Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Deepening East African Community regional economic integration, through advancing the Customs Union and promoting free movement of Services
Reference number: INTPA/DAR/2022/EA-RP/0090
II.1.2)Main CPV code72230000 Custom software development services
II.1.3)Type of contractServices
II.1.4)Short description:
Lot1: Develop a Regional Custom Interconnectivity System integrating EAC Partner States’ Customs and other cargo clearance systems (i.e. Port Authority, Valuation & Risk Management, Electronic Cargo Tracking, Transit Bond, One Stop Border Post, Electronic Single Window, Authorised Economic Operators). Capacitate users and provide System maintenance. Strengthen EAC Secretariat in monitoring customs performance and resolving inconsistencies.
Lot2: Supervise delivery of Lot 1 services and advise the EAC Secretariat on related matters to ensure effective implementation. This involves setting-up a supervision mechanism, monitor performance, confirm completion of implementation phases etc.
Lot3: Support EAC Secretariat in implementing commitments on liberalisation of Trade in Services (TiS) focusing on pilot sectors (like insurance, accounting, distribution), through operationalising the mechanism for removal of restrictions, regulatory reforms and awareness on TiS liberalisation.
II.1.5)Estimated total valueValue excluding VAT: 10 417 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
LOT 1: Customs Interconnectivity System
Lot No: 1
II.2.2)Additional CPV code(s)72230000 Custom software development services
48000000 Software package and information systems
72232000 Development of transaction processing and custom software
II.2.3)Place of performanceNUTS code: TZ Tanzania
Main site or place of performance:
Sub-Saharan Africa, Tanzania (United Republic of) (Sub-Saharan Africa)
II.2.4)Description of the procurement:
LOT 1: East African Community Regional Customs Interconnectivity Integration System
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: 7 400 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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:
The number of candidates is not limited. 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:
Africa, Caribbean and Pacific
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 10%, 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.
II.2)Description
II.2.1)Title:
LOT 2: Supervision delivery of Lot 1
Lot No: 2
II.2.2)Additional CPV code(s)72224000 Project management consultancy services
II.2.3)Place of performanceNUTS code: TZ Tanzania
Main site or place of performance:
Sub-Saharan Africa, Tanzania (United Republic of) (Sub-Saharan Africa)
II.2.4)Description of the procurement:
LOT 2: Supervision of delivery of LOT 1, EAC Customs Interconnectivity Integration System
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: 480 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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:
The number of candidates is not limited. 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:
Africa, Caribbean and Pacific
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 11%, 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.
II.2)Description
II.2.1)Title:
LOT 3: Liberalisation Trade in Services
Lot No: 3
II.2.2)Additional CPV code(s)79311400 Economic research services
II.2.3)Place of performanceNUTS code: TZ Tanzania
Main site or place of performance:
Sub-Saharan Africa, Tanzania (United Republic of) (Sub-Saharan Africa)
II.2.4)Description of the procurement:
LOT 3: Implementation of East African Community liberalization commitments on Trade in Services
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: 2 537 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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:
The number of candidates is not limited. 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:
Africa, Caribbean and Pacific
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 11%, 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.2.2)Time limit for receipt of tenders or requests to participateDate: 08/07/2022
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 6 (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 invoicing will be accepted
Electronic 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:03/06/2022