Malawi-Lilongwe: Agricultural, forestry, horticultural, aquacultural and apicultural services
2022/S 084-222891
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
The legal basis of this procedure is Regulation (EU) N° 2021/947 establishing the Neighbourhood, Development and International Cooperation Instrument – Global Europe (NDICI)
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Support to Preservation, Restoration and Regeneration of Malawi’s Natural Resource Base and Diverse Ecosystem
Reference number: INTPA/LLW/2022/EA-RP/0023
II.1.2)Main CPV code77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
II.1.3)Type of contractServices
II.1.4)Short description:
The proposed contract will involve the provision of technical assistant to support implementation of decentralized territorial relevant actions aimed at preservation, restoration and regeneration of Malawi’s natural resource base and diverse ecosystem. The support will be targeted to all relevant central level government ministries/departments and all districts eligible to participate in a call for proposals for implementation of actions in an integrated manner. At central level, the support will entail a coordinated approach to policies and strategies and support effective implementation of actions at the decentralized level. At the district level, specific support will be provided to develop sound and evidence based proposals that will be submitted to the EU for funding. Further support will be provided to the districts that will receive grants in specific technical, procurement and financial management areas of interest.
II.1.5)Estimated total valueValue excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)77000000 Agricultural, forestry, horticultural, aquacultural and apicultural services
II.2.3)Place of performanceNUTS code: MW Malawi
Main site or place of performance:
Malawi (Southern Africa Region)
II.2.4)Description of the procurement:
Support to Preservation, Restoration and Regeneration of Malawi’s Natural Resource Base and Diverse Ecosystem
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 8 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 60
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please consult the procurement documents available at the address indicated in Section I.3.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
Greening and Growing Malawi Programme
II.2.14)Additional information
Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, up to the estimated amount of 25%, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.
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 registersList and brief description of conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 31/05/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 02/07/2022
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3.
VI.5)Date of dispatch of this notice:25/04/2022