Back to tenders & grants page
Malawi-Lilongwe: EDF — Support to monitoring and evaluation for Kulima and Afikepo programmes
Receive Tenders like this by email

Malawi-Lilongwe: EDF — Support to monitoring and evaluation for Kulima and Afikepo programmes

Malawi-Lilongwe: EDF — Support to monitoring and evaluation for Kulima and Afikepo programmes has been closed on 24 Jul 2017. 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: Malawi

General information

Donor:

European Union

Industry:

Accounting

Business Services

Construction & Engineering

Consulting

Consumer Goods & Services

Status:

Closed

Timeline

Published:

20 Jun 2017

Deadline:

24 Jul 2017

Value:

Not available

Contacts

Description

Service contract notice

Malawi

1.Publication reference:
EuropeAid/138855/DH/SER/MW.
2.Procedure:
Restricted.
3.Programme title:
Kulima — promoting farming in Malawi.
4.Financing:
Financing agreement, MW/FED/038-578.
5.Contracting authority:

European Union, represented by the European Union Delegation to the Republic of Malawi on behalf of and for the account of the Republic of Malawi, Lilongwe, MALAWI.


Contract specification

6.Nature of contract:
Fee-based.
7.Contract description:
The Kulima overall objective is ‘sustainable agricultural growth promoted to increase income, employment and food security in Malawi in the context of a changing climate’; and that of Afikepo is ‘to enhance nutrition security in Malawi’. The proposed contract will involve the provision of technical cooperation for regular, up to date and reliable account and analysis of the progress in implementation of both programmes.
A technical assistance team (TAT) will provide professional and technical services to support the EU Delegation to monitor and report on the overall progress in implementation of the Kulima and Afikepo programmes. The TAT will specifically review the Kulima and Afikepo programmes' operational design (especially its logframe) in terms of consistency and strengthening of complementarity of the different components and also assess the adequacy of capacity of key implementing agencies to report adequately on the indicators provided in their component's logical frameworks.
8.Number and titles of lots:
1 lot only.
9.Maximum budget:
600 000 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 in tendering is open on equal terms to natural and legal persons (participating either individually or in a grouping — consortium — of tenderers) which are established in a Member State of the European Union, ACP States or in a country or territory authorised by the ACP–EC Partnership Agreement under which the contract is financed (see also item 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:
October 2017.
19.Provisional commencement date of the contract:
January 2018.
20.Initial period of implementation of tasks:
60 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 subcontractors.
Legal and natural persons:
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 must be at least 100 % of the bid for the years 2014, 2015 and 2016, and
• the average acid test ratio must be at least 1 for each of the years 2014, 2015 and 2016. The acid test ratio is calculated by dividing the current assets by the current liabilities.
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:
• the candidate (i.e. the consortium as a whole, in the case of application by a consortium) shall demonstrate an existence of at least 5 years of professional experience in the field of the contract. For the purpose of the assessment of this criteria, professional certificate by the deputed entity attesting this information will have to be provided,
• at least 2 of permanently contracted staff are currently working for the candidate in fields related to this contract.
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:
3.1. the candidate has successfully worked on at least 1 project with a contract value of 300 000 EUR in monitoring and evaluation of projects and programmes in the agriculture sector within the last 5 years. In the case of projects still ongoing only the portion satisfactorily completed will be considered. Evidence of technical capability and experience is to be provided in the form of letters of satisfactory performance or equivalent issued by the contracting authorities involved. Letters issued by parties other than contracting authorities will not be accepted. If these documents are not in English, a translation in English will also have to be provided;
3.2. the candidate has worked successfully on at least 1 project (monitoring and evaluation of projects and programmes in the agriculture sector) with a contract value of 300 000 EUR in the last 5 years in developing countries for which the source of funding was a development partner. Evidence of technical capability and experience is to be provided in the form of letters of satisfactory performance or equivalent issued by the contracting authorities involved. Letters issued by parties other than the contracting authorities will not be accepted. If these documents are not in English, a translation in English will also have to be provided.
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:
1) the number of projects that meet selection criteria in Section 3.1 where 1 point will be gained for each project above the minimum requirement for 3.1; up to 10 points will be gained at maximum;
2) the number of projects that meet selection criteria in Section 3.2 where 1 point will be gained for each project of at least 300 000 EUR; up to 5 points will be gained at maximum;
3) the number of projects that meet the criteria in Sections 3.1 and 3.2 will gain additional points if carried out in SADC and/or COMESA countries (2 points for each project); up to 6 points will be gained at maximum;
4) the number of projects that meet the criteria in Section 3.2 where EU rules were applied will gain an additional point for each such project; up to 5 points will be gained at maximum.
22.Award criteria:
Best price-quality ratio.


Application

23.Deadline for receipt of applications:
24.7.2017 (16:30), 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:
The Head of Delegation, EU Delegation to the Republic of Malawi, PO Box 30102, Capital City, Lilongwe 3, MALAWI.
Attention: the Chairperson of the Evaluation Committee.
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:
The Head of Delegation, EU Delegation to the Republic of Malawi, Petroda House, Area 18 roundabout Presidential Way/Corner M1 Roads, Lilongwe, MALAWI. Tel. +265 1 773 199, +265 999 970 922.
Attention: the Chairperson of the Evaluation Committee.
The Delegation opens at 9:00 and closes at 16:45.
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:
28.3.2017.
29.Legal basis:
Annex IV to the Partnership Agreement between the members of the African, Caribbean and Pacific Group of States of the one part, and the European Community and its Member States, of the other part, signed in Cotonou on 23.6.2000 as amended in Luxembourg on 25.6.2005 and in Ouagadougou on 22.6.2010. Reference is made to Annex IV as revised by Decision No 1/2014 of the ACP–EU Council of Ministers of 20.6.2014.
30.Additional information:
None.

http://ted.europa.eu/udl?uri=TED:NOTICE:232929-2017: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