Technical Assistance to “AFIKEPO” Nutrition Programme in Malawi (примерный перевод: Техническая помощь программе питания "AFIKEPO" в Малави) (Малави - Тендер #2935736)
Поделиться
Для перевода текста тендера на нужный язык воспользуйтесь приложением:
Доступ к полной информации по данной закупке закрыт. Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации. .
Регистрация
1.Publication referenceEuropeAid/139189/IH/SER/MW
2.ProcedureRestricted
3.Programme title“AFIKEPO” Nutrition Programme in Malawi
4.FinancingFinancing Agreement, FED/2016/038-583
5.Contracting AuthorityThe Government of the Republic of Malawi represented by, The Head of Unit, NAO Support Unit, Ministry of Finance, Economic Planning and Development, PO Box 30049, Lilongwe
3, MALAWI.
6.Nature of contractFee based
7.Contract descriptionThe aim of Afikepo Nutrition programe in Malawi is to enhance nutrition security of the targeted groups in 10 selected districts through:— increased and diversified
dietary intake of safe and nutritious foods,— increased use of enhanced nutrition knowledge and awareness and hygiene practices; and— strengthened multi-sectoral governance of nutrition at
all levels.The proposed contract will provide professional and technical services supporting the Government of Malawi to implement Afikepo Programme interventions in these districts.The technical
team will work in partnership with the Department of Nutrition, HIV and AIDS (DNHA) and other relevant stakeholders involved or associated with implementation of Afikepo. This will include
providing technical cooperation to: support the Government in day-to-day management and implementation of the multi-annual programme estimate, coordination and monitoring of contracts by other
implementing partners and support capacity development and strengthening of nutrition sector Ministries and structures to ensure smooth and effective implementation of activities and achieve
programme"s intended objectives as contained in the logical framework.A team of key experts grouped in one lot (Programme Coordination and Capacity Development; Nutrition M&E/MIS and
Nutrition Education and Communication) and nonkey expert in Food Technology and regulations will be required. The distribution of man months for each expert throughout the Programme operational
phase will be described in the Terms of Reference.
8.Number and titles of lotsOne lot only
9.Maximum budgetEUR 1 600 000
10.Scope for additional servicesThe 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 300 000 EUR. Any extension of the contract would be subject to satisfactory performance by the contractor.
11.EligibilityParticipation 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.Please be aware that after the United Kingdom"s withdrawal from the EU, the rules of access to EU procurement procedures of
economic operators established in third countries will apply to candidates or tenderers from the United Kingdom depending on the outcome of negotiations. In case such access is not provided by
legal provisions in force at the time of contract award, candidates or tenderers from the United Kingdom could be rejected from the procurement procedure.
12.CandidatureAll 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 applicationsNo 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 prohibitedAny 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.). Short-listed candidates may not form alliances or subcontract to each
other for the contract in question.
15.Grounds for exclusionAs 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-contractingSubcontracting is allowed.
17.Number of candidates to be short-listedOn 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.
18.Provisional date of invitation to tenderApril 2018
19.Provisional commencement date of the contractAugust 2018
20.Initial period of implementation of tasks48 months.
21.Selection criteriaThe 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 singlemember companies when they are subcontractors.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.Criteria for legal and natural persons:— the average annual turnover of the candidate must exceed the annualised
maximum budget of the contract for the years 2015, 2016, and 2017, and— current ratio (current assets/current liabilities) in the last three years 2015, 2016 and 2017 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 3 years from submission deadline:— candidate (i.e. the consortium as a whole, in the case of application by a consortium)
shall demonstrate an existence of at least 3 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 4 permanent staff currently work 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 3 years from submission deadline.3.1. The candidate has
provided services under at least 3 contracts each with a budget of at least 600 000 EUR each in technical assistance in fields related to this contract (projects and programmes in the agriculture
and/or food and nutrition sectors) in the last 3 years (2015, 2016 and 2017) in developing countries for which the source of funding was a Development Partner.This means that the projects 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 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 will be considered. 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. 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.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 reexamination are:— the highest number of projects in Criteria 3.1 (1 point for each project),— the number of
projects that meet the criteria in Section 3.1 will gain additional points if carried out in SADC and/or COMESA countries (2 points for each such project),— the number of projects that meet the
criteria in Section 3.1 will gain additional points if carried out in Malawi (1 point for each such project),— the number of projects that meet the criteria in Section 3.1 will gain additional
where EU rules were applied (2 points for each such project).
22.Award criteriaBest price-quality ratio.
23.Deadline for receipt of applicationsThe deadline for receiving applications is 16:30 local time on 16.4.2018.Any application received by the contracting authority after this deadline will not
be considered.
24.Application format and details to be providedApplications 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=BThe 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=AAny additional documentation (brochure,
letter, etc.) sent with an application will not be taken into consideration.
25.How applications may be submittedApplications 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 Unit, NAO Support Unit, Ministry of Finance, Economic Planning and Development, PO Box 30049, Lilongwe 3, Malawi.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:The Head of Unit,
NAO Support Unit, Ministry of Finance Economic Development, PO Box 30049, Lilongwe 3, Malawi. Cell: +265 888 334 553In 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 applicationsCandidates 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 languageAll written communications for this tender procedure and contract must be in English.
28.Date of publication of prior information notice25.8.2017
29.Legal basis(1)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 1/2014 of the ACP-EU
Council of Ministers of 20.6.2014.(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 informationNone
Источник закупки
Перейти
Импорт - Экспорт по стране Малави
Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.
Портал отображает информацию о закупках, публикуемых в сети интернет и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей, являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя. На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet, которые нужны для статистики посещения ресурса.