Technical Assistance to Support the Implementation of Agri-connect on Sector Enablers and Business Environment for Coffee, Tea, and Horticulture in Tanzania (примерный перевод: Техническая помощь для поддержки внедрения Agri-connect в инструментальных средствах сектора и бизнес-среде для кофе, чая и садоводства в Танзании) (Танзания - Тендер #4961445)
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/139510/SER/TZ
2.ProcedureRestricted
3.Programme titleAgri-Connect — supporting value chains for shared prosperity.
4.FinancingFinancing agreement No TZ/FED/039-797 – 11th European Development Fund
5.Contracting AuthorityNational Authorising Officer for EDF, the Ministry of Finance and Planning on behalf of the Government of the United Republic of Tanzania, Dar es Salaam,
TANZANIAClarifications may be sought from the Contracting Authority at the following email address admin@psu.go.tz 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 purpose of this technical assistance is to support implementation of the first component and overall coordination of the Agri-Connect programme. The Programme
“Agri-Connect: Supporting value chains for shared prosperity”, financed under the 11th EDF with a total envelope of 100 000 000 EUR, contributes to 2 objectives of the National Indicative
Programme EU-Tanzania:(i) generate agricultural wealth through linking farmers to markets and value chains; and(ii) improve food and nutrition security through improved access, availability, and
use of food. The overall objective is to improve the livelihoods of smallholder farmers and other market actors in the coffee, tea, and horticulture sectors through inclusive economic growth,
private sector development, job creation, and improved nutrition. This will be obtained through the achievement of the following results:Result 0: Programme management and coordination;Result 1:
Sector enablers and business environment improved;Result 2: Value chain development for coffee, tea, and horticulture;Result 3: Rural roads conditions improved;Result 4: Awareness and knowledge
of good nutrition practices increased.The purpose of this contract is to provide a Technical Assistance Team (TAT) to assist primarily the Ministry of Agriculture in mainland, the Ministry of
Agriculture, Natural resources, Livestock and Fisheries in Zanzibar, and other relevant national and local institutions and actors along the value chain to improve the sector enablers and
business environment for the tea, coffee and horticulture value chains, within the framework of the respective agricultural development strategies. This area relates to the implementation of
Result 1 of Agri-Connect.In addition, the TAT will provide overall coordination of the Agri-Connect programme components and will lead programme monitoring, evaluation, and learning initiatives.
This relates to "Result 0" of Agri-Connect.
8.Number and titles of lotsOne lot only.
9.Maximum budget5 000 000,00 EUR
10.Scope for additional servicesN/A
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 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 – 2.6.3.). 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 tenderJune 2019
19.Provisional commencement date of the contractDecember 2019
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 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.(a) the average annual turnover of the candidate for the last 3 financial years, for which accounts have been closed must
exceed 2 500 000 EUR;(b) the current ratio (current assets/current liabilities) must be at least 1.2) 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.(a) at least 5 staff currently work in permanent employment for the candidate in the fields
related to this contract as specified under point 7 above.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.(a) in the last three (3) years, before the deadline of receipt of application, the candidate has worked successfully on at least two (2)
project in the field of agriculture and/or rural development in Sub-Sahara Africa (SSA);(b) in the past three (3) years, before the deadline of receipt of applications, the candidate has provided
services related to agricultural and or rural development policies and regulatory frameworks and analysis;(c) in the last three (3) years, before receipt of applications, the candidate has worked
successfully at least two (2) institutional capacity building projects targeting public entities and private sector operators in the agriculture sector preferably in the tea, coffee and
horticulture value chains. The candidate should have provided services under at least two (2) contracts each with a budget of at least 2 500 000 EUR in the field of value chains development which
were implemented at any moment during the last 5 years.For the purpose of shortlisting under item 21.3 above, 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 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.
Documentary evidence is not required at the application stage but will be requested with the invitation to tender.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 8 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 projects that meet selection criteria (3) technical capacity of candidate;2) The highest value of the projects that meet criteria (3) technical capacity of
candidate.N.B.: 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.Applications must be delivered to the Contracting Authority
before 10.6.2019 at 14:00 , East Africa 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 National Authorising Officer for the European Development Fund in TanzaniaEDF – Programme Support
UnitMinistry of Finance and Planning of the United Republic of TanzaniaPO Box 185111468 Dar es Salaam— 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 National Authorising Officer for the
European Development Fund in TanzaniaEDF – Programme Support UnitMinistry of Finance and Planning of the United Republic of TanzaniaPO Box 185111468 Dar es SalaamThe 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 notice4.3.2019
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 23.5.2000 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 Танзания
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.