Date: 2015-06-23 Reference number: UF 2013/62662 Bamako, Mali (Embassy of Sweden in Mali) Invites tenders regarding short-term Technical Assistance to GEDEFOR II (Sida Contribution No: 51130063) and Case Number: UF 2013/62662/BAMA You are hereby invited to submit tenders regarding Mali are undergoing rapid deforestation and over-exploitation of natural resources. Forests cover in total 100 million ha, out of which only 21 million ha is productive forest. The majority of the relatively denser forest is situated in the Guinean and Sudanese regions in the south. The forests are marked by a gradual degradation, in part due to climate change and demographic growth (3.6% per year, Census 2009), but mainly from unsustainable resource extraction and clearing for farming. Rural communities - about 80% of the total population - rely on forests and trees for fuel, food, medicinal plants, building material, and grazing and cash income. However, deforestation, coupled with little or no active regeneration, threatens the forests’ ability to satisfy present and future generations’ needs of these products. Mali is engaged in a decentralization process aiming at transferring the governance responsibility for forests from the central government to rural communes. During 2009 - 2014, Sweden together with Norway funded the Programme “Decentralized Forest Management Programme- GEDEFOR I” in three regions of Mali. The Programme assisted local communes in setting up and implementing communal land development schemes and forests management plans. The program implementation emphasized the development of specific actions on the basis of local priorities, in response to local problems and in keeping with local potential. Investment in training and skills development is believed to have enhanced the capacity of the communities to identify their needs and make their own decisions. In preparing land development schemes and forests management plans, communes and communities were encouraged to think in terms of all Sida 2 (15) possible uses of their land. Communities have also invested in activities that would stop degradation of the soil (water harvesting, erosion control, soil conservation, vegetation rehabilitation). Investments with immediate impact on the community’s life, such as wells and boreholes with small scale irrigation systems and seeds for market gardens, beekeeping and animal fattening have also been supported. Besides meeting immediate needs and increasing income, such investments reduced the local population’s need of income from (illegal) forest exploitation and also helped build village confidence in the Programme and test the organizational capacity of the communities. It was noted that the business skills are weak at community level, which reduces the likelihood of sustainability and scaling-up of local income-generating activities. The Programme has registered weaknesses and constraints related to the national financial management system which initially slowed down the Programme implementation and postponed the transfer of responsibilities and resources to the local government (communes). Further, the 2012 multidimensional crisis resulted in the suspension of the bilateral aid, including support to GEDEFOR I. This further slowed down the process of the transfer of responsibilities and resources to the communes. The suspension was lifted in 2013 and the Programme continued from June 2013 to June 2014 with support from Sweden. In order to consolidate the achievements and to expand the interventions, Sida decided in December 2014 to support the national programme « Programme de Gestion Décentralisée des Forêts - phase II » during the period 2014-2018. The overall aim of the programme is to continue to contribute to the decentralized and sustainable management of forest resources in a climate change perspective through improved local governance, strengthened capacity for climate change adaptation and increased revenues from trees and forests for the most vulnerable and poor rural populations (men and women) in two regions of Mali. The specific objectives of GEDEFOR’s current 2nd phase are as follows: 1. Improve performances, knowledge and know-how of communes, community-based organizations, the forestry service and all actors of the wood and non-wood value chains in a significant manner in the areas of decentralized and sustainable management of forests, and reinforce their economic, social and cultural subsistence base. 2. The development of micro-enterprises in value-addition of nonwood forest products and income-generating activities. 3. Promote organizational and technical performances of actors in view of sustainable field actions. 4. Ensuring a correct institutional, administrative, technical and financial management of the program through available means. The Programme is owned by the Ministry of Environment, Sanitation and Sustainable Development (MEADD). The main implementation body is the National Directorate for Forests and Waters -DNEF, a directorate of the Ministry for Environment, Sanitation and Sustainable Development (MEADD) which has Sida 3 (15) the country-wide responsibility for forests, wildlife and wetlands. It is organized in five divisions, each division being divided into two sections. One is a technical section while the other deals with the promotion of people’s participation in decision making processes and actions. The five divisions have the following responsibilities: studies and planning, forests development, fauna and its habitat conservation, laws and protection of nature and training and communication. DNEF has a forestry service (office) in every region and every district. The districts have local branches which deliver support to villages and communes. The local Government structure in Mali consists of “rural communes” formed by a group of villages and (in many cases) nomadic settlements. The “Commune” is governed by an elected Local Government Council lead by a Mayor. The Local Government Council is responsible for planning and implementation at municipal/communal level. The performance capacity varies considerably between different Local Government Councils. Some have only one or two staff and a very limited experience in project implementation, while others have more experience. However, in general the capacities at local commune level are low. The Programme GEDEFOR II is supervised by a steering committee, which approves and follows-up the annual work plans, budgets and reports. The day-to-day operations of GEDEFOR II are coordinated by a Programme Management Unit (PMU) composed of a Coordinator, a technical officer, a monitoring and evaluation officer, training and communications officer, an officer for gender, value chains and HIV/AIDS issues, an officer for climate change adaptation, a financial assistant and support staff. There are also small teams at regional and communal levels. The PMU is placed within DNEF under the director and operates on a task implementation basis with the DNEF’s national divisions and the regional and district offices. The PMU’s role is to move the programme forward and to coordinate activities. In the agreement signed between Sweden and the government of Mali in December 2014, it is planned to recruit a pool of short term technical assistance (international and national consultants). The Technical Assistance will mainly support the PMU, as well as some other implementing structures/bodies: the Monitoring Committee at DNEF, the National Nature Directorate for Forests and Waters (DNEF) and its technical divisions, the Regional offices, the General Directorate in charge of Communes/municipalities (DGCT). The Client of the assignment is DNEF. They will have full responsibility for communication; initiating requests and timing of consultant inputs; supervision and support to the day-to-day work of the consultants; and validation of reports and other outputs of the technical assistance. Sida will monitor the implementation of the Programme, including the performance of the Consultant, and participate as observer in meetings of the Steering Committee. The Technical Assistance is planned on a short term basis. The team members according to a planned schedule will be travelling to Bamako and within the country mainly in the regions of Koulikoro and Kayes. The Technical Assistance could also travel within the West Africa Region. The intended timeframe is from November 2015 to March 2018. Each senior specialist will work hand by hand with a consultant with local experience in order to take advantage from his/her Sida 4 (15) knowledge about local realities. See the Time plan below in accordance with this tender documentation. We look forward to receiving your tender. Appendixes Appendix 1.1 Appendix 1.2 Appendix 1.3 Appendix 1.4 Appendix 2 Appendix 2.1 Appendix 3 Appendix 3.1 Appendix 3.2 Contact information Price Appendix Key ratios Reference in writing Terms of Reference (ToR) References regarding projects completed Draft contract Sida’s General Conditions for Framework Agreements, 2002 Sida’s Standard Conditions for Short and Long Term Consulting Services, 2002 Table of Contents 1 Administrative conditions .................................................................... 6 2.1 Questions and answers regarding the contract documents .............. 7 2.2 Obligatory requirements ................................................................... 7 2.3 Evaluation of the tenders submitted ................................................. 7 2.4 Correction of errors and clarifications and supplementation of tenders ................................................................................................... 7 2.5 Notice of award ................................................................................ 7 3 4 General Tendering Conditions ............................................................ 8 Requirements regarding the tenderer (qualification) ........................... 8 4.1 Financial Position ........................................................................ 9 4.2 Tenderer’s Technical and Professional Capacity ....................... 10 4.3 Quality assurance system.......................................................... 11 4.4 Sub-consultants ......................................................................... 11 5 Tender price...................................................................................... 11 5.1 Fees and costs .......................................................................... 11 6 Terms of reference/Requirements specification ................................ 12 6.1 Acknowledgement of requirements............................................ 12 7 Evaluation ......................................................................................... 12 7.1 Implementation and Method ...................................................... 12 Sida 5 (15) 8 7.2 Organisation for the assignment ................................................ 13 7.3 Work- and Time Plan ................................................................. 13 7.4 Qualifications and competence .................................................. 13 Evaluation of tenders ........................................................................ 13 8.1 Evaluation principles .................................................................. 13 8.2 Method of evaluation ................................................................. 14 Sida 6 (15) General orientation 1 Administrative conditions Contracting authority Postal address Embassy of Sweden P. O. Box E 2093, Bamako, Mali Building UATT, 2nd Floor Embassy’s ID No/organisation number: Contact person 083312606L Last date to tender 2015-08-31 The tender must be sealed and addressed to the contracting authority. The envelope must be clearly marked as indicated below: short-term Technical Assistance to GEDEFOR II (Sida Contribution No: 51130063) and Case Number: UF 2013/62662/BAMA Address and marking Mamby FOFANA, Programme Officer mamby.fofana@gov.se Case Number: UF 2013/62662/BAMA Tenders submitted by fax or e-mail Not allowed. Procurement procedure: Open, Negotiations, if any, can only be commenced at the initiative of Embassy of Sweden in Bamako, Mali] CPV Code 03000000-1 Agricultural, farming, fishing, forestry and related products 77000000-0 Agricultural, forestry, horticultural, aquacultural and apicultural services The tender shall be valid until Term of Contract 2015-11-30 2015-11-01—2018-09-30 with an opportunity to extend for up to 12 months Contracts will be signed with one tenderer. Sida 7 (15) The Contract’s estimated 2 542 000 SEK Procurement regulations the terms and regulations of the Public Procurement Act (2007:1091) (LOU) 2.1 Questions and answers regarding the contract documents During the procurement process, the contracting authority is not permitted to discuss documentation, tenders, evaluation or other such matters with tenderers in a manner which favours or disfavours one or more tenderers. Questions regarding contract documents must be directed to “ambassaden.bamako@gov.se and/or mamby.fofana@gov.se no later than August 19, 2015. A compilation of relevant questions and answers will be published on Sida’s website, www.sida.se under Procurements “Kommers Annons”. Each tenderer must ensure that it reads the answers to the questions, together with any other information, which may be published on the above-mentioned website during the period of the tender. 2.2 Obligatory requirements The contract documents with the Appendixes contain a number of compulsory requirements, which are so designated by the word must and are underlined. In order for a tender to be examined, evaluated and adopted these must requirements have to be satisfied. 2.3 Evaluation of the tenders submitted Initially, an examination will be made of the administrative must requirements (see sections 3 and 5). Later, each tender will be examined to determine whether it meets the qualification requirements for suppliers (see section 4). Tenderers who satisfy the requirements and are deemed to be qualified will have their tenders examined regarding requirements for the service (see section 6) and finally evaluated. Evaluation criteria are set out in section 7 and the evaluation method is described in section 8. 2.4 Correction of errors and clarifications and supplementation of tenders Responses by tenderers to requests by the Embassy for corrections of errors, clarifications or supplementation of tenders must be submitted in writing to the contact person indicated above. 2.5 Notice of award All tenderers will be notified by e-mail of the winning tender as soon as possible after a decision has been made to award the contract. Sida 8 (15) A notice of award does not mean that a binding contract has been entered into between the Embassy and the winning tenderer. A contract is not legally binding until it has been signed by both parties. 3 General Tendering Conditions 1. This procurement is governed by the provisions of the Public Procurement Act (2007:1091) (LOU). 2. Tenders must be prepared based on the conditions indicated, and satisfy the listed requirements. 3. Tenders must be in writing and signed by the tenderer. 4. Tenders must contain information about the tenderer pursuant to Appendix 1.1 Contact information, which is appended hereto. 5. The tender and all documentation appended must be drawn up in English and contain the information and documents indicated in this tender documentation. 6. The tender must be submitted as two complete sets - an original and a copy. The tender must also contain a digital copy (CD, USB memory or equivalent) and must be clearly marked with the name of the company and the case number. If the tender versions on these media differ, the paper copy shall govern. Certificates from the Swedish Companies Registration Office and/or Tax Authority, or their equivalents, however, need not be submitted in digital form. 7. The formation of consortiums is allowed. In such cases the tenderer must submit either: a tender signed by all partners of the consortium and a draft of a consortium agreement providing for joint and several liability with reference to the contract including the nomination of the lead firm of the consortium, or a tender signed by the lead firm and a copy of a consortium, signed by all participating parties, providing for joint and several liability with reference to the contract including the nomination of the lead firm of the consortium. 8. Tenderers, in their tender, must confirm their acceptance of the annexed draft contract, including the General Terms and Conditions. 4 Requirements regarding the tenderer (qualification) The following requirements must be satisfied The tenderer must have fulfilled the required legal obligations regarding registration, taxation and other legal charges in Sweden or in the Sida 9 (15) tenderer’s home country. The tenderer and individuals representing the tenderer must not have been found guilty of any crime related to the exercise of his profession. Tenderers to whom circumstances pursuant to LOU, Chapter 10, §§ 1-2 apply; will be excluded from participation in this procurement. A tenderer must append the following documents in a copy to its tender as evidence that the requirements have been satisfied. A copy of the registration certificate issued by the authorised government agency (in Sweden, this is the Swedish Companies Registration Office, Bolagsverket), provided that an obligation to register exists. Registration number from the Swedish Companies Registration Office (www.bolagsverket.se). In the case of companies in the process of being established, the company must be registered in the company registry at the time the contract is signed. A certificate showing that the tenderer is registered for the payment of value added tax, withholding tax, employee contributions, or similar taxes or charges in accordance with the law of the country of the tenderer, and is free from debts regarding taxes and social security contributions. For a Swedish tenderer, a request for information in connection with Public Procurement (Form SKV 4820) must be submitted and signed by the Swedish Tax Authority. This form can be obtained from the following website www.skatteverket.se. As this form only applies to Sweden, foreign tenderers must submit equivalent documentation, such as a certificated that the tenderer has complied with the required registrations and payments. If the authority in the tenderer’s home country does not release this information, and the reason for this is stated in the tender, the certificate can instead be signed by the managing director, chairperson of the board or the auditor of the company 4.1 Financial Position Tenderers must have a stable financial basis. Companies that are required to prepare annual accounts:. must demonstrate that the company has a stable financial basis by appending to the tender copies of the most recent year’s adopted annual accounts, including a signed auditor’s report. Companies that are not required to prepare annual accounts, or newly established companies: must demonstrate that the company has a stable financial basis by appending to the tender, income statements and balance sheets for the two most recent years, or by appending a completed Tax Sida 10 (15) Authority form known as ”Inkomst av näringsverksamhet” (income of enterprise) for the two most recent years. A newly established company must show that the company has a stable financial basis by appending to the tender share capital or other documents, attaching income statements, balance sheets, if any, as well as indicating a reference to a bank and/or financier. The Embassy of Sweden Mali will make a full evaluation of the tenderer’s financial condition and stability (possibility of surviving through the term of the contract) based on the material supplied by the tenderer, as well as a credit report from the UC credit reporting agency. The evaluation will include an examination of the solvency ratio and liquidity ratio of the tenderer. If the tenderer have unusually low or negative key ratios, compared to the average for the branch of trade and/or shows a loss, the tenderer must be able to submit an acceptable explanation with the tender, so that the tenderer’s stable economy can be substantiated (e.g. by annexing a parent company guaranty or bank guaranty). If a group guaranty is submitted, a credit report will also be requested for the group in order to evaluate its stability. In cases where a tenderer fails to shows a stable financial basis (e.g. low key ratios, or no key ratios at all, the tenderer must nevertheless be deemed to have satisfied these requirements if the tenderer in its tender includes an explanation that clearly establishes that the tenderer possesses an equivalent level of financial stability (e.g. a guaranty issued by the parent company). Tenderers must, upon request, submit their most recently adopted (not older than two years) annual accounts. If a tender is being submitted by a consortium, each party must submit the information or documentation requested. 4.2 Tenderer’s Technical and Professional Capacity Tenderers must have documented resources, competence and experience to perform projects in the area(s) of expertise requested. Tenderers must have completed at least two projects during the past three years equivalent to this project in nature and scope according to Appendix 1.4 The tender must contain: a) A confirmation that the requirements specified above are fulfilled, (as well) as a description of previous similar projects (scope, start and finish date, name of principal, approximate value of the contract, number of person-months, etc). Sida 11 (15) b) A brief description of the tenderer (facts about the company, competence and capacity, as well as the company’s market position), c) A confirmation that the required resources will be at the disposal of the tenderer when the project is to be implemented. 4.3 Quality assurance system Tenderers must apply documented quality assurance routines that ensure that projects are done in a manner that will achieve and maintain the agreed upon scope and quality. The tender must contain: a) A confirmation that the stated requirements are full filled, b) A description of the routines to which the tender applies (scope and focus), especially in terms of: – policy and goals relating to quality – describing how the tenderer ensures that the implementation will ensure the agreed upon quality. – forms of cooperation with customers. – document management – deviation reporting, and corrective measures – qualification and competence profiles of personnel and continuing training. c) An example of a project of a similar nature and scope, in which quality routines were applied. 4.4 Sub-consultants If a tenderer intends to place parts of the procurement contract with subcontractors, this must be reported. Information regarding the corporate ID numbers of all sub-consultants must also be included. Tenderers who use subcontractors to perform projects, must describe in the tender how the tenderer can utilise the resources of the subcontractor that are needed to perform the possible contract. This means that tenderers, upon request, must be able to submit CVs from subcontractors, as well as other relevant facts that prove that the requirements in this tender documentation can be satisfied. 5 Tender price 5.1 Fees and costs Fees and costs must be given in SEK, excluding VAT, but including any other taxes and fees. Sida 12 (15) The tender must indicate the total cost of the project, specified as fee/hour for each personnel category. Reimbursable costs must be listed separately. Other costs should be included in the fee. Fees and costs must be specified in Appendix 1.2 The tender must indicate a ceiling amount for the total fee, and the total reimbursable costs. Costs for travel are compensated according to Articles 7 and 10 of Sida’s "Standard Conditions for Short and Long Term Consulting Services, 2002”. The daily allowance for Mali is SEK 450. 6 Terms of reference/Requirements specification The terms of reference/requirements specification indicate fundamental and specific requirements for the performance of the project, as well as the goals for the programme or project. 6.1 Acknowledgement of requirements The tender must contain an acknowledgement that the requirements for performing the project, as stated in the terms of reference, are full field. 7 Evaluation Tenderers who fulfil the requirements set out in sections 3, 4, 5 and 6 will be evaluated as follows: The tender(s) which is the economically most advantageous, subject to the evaluation criteria in section 7, will be accepted. 7.1 Implementation and Method The tender, based on the requirements in the terms of reference, must describe the method intended to be used, with a special description of how this will ensure that the goals are satisfied In evaluation, the following criteria will be assessed: - Whether an appropriate and workable strategy for performing the project and satisfying the goals has been proposed, - Whether the tender shows an understanding of the project and the role and function of the tenderer. - Whether there is an adequate division of labour between the home office and the work in the partner country, as well as a distribution between international and local consultants. Sida 13 (15) 7.2 Organisation for the assignment The tender must describe the organisation that will be used to perform the assignment. In evaluation, the following criteria will be assessed: - Whether the tasks that are needed in order to perform the project will be assigned to persons with adequate education, experience and knowledge, - Whether there is adequate staffing, both regarding resources, and skills and expertise, which contributes to the project reaching its goals. 7.3 Work- and Time Plan The tender must contain a proposed detailed work- and time plan for the completion of the project, as well as a staffing plan that specifies the tasks assigned, and the time allocated for every member of the team. In evaluation, the following criteria will be assessed: - that the work plan is appropriate in order to contribute to fulfil the goals, and that the time plan is realistic, - that the project can be started as soon as possible after the signing of the contract, or alternatively, that the time it takes to come to the worksite or the time it takes to start the project will be as short as possible. 7.4 Qualifications and competence The tender must contain information regarding the qualifications and competence of the persons proposed (see terms of reference). This information will be evaluated based on the following preferences: 8 Evaluation of tenders 8.1 Evaluation principles Nr 1 2 Evaluation criteria Max score Implementation and method 1.1 Method for implementation 20 1.2 Organisation for the project 20 1.3 Suitability of work- and time plan 20 Qualifications and competence of the proposed staff Sida 14 (15) Nr Evaluation criteria Max score 2.1 Team leader (education, professional experience, language, experience of conditions in the country) 2.2 Other staff (education, professional experience, language, experience of conditions in the country) Total score 20 20 100 8.2 Method of evaluation The number of points that can be awarded under each of the technical evaluation criteria. For example, if a maximum of 20 points can be awarded for a give criteria, ”Good” will mean 0.8 x 20 = 16 points. (In the evaluation, the levels (in %) will have fixed values, which means that there will be no intermediate values). Minimum technical score 5 Poor1 0% Not entirely satisfactory2 40 % Satisfactory3 60 % Good4 80 % Very Good5 100 % The technical part of the tender must achieve a minimum of >60< points as a condition for further evaluation Not addressed or not sufficient Sufficient in some aspects but not as a whole 7 Sufficient but lacks substantial advantages or has uneven quality 8 Adequate and well suited to the purpose 9 Gives added value and shows high quality on the whole 2 Sida 15 (15) The results of the technical evaluation are used to price quality by allocating tenders a percentage surcharge on the price, where the surcharge is a function of how much lower the tender’s quality score is than the maximum quality score. This method yields a comparison value for every tender. The winning tender is the one with the lowest comparison value. The following formula is used: Comparison value = Tendered price x (1 + Percentage surcharge). Percentage surcharge = [(maximum quality score – quality score assigned)/maximum quality score] x upward adjustment factor; The upward adjustment factor reflects the effect the quality offered should have when added to the price in an evaluation. The higher the upward adjustment factor is, the greater the importance accorded to qualitative criteria in relation to the price. The upward adjustment factor is set at 3 for this procurement.