformation/Index/281402

I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=184117&B=KA
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://eu.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=184117&B=KA
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other activity: development assistance

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Consultancy agreement regarding managing the redesigned Tax and Development Programme.

Reference number: F.2016.40217
II.1.2)Main CPV code
75211200
II.1.3)Type of contract
Services
II.1.4)Short description:

Since 2015 Denmark has supported the Ghana Revenue Authority (GRA) in its modernisation efforts laid out in the GRA's Second Strategic Plan 2015-2017 (SPII) through the Tax and Development Programme (T&DP) that, together with other development partners, supports the implementation of the Strategic Plan. Based on a mid-term review it has been decided to assign a Management Consultancy Company to manage the Programme and to extend the programme by one year to the end of 2019. Moreover, it has been decided to focus the programme by reducing the number of GRA projects supported by the T&DP from 49 to 24, most of which are on-going, and to streamline the project portfolio to mainly customs projects. The Consultant will assume, in close collaboration with the GRA, all technical, financial, and administrative tasks to ensure smooth and timely project implementation and completion procedures including documentation of results. For further information see II.2.4).

II.1.5)Estimated total value
Value excluding VAT: 10 000 000.00 DKK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
79410000
II.2.3)Place of performance
NUTS code: DKZ
Main site or place of performance:

Ghana.

II.2.4)Description of the procurement:

The objectives of the assignment are as follows:

1. Manage the Danish support to GRA within the re-designed Tax and Development Programme.

2. Strengthen the capacity of the GRA to deliver the outputs of its Second Strategic Plan.

3. Coordinate/liaise with other donors working with the GRA to implement the GRA's Second Strategic Plan to facilitate complementarity in our activities.

The Consultant will be responsible for all aspects related to achieving the outputs by completing the 25 projects of the T&DP. The Consultant will assume, in close collaboration with the GRA, all technical, financial, and administrative tasks to ensure smooth and timely project implementation and completion procedures including documentation of results. The Consultant will therefore be responsible for all aspects related to the implementation of the T&DP projects. This includes full responsibility for financial management, logistics, procurement and technical inputs (in the form of training, capacity building, technical advice, research, and process development), as well as monitoring and reporting.

The Consultant will establish a lean office in the proximity of the GRA, suitably equipped and conducive to the work of the Long Term Key Staff and Short Term Key Staff, including a driver. The Consultant must provide the following Long Term Key Staff: A Long Term Customs Specialist, a Long Term Procurement Specialist and Long Term Accountant. It is envisaged that the Long Term Customs Specialist will spend most of his or her time working at the GRA.

The Consultant is responsible for the administration, supervision and logistics required to operate T&DP and ensure implementation. The Consultant will submit agreed annual work plans and budgets as well as quarterly progress reports to the Danish Embassy. The Consultant is accountable to the Danish Embassy and will liaise on operational and contractual issues.

The Long Term Customs Specialist (as Team Leader) reports to the Customs Commissioner of GRA on technical matters. The Long Term Customs Specialist will report to the Embassy on a monthly basis and/or as needed.

The delivery of the Programme requires institutional capacity development of GRA with significant training that will be carried out by the Long Term Customs Specialist and the Short Term Key Staff.

The Consultant's home office shall provide the following, to be covered by the Consultant's overhead:

— General home office administration and professional back-up;

— The Consultant shall nominate an ‘Assignment Manager’ with overall responsibility for the Consultant's assignment, normally stationed at the Consultant's home office, but making at least one annual management visits to the field office in Accra and to liaise with relevant stakeholders including the Danish Embassy and the GRA.

— Quality assurance (QA) of the consultancy services in accordance with the Consultant's quality management and quality assurance system. The Consultant shall nominate a Quality Auditor and develop a Quality Assurance Plan for this assignment to be included in the Operational Manual. All QA activities shall be properly coordinated and documented. The Quality Auditor is expected to carry out one annual visit.

— Compliance with Danida's Anti-Corruption code of conduct and the principles of the UN Global Compact during implementation. The Consultant shall furthermore develop a BIMP for this assignment to be included in the Manual.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 10 000 000.00 DKK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 28
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Re: section II.1.6) Rationale for not splitting the contract up into lots (cf. Danish Public Procurement Act §49, stk. 2): This contract has not been split into lots due to market and economic considerations. The size and character of the services to be provided makes it unsuitable for distributing over several lots.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

N/A.

III.1.2)Economic and financial standing
List and brief description of selection criteria:

Using the ESPD, the tenderer should quote its annual turnover for the last three available accounting years. The information should be provided in the ESPD, Part IV, B: Economic and financial standing.

Only the tenderer to whom the contracting authority intends to award the contract will be asked to provide documentation for the claims stated in the ESPD.

Unless the information is publicly and electronically accessible free of charge, the documentation for the turnover quoted in the ESPD should be in the form of financial statements or extracts from the financial statements or a statement of the undertaking's overall turnover certified by a chartered accountant or certified public accountant.

If the tenderer is a joint venture, consortium or other unincorporated grouping of two or more entities (hereinafter called a ‘joint venture’), this should be stated in the ESPD section II, sub-section A. The joint venture shall, as a whole, meet the minimum conditions related to economic and financial standing and each member shall submit a completed and signed ESPD.

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. If the tenderer is relying on the financial capacity of another entity, this should be stated in the ESPD section II, sub-section C.

If the tenderer relies on the capacity of others, the turnover is calculated as the sum of the turnover of the tenderer and the other entity's (or entities') turnover.

Where an economic operator wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, for example, by producing a commitment by those entities to that effect. The letter of commitment or relevant documentation shall establish the legal commitment of the party concerned to support the tenderer for the full contract period. A template for a letter of commitment can be obtained using the link in section I.3. Such entities, including the parent company of the tenderer, must respect the same rules of eligibility, and must comply with the conditions as stated in this contract notice (see section VI.3). Such an entity must also submit a completed and signed ESPD.

Minimum level(s) of standards possibly required:

Minimum annual turnover of 6.000.000 DKK in each of the latest 3 financial years.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

Using the ESPD, the tenderer should provide a list of no more than ten project references of contracts (entered or finalized) in the last three years of most relevant services provided cf. section II.2.4) and below in this section III.1.3. The information should be entered in the ESPD, Part IV, C.

References should for each project contain a description of the services provided, the total value of the project (amount), the contract date and name of the customer (recipient). No documentation will be required for the information provided in the ESPD regarding project references.

If the tenderer is a joint venture, this should be stated in the ESPD section II, sub-section A. The joint venture shall, as a whole, meet the minimum conditions related to technical and professional ability. In that case, each member shall submit a completed ESPD. Note that no more than 10 project references must be presented for the joint venture as a whole.

If the tenderer is relying on the technical capacity of another entity, this should be stated in the ESPD section II, sub-section C. With regard to criteria relating to the educational and professional qualifications or to the relevant professional experience, economic operators may only rely on the capacities of other entities where the latter will perform the services for which these capacities are required. Where an economic operator wants to rely on the capacities of other entities, it shall prove to the contracting authority that it will have at its disposal the resources necessary, f.ex. by producing a commitment by those entities to that effect.

The letter of commitment or relevant documentation shall establish the legal commitment of the party concerned to support the tenderer for the full contract period. A template for a letter of commitment can be obtained using the link in section I.3. Such entities, including the parent company of the tenderer, must respect the same rules of eligibility, and must comply with the conditions as stated in this contract notice (see section VI.3). Such an entity must also submit a separate completed ESPD.

Minimum level(s) of standards possibly required:

Minimum 2 relevant contracts for delivery of consultant services in respect of modernization programmes in the customs sector with a value each of minimum DKK 1 million performed during the last 3 years. At least one of these contracts must be customs projects in transition countries in Africa, involving capacity building and training, financial management and procurement.

III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:

The winner of the contract will be required to perform the services in compliance with the Danida Anti-corruption Code of Conduct and the principles of the UN Global Compact.

The winner of the contract will be required to take out before commencement and maintain for the duration of the liability period, at its own cost, a Professional Liability Insurance equal to the total contract amount.

A group of economic operators will be required to enter a joint venture agreement. Where a joint venture is proposed, the Danish Embassy in Accra will require that all members of the joint venture are jointly and severally liable. Furthermore the members shall establish common Quality Assurance and Business Integrity Management systems for the implementation of the contract.

III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 15/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 2 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 15/05/2017
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Any legal entity may only submit one Tender.

The tender and the ESPD shall be submitted electronically using the web-based tendering system provided by Kammeradvokaten (The Legal Advisor to the Danish State) following the instructions in the Tender Document. Tenders cannot be submitted using any other means. The tendering system can be accessed using the link set out in section I.3. If not already registered in the system access to the tender documents can be obtained by registering using the link ‘Online registration’. The ESPD is completed via: https://ec.europa.eu/growth/tools-databases/espd/filter?lang=da. where the Tenderer is to upload the XML file, complete it and then save it locally. It is the responsibility of the Tenderer to keep informed of questions and answers and any addenda and/or clarification published in the system in respect of this tender. In case of technical problems with the system the Tenderer can contact technical support either per e-mail: [email protected] or per telephone on (+45) 70 20 80 14.

The Embassy shall exclude a Tenderer from participation in the procurement procedure where it has established that the Tenderer is covered by the exclusion grounds listed in the Danish Public Procurement Act, (Udbudsloven) §135 and §136 (EU Directive 2014/24/EU, article 57(1)-(3), and article 57 (4)(e),(f) and (h).) (i.e. Grounds relating to criminal convictions, grounds relating to the payment of taxes or social security contributions, Grounds relating to conflicts of interests or distortion of competition from the prior involvement of the economic operators in the preparation of the procurement procedure, if this cannot be remedied by other, less intrusive measures, guilty of serious misrepresentation of information).

The Embassy will exclude a Tenderer from the procurement procedure if the Tenderer is in a situation covered by the Danish Public Procurement Act §137, stk. 1, no. 2. (EU Directive 2014/24/EU, article 57 (4) (b).) (i.e. Grounds relating to insolvency). Before award of contract, the Embassy will require that the Tenderer to whom it intends to award the contract presents documentation for the claims given in the ESPD proving the absence of grounds for exclusion, as stipulated in the Danish Public Procurement Act §135, stk. 1 and 3, and §137 stk. 1, no. 2. (EU Directive 2014/24/EU, article 57 (1), article 57 (2), and article 57 (4)(b)) (i.e. Grounds relating to criminal convictions, the payment of taxes or social security contributions and grounds relating to insolvency).

For Danish tenderers documentation can be in the form of a ‘serviceattest’. Entities from other EU member states may identify the relevant certificate(s) using the online platform e-Certis to the extent this has been updated. Where the country in question does not issue such documents or certificates, or where these do not cover all the cases specified, they may be replaced by a declaration on oath or, in countries where there is no provision for declarations on oath, by a solemn declaration made by the person concerned before a competent judicial or administrative authority, a notary or a competent professional or trade body, in the country of origin or in the country where the economic operator is established.

The Embassy reserves the right — but is not obliged — to use the remedies provided for in the Danish Public Procurement Act, §159, stk. 5, if tenders do not fulfil the formalities of the tender documents. (EU Directive 2014/24/EU, article 56 (3))

The Embassy opposes exclusive agreements with sub-consultants, be they organisations or individuals.

VI.4)Procedures for review
VI.4.1)Review body
The Complaints Board for Public Procurement (Klagenævnet for Udbud)
Nævnenes Hus, Toldboden 2
Viborg
8800
Denmark
Telephone: +45 35291000
E-mail: [email protected]

Internet address:https://erhvervsstyrelsen.dk/klagevejledning-0

VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The following deadlines apply to the lodging of appeals pursuant to the Danish Act on The Complaints Board for Public Procurement (Lov om Klagenævnet for Udbud) (the Act is available at www.retsinformation.dk ): Appeals for not having been prequalified must be submitted to the Danish Complaints Board for Public Procurement (Klagenævnet for Udbud) within 20 calendar days calculated from the day after the day when the contracting authority has notified the applicants concerned which applicants have been prequalified provided that the notification has included a short explanation of the relevant grounds for the decision.

In other situations, appeals regarding tender procedures must be lodged with the Complaints Board for Public Procurement within 45 calendar days after the contracting authority has published a notice in the Official Journal of the European Union that the contracting authority has concluded the contract. The deadline is calculated from the day after the day when the notice was published.

The complainant must no later than at the same time as lodging the appeal with the Complaints Board for Public Procurement notify the contracting authority that an appeal has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal has been lodged within the standstill period, see section 3(1) of the Act. In the event that the appeal has not been lodged within the standstill period, the complainant must furthermore indicate whether he has requested a suspensory effect of the appeal, see clause 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1).

The Complaints Board's own complaints procedure is available at www.klfu.dk

VI.4.4)Service from which information about the review procedure may be obtained
Konkurrence- og Forbrugerstyrelsen
Carl Jacobsens Vej 35
Valby
2500
Denmark
Telephone: +45 41715000
E-mail: [email protected]

Internet address:http://www.kfst.dk

VI.5)Date of dispatch of this notice:
06/04/2017

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more