Services - 457853-2022

23/08/2022    S161

Zambia-Lusaka: Business development consultancy services

2022/S 161-457853

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: Government of Zambia
Postal address: P.O. Box 50376
Town: Lusaka
NUTS code: ZM Zambia
Postal code: 10101
Country: Zambia
E-mail: tenders.governance@nao.gov.zm
Internet address(es):
Main address: www.nao.gov.zm
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=11997
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Technical Assistance to an inclusive regulatory environment conducive to business and investment in Zambia

Reference number: INTPA/LUN/2022/EA-RP/0132
II.1.2)Main CPV code
79411100 Business development consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

This contract forms part of the actions foreseen under the “Economic Governance Support Programme (EGSP)” – Financing Agreement (FA) ZM/FED/040-801, funded under the 11th European Development Fund (EDF). The contract will provide technical assistance (TA) to the Ministry of Commerce, Trade and Industry (MCTI) and the Ministry of Green Economy and Environment (MGEE) to help establish an “inclusive regulatory environment conducive to business and investment in Zambia”.

The technical assistance will support the MCTI and the MGEE in achieving six results.

The successful contractor – under the supervision of the MCTI – will prepare, manage and implement a EUR 2 million multi-annual programme estimate (PE) to help achieve the first five results mentioned above.

II.1.5)Estimated total value
Value excluding VAT: 2 600 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79411100 Business development consultancy services
II.2.3)Place of performance
NUTS code: ZM Zambia
Main site or place of performance:

Republic of Zambia (Sub-Saharan Africa)

II.2.4)Description of the procurement:

Technical Assistance to an inclusive regulatory environment conducive to business and investment in Zambia

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 2 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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

Provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

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 registers
List 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 standing
List 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 "Additional information about the Contract Notice".

III.1.3)Technical and professional ability
List 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 "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 procedure
Restricted 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 participate
Date: 30/09/2022
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 31/10/2022
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 tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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 "Additional information about the Contract Notice".

VI.4)Procedures for review
VI.4.1)Review body
Official 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 procedure
Precise 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:
18/08/2022