AMBASSADE ROYALE DU DANEMARK has floated a tender for Contract notice: Business development consultancy services. The project location is Mali and the tender is closing on 11 Sep 2018. The tender notice number is 356251-2018, while the TOT Ref Number is 25875913. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Mali

Summary : Contract notice: Business development consultancy services

Deadline : 11 Sep 2018

Other Information

Notice Type : Tender

TOT Ref.No.: 25875913

Document Ref. No. : 356251-2018

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : AMBASSADE ROYALE DU DANEMARK
Office Name: Ambassade royale du Danemark
Address: Villa 94-95, cité du Niger 2
Town: Bamako
Postal Code: Boîte Postale E1733
Contact Point: Niels Bossen



Mali
Email :niebos@um.dk
URL :http://um.dk/en/danida-en/

Tender Details

Object of the contract
Business development consultancy services

Description: Contract notice: Business development consultancy services

Authority Type: Ministry or any other national or federal authority
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 79411100, 79400000, 75211200, 79411100, 79400000, 75211200
CPV Description: Business development consultancy services.

Business and management consultancy and related services.

Foreign economic-aid-related services.

Manager of the Fund to support the creation of enterprises by young people FACEJ - Mali

Reference Number: 2018-18616

Denmark's 2017-2022 country program for Mali, which confirms Denmark's commitment to support the development of the Malian private sector.ain Site: Republic of Mali

The tasks of the manager will be, inter alia: - - the delegated project management of the development commitment is ensured, more specifically the management and implementation of the Support Fund for the creation of undertaken by young FACEJ, its reporting and follow-up. It is the day-to-day management body of commitment,

- coordination and planning gloof ED 2 are ensured,

- recruitment, contracting and implementation of an audit (national firm) for memorandums of understanding with facilitation structures (audit a priori and a posteriori) and for the projects of the young business creators financed by the FACEJ,

- to develop and have approved by ARD the terms of reference of the facilitation structures, if the RAD has not already reached this stage,

- finalize the file of expression of interest for the recruitment of facilitators (according to the procedures of Danida), if the ARD has not already passed this step,

- ensure the publication of the notice of expression of interest for the facilitation structures, if the ARD has not already taken this step,

- carry out an analysis and a classification of the filessubmitted for the selection of the facilitation structures and submit a report of the tendering process to the ARD Bamako for approval,

- to elaborate and sign memoranda of understanding with the facilitation structures,

- to elaborate in consultation with each facilitator, the Adapted model of FACEJ implementation including 2 windows:

i) start-up companies and;

ii) growth enterprises; faivalidate the implementation models of each FACEJ facilitator by the DRB Bamako.

- analyze the projects proposed by the facilitation structures and in particular the support of the FACEJ in terms of grant support; prepare and present an analysis report to ARD Bamako,

- development of an online application mechanism and rapid response to the requests of young people (with theFacilitators), Facilitating links between facilitators and financial institutions, Facilitating links between FACEJ and other similar projects / programs in Denmark or other TFPs and the Government, Sign Support Agreements with young business creators and disbursing funds,

- follow and accompany young business creators en link and complementarite with the facilitators,

- evaluate the results of young business creators financed by the FACEJ,

- in the framework of good governance, establish a mechanism for managing complaints and doleances,

- capitalize the experiences Malian and international companies,

- to facilitate the networking of young people who have established enterprises,

- the establishment and implementation ofa simple website and a facebook page for ED 2,

- comparative analysis of different models of intervention of facilitators and recommendations for a future program,

- production of documentation and information and communication material external,

- quality assurance of technical and financial reports on the basis of supporting documents, including in the process-selection of the facilitators and the files that will be presented to him and the ARD Bamako,

- be resource person for the ARD Bamako,

- elaboration of the report of start of the technical expertise and reports semiannual and annual (activities realized and planned),

- development of mechanisms for collaboration and communication with private sector actors and other partnersIn order to facilitate and ensure overall coherence of FACEJ's intervention strategies, - support the facilitators in the development and execution of projects, by strengthening their overall capacity, but above all their own business model and cost-effectiveness. to ensure (as much as possible) their independence, self-financing and the sustainability of their activities.-III.AC DUME, the economic operator must indicate if it is the reason for exclusion.

An economic operator is excluded from the procurement procedure if the economic operator himself or a person who is a member of the administrative body, the management or supervisory body of the said operator, or which has power of representation, decision or control over that body, has-the subject of a conviction, pronounced by a final judgment, or a fine during the last 4 years for one of the grounds of exclusion relating to the criminal convictions enumerated in article 135 (1) of the law of Denmark on public procurement.

An economic operator is excluded from the award procedure if he has a due and unpaid debt of DKK 100 000 or morepublic authorities related to the payment of taxes and the payment of social security contributions, cf. Article 135 (3) of the Danish Public Procurement Act. That being so, an economic operator is not excluded when providing a guarantee of payment of the part of the debt constituting DKK 100 000 or more, or when the economic operator has agreed on a repayment undertaking withthe collection authority and the reimbursement commitment are respected, cf. Section 135 (4).

An economic operator is excluded from the procurement process if he is the subject of one of the exclusionary grounds listed in sections 136 (1) (1) and 136 (1). (2) of the Danish Public Procurement Act.

An economic operator is excluded from the procurement procedure if, during the last 2 years, he hashas been the subject of one of the exclusionary grounds listed in Articles 136 (1) (3) and 137 (1) (2-3) of the Danish Public Procurement Act.

The contracting authority may accept the following documentation with respect to the grounds for exclusion listed in Articles 135 (1), 135 (3) and 137 (1) (2) of the Danish Public Procurement Act (in order of priority):

(1) an excerpt the relevant register ou a similar document issued by a judicial authority or a competent administrative authority certifying that the economic operator is not the subject of the grounds for exclusion set out in Article 135 (1);

(2) a certificate issued by the competent authority competent authority in the country is, as documentation, that the economic operator is not subject to the grounds for exclusion provided by sections 135 (3)and 137 (1) (2); (3) an affidavit (to countries where such extracts, certificates or similar documents are not issued, or where the documentation does not fully cover all grounds for exclusion set out in Articles 135 (1), 135 (3) and 137 (1) (2));

(4) a solemn declaration pronounced by the person concerned before the competent judicial or administrative authority;or a professional body qualified in the country of origin or provenance (in countries where there is no legal basis for solemn declarations)

The contracting authority does not accept self-declarations or similar declarations issued by the economic operator or the person concerned as documentation for the reasons for exclusion.nt identify the relevant documentation using the online platform, e-Certis: https://ec.europa.eu/growth/tools-databases/ecertis/

In part IV.B of the DUME, the economic operator must indicate its average annual turnover for the last 2 years available (for which the economic operator could submit annual reports).

If the economic operator is consof a group of economic operators (for example a consortium or a joint venture) or if the economic operator uses the capacities of other entities, each of the operators or entities involved must submit a complete DUME. The economic operator participates in a procurement procedure together with the others (eg a consortium or a co-contractor(e) where the economic operator relies on the economic and financial capacity of other entities, the participating economic operators or the entities concerned shall be jointly and severally liable for the performance of the contract.

The tenderer must submit either annual reports, extracts from such reports or records of a bank or a chartered accountant attesting toeconomic and financial capacity, as indicated in part IV.B of the UEM.

When an economic operator participates in a procurement procedure with others or if the economic operator relies on the economic and financial capacity of other entities, the economic operator must also provide supporting statements and other documents proving that he has theeconomic and financial capacity required.

Supporting declarations must establish a legal obligation for the party concerned and must specify that the economic operator or entities involved are jointly and severally liable for the performance of the contract.

Economic operators are encouraged to present all necessary documentation as soon as possible.Danish law and the applicable rules apply.

An English version of the Danish Public Procurement Act is available on the following website: https://www.kfst.dk/media/46419 /the-public-procurement-act.pdf

A guide (drafted in Danish and English) devoted to the use of the tendering system is available at the following address: https: // www.ethics.dk/public/instructions/ETHICS.EO.vejledning.pdf

The local time indicated in Section IV refers to time in Denmark, ie Central European Time (HEC).

Each of the economic operators can only introduce one application / one offer.

The economic operators must submit a Single European Market Document (DUME) proving, a priori, that the operThe economic operator is not subject to the exclusionary grounds and the economic operator meets the minimum requirements of economic and financial capacity and technical and professional capacity.

When the economic operator participates in the procedure with the others or if the economic operator relies on the capacity of other entities, eachParticipating economic operator must provide separately a DUME.

Before the deadline for the receipt of tenders, candidates who are invited to submit bids must submit documentation for the information provided in the DUME.

This contract has not been divided into lots, cf. Section II.1.6) due to economic considerations and market considerations.

OperatorsThey will not receive any remuneration for their participation in the procedure.
Internet address (URL): http://um.dk/en/danida-en/

Documents

 Tender Notice