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 addressesOfficial name: National Authorising Officer, National Planning Commission, Namibia
Postal address: Private Bag 13356
Town: Windhoek
NUTS code:
NA NamibiaPostal code: N/A
Country: Namibia
Contact person: Ned Sibeya
E-mail:
nsibeya@npc.gov.naInternet address(es): Main address:
https://www.npc.gov.na/ I.3)CommunicationAdditional 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 authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Technical assistance (TA) to enhance value addition, market access and competitiveness of private sector in Namibia in order to promote trade under the EPA
Reference number: INTPA/WDH/2022/EA-RP/0170
II.1.2)Main CPV code79418000 Procurement consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The services will involve provision of technical advice, analysis, training and capacity building in the following thematic areas:
• Legal and regulatory aspects: This includes among others regulations and a masterplan for Special Economic Zones, investment and export promotion, review of domestic foreign trade legislation and gap analysis, a national standardisation strategy relating to products and production processes.
• Support to value chain development for sectors such as cosmetics, charcoal, gemstones, seafood, mineral beneficiation.
• Enhancing information for policy making, including surveys, statistics, input-output matrices, economic analysis.
• Business and product development: This includes market research, business advisory services (entrepreneurship and management training), product competitiveness and development, B2B networking and facilitation.
Beneficiaries: Ministry of Trade, other public and private sector org.
II.1.5)Estimated total valueValue excluding VAT: 1 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79418000 Procurement consultancy services
II.2.3)Place of performanceNUTS code: NA Namibia
Main site or place of performance:
Namibia (Sub-Saharan Africa)
II.2.4)Description of the procurement:
The services that will be provided by the technical assistance team will involve provision of technical advice, analysis, training and capacity building in the following thematic areas:
• Legal and regulatory aspects: This includes among others regulations and a masterplan for Special Economic Zones, investment and export promotion, review of domestic foreign trade legislation and gap analysis, a national standardisation strategy relating to products and production processes.
• Support to value chain development for sectors such as cosmetics, charcoal, gemstones, seafood, mineral beneficiation.
• Enhancing information for policy making, including surveys, statistics, input-output matrices, economic analysis.
• Business and product development: This includes market research, business advisory services (entrepreneurship and management training), product competiveness and development, B2B networking and facilitation.
The services will be provided to the lead organisation for EPA implementation (Ministry of Industrialisation and Trade), other related public organisations and the private sector.
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: 1 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 20
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
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 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: 06/12/2022
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.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:31/10/2022