Technical Assistance to the Government of Malawi to support the implementation of Public Finance Management Reforms (Chuma Cha Dziko) (Малави - Тендер #4179359)
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
.Please note that the awarding of the contract is subject to the condition of:The prior conclusion of a financing agreement, which does not modify the elements of the procurement procedure (this
will be the case, for instance, if the budget initially foreseen is different or if the timeframe, the nature or the condition of the implementation are altered). If the precedent condition is
not met, the Contracting Authority will either abandon the procurement or cancel the award procedure without the candidates or tenderers being entitled to claim any compensation.
1.Publication referenceEuropeAid/139872/IH/SER/MW
2.ProcedureRestricted
3.Programme title“Chuma Cha Dziko” public finance transparency and accountability program.
4.FinancingFED/2018/040-749
5.Contracting AuthorityThe Government of the Republic of Malawi represented by National Authorizing Officer of the EDF, Minister of Finance, Ministry of Finance, Economic Planning and
Development, Capital Hill, P.O. Box 30049,Lilongwe 3, MALAWIClarifications may be sought from the Contracting Authority at the following email address nao@naosupportmw.org at the latest 21 days
before the deadline for submission of applications stated at the point 23 below.Clarifications will be published on the website of DG International Cooperation and Development at the latest 5
days before the deadline.
6.Nature of contractFee-based
7.Contract descriptionThe contract shall provide technical assistance to the Government of Malawi in supporting the implementation of Public Finance Management (PFM) Reforms. It shall provide
support in key areas of PFM, e.g. revenue policy, public procurement, commitment controls, payroll/pension management, parastatal oversight, and support in the overall coordination of PFM reforms
with a specific focus on change management. The support shall lead to a more transparent effective and efficient public financial management system.
8.Number and titles of lotsOne lot only
9.Maximum budget9 200 000 EUR
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 15 000 000 EUR 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 – 2.6.3.). 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 2.6.10.1. of the PRAG.Candidates included in the lists of EU restrictive measures (see Section 2.4. of the PRAG) at the moment of the award decision cannot
be awarded the contract.
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 tender31.1.2019
19.Provisional commencement date of the contract3.9.2019
20.Initial period of implementation of tasksApproximately 60 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 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 3 years for which accounts have been closed.Criteria for legal and natural person:— the average annual turnover of the candidate must exceed the annualised maximum
budget of the contract i.e. the maximum budget stated in the contract notice divided by the initial duration in years 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 3 years from submission deadline.The Candidate (i.e. the consortium as a whole, in case of
application by a consortium) shall demonstrate that he can make available the following number of staff in the following areas (does not need to be under fulltime employment):— minimum 5 staff
in change management,— minimum 10 staff in PFM (including revenue and procurement),— minimum 5 staff in monitoring and evaluation,— minimum 5 staff in visibility and communication,—
minimum 10 in IT development.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 five years
from submission deadline.The Candidate has provided services of at least 3 contracts each with a budget of at least 1 000 000 EUR for each of the following areas:(i) change management;(ii)
revenue policy;(iii) procurement;(iv) internal controls.In case several areas have been covered in a single contract, the cumulative amount of the contract must be equal or exceed 1 000 000 EUR
per area to be eligible.In case several areas are covered in a single contract but the cumulative amount of the contract does not reach the cumulative requirement per area (i.e. a contract of 2
000 000 EUR covering 3 areas), the candidate must clearly indicate which area satisfies the selection criteria.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. Some examples of when it may not be considered appropriate by the Contracting Authority are when the tender rely in majority on the capacities of other entities or
when they rely on key criteria. If the tender relies on other entities it must 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 comply with the selection criteria for which the economic operator relies on them. Furthermore, the data
for this third entity for the relevant selection criterion should be included in the tender in a separate document. Proof of the capacity will also have to be furnished when requested by the
Contracting Authority.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 additional comparative criteria which will be taken into consideration during this re-examination, in the order that they appear below, are:1) The
highest number of contracts indicated by a candidate in the field of change management that meet criteria 3;2) The highest number of contracts indicated by a candidate in all the fields that meet
criteria 3.NB: additional comparative criterion 2) will be applied only if the number of eligible candidates remain higher than 8 after applying additional comparative criterion 1).
22.Award criteriaBest price-quality ratio.
23.Deadline for receipt of applicationsThe Candidate/tenderer"s attention is drawn to the fact that there are 2 different systems for sending applications/tenders: one is by post or private mail
service, or by hand delivery.In the first case, the application/tender must be sent before the date and time limit for submission, as evidenced by the postmark or deposit slip(1), but in the
second case it is the acknowledgment of receipt given at the time of the delivery of the application/tender which will serve as proof.Time and date: 3.1.2019 — 16:30 hours local time.Any
application submitted to the contracting authority after this deadline will not be considered.The Contracting Authority may, for reasons of administrative efficiency, reject any application or
tender submitted on time to the postal service but received, for any reason beyond the Contracting Authority"s control, after the effective date of approval of the short-list report or of the
evaluation report, if accepting applications or tenders that were submitted on time but arrived late would considerably delay the evaluation procedure (for instance when applications or tenders
are received after the evaluation committee has finished its works and evaluating them would imply re-calling the evaluation committee) or jeopardise decisions already taken and notified.(1) It
is recommended to use registered mail in case the postmark would not be readable.
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 post or by courier service, in which case
the evidence shall be constituted by the postmark or the date of the deposit slip, to:the Head of Unit, National Authorising Office Support Unit, Ministry of Finance, Economic Planning and
Development, PO Box 30049, Capital Hill, Lilongwe, MALAWI.Telephone No: +2651788173/172/143— or hand delivered by the participant in person or by an agent directly to the premises of the
contracting authority in return for a signed and dated receipt, in which case the evidence shall be constituted by this acknowledgement of receipt, to:The Head of Unit Mr. Nations Msowoya,
National Authorising Office Support Unit, Ministry of Finance, Economic Planning and Development, P.O. Box 30049, Capital Hill, Lilongwe, MALAWI.Telephone No: +2651788173/172/143Opening hours:
7:30 am — 5:00 pmThe 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 notice14.9.2018.
29.Legal basis(2)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.(2) Please state any specificity that might have an impact on rules on participation (such as geographic or thematic or long/short term).
30.Additional informationN/A
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.