Procurement Summary
Country : Sierra Leone
Summary : Curriculum Development for Organic Agriculture and Certification University Course
Deadline : 17 May 2021
Other Information
Notice Type : Tender
TOT Ref.No.: 51902561
Document Ref. No. : SLE1070_SPR0027
Financier : European Union (EU)
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Request for proposals are invited for Curriculum Development for Organic Agriculture and Certification University Course.
Call for proposals Internal reference: SLE1070_SPR0027
EU-portal reference: 266135
Curriculum Development for Organic Agriculture and Certification
University Course
Agri-Business development from Organic Resources (ADORE) SLE1070 Kenema, March 30th, 2021.
Important Date: The deadline for the Submission of Proposals: 17/05/2021
1. Overview
This is an open call for proposals for the above-mentioned service contract. The
following documents constitute the dossier:
A. Call for proposals (this document)
B. The ToR “Development of performance monitoring instruments”
C. Supplier Declaration
2. Specification
The contract is subject to no division into lots!
The detailed specification of the required consultancy service provision is provided in
document B: The ToR “Curriculum Development for Organic Agriculture and
Certification University Course”
3. Participation
The consultancy is open on equal terms to individual legal consultants, NGOs and
academics which are established in any state. 4. Anti-Terrorism Policy
The Contracting Authority renounces all forms of terrorism and will never knowingly
support, tolerate or encourage terrorism or the activities of those who embrace
terrorism or money laundering. Consistent with numerous United Nations Security
Council resolutions, including S/RES/1269(1999), S/RES 1368(2001) and
S/RES1373(2001) and the European Union, the Contracting Authority is firmly
committed to the international fight against terrorism and in particular against the
financing of terrorism. It is the policy of the Contracting Authority to seek to ensure
that none of its and its donor funds are used, directly or indirectly, to provide support
to individuals or entities associated with terrorism or money laundering. Therefore,
the Contracting Authority will match their suppliers and Service providers against the
Sanctions lists on a regular basis. By submitting an offer, suppliers and service providers
agree to this.
5. The language of proposal
The proposal, all correspondence, and documents related to the tender exchanged by
the consultant and the Contracting Authority must be written in the language of the
procedure, which is the English language.
Numerous awards for transparent reporting
and excellent information quality
P a g e 2 | 3
6. The Timetable
Event
Publication of Call for Proposals 31/03/2021
Deadline for questions 30/04/2021
Submission of proposals until 17/05/2021
Selection of Expert May 2021
Mission start June 2021
7. Prices
All prices in your quotation must be indicated in EUR currency only. Quotations stated in other currencies will not be
considered in the awarding process.
8.The Ordering Party
Deutsche Welthungerhilfe e.V
Friedrich-Ebert-Str. 1
D-53117 Bonn
9. Consignee
Welthungerhilfe Sierra Leone
59 Frazer Street
Freetown, Sierra Leone
Contact person: Gospell Matondi - WHH Head of Programme
Email: gospell.matondi@welthungerhilfe.de
Please submit your technical questions via the EU portal until 30/04/2021!
10. Documents
The following documents must be submitted before the set closing:
Written quotation on letter headed paper (duly stamped and signed on a PDF format) conditioned as follows:
A Technical Proposal answering to the TORs (not exceeding 5 pages). This should cover the approach to work,
detailed course outline, and work plan with indicative time frame.
A brief description of recent experience in similar assignments;
A current writing sample on the subject or current course description and brief curriculum if they have developed
a similar course
CV (highlighting relevant experience)
A financial proposal including a budget for the complete consultancy. It should state the fees per working day
(plus the respective VAT, if applicable), the number of working days and other costs. The budget should detail
the following:
o Daily fees (if applicable please detail: for in-country phase, writing-up of report, travel days, preparatory
phase etc)
o Travel costs and flight
o Per diems (not for accommodation - provided)
o Miscellaneous
Proof of professional registration and taxation is also required (e.g. by providing the consultant(s) tax number).
Completed and signed Supplier Declaration Form
Other Important information
All insurances are the responsibility of the contracted person.
Covid19 related travel expenses are also the responsibility of the contracted person.
During the in-country phase the consultant will be hosted at the Njala University Guesthouse and costs will be
covered for.
The consultant will not be allocated a vehicle and driver, for activity relevant transfers the project will provide
transport and an additional transport lumpsum will be allocated to the consultant.
The financial proposal should be duly signed and stamped.
11. Selection Criteria
P a g e 3/3
Will be excluded from this competition:
Tenderers not providing the requested financial detail as listed in the article 10. Documents
Tenderers not submitting the Supplier Declaration Form
Tenders not submitting proof of professional registration
The following ranking criteria-s will be considered for the contract granting:
Financial offer
Technical content
Expert experience (also sector and regional experience)
The technical and financial offers are subject to negotiations. The Contracting Authority shall negotiate first with the
Participant that has submitted the most advantageous offer as per award criteria. If the outcome is unsatisfactory or an
agreement cannot be reached, the Contracting Authority may then negotiate with the Participant that submitted the
next most advantageous offer, and so on down the list until a satisfactory outcome is achieved.
12. Payment and supporting documents
(1) Payment of submitted invoices by WHH does not imply acceptance of Goods or Services or any related work under
the Contract. Unless otherwise specified in the Contract, the following provisions will apply concerning payment and
supporting documents.
(2) WHH shall generally make payment through banking channels to Contractor within 30 days upon receipt of the
following documents and any other documents/reports that may be specified in the Contract, to be sent directly to
Deutsche Welthungerhilfe e.V., Procurement Department, Friedrich- Ebert-Strasse 1, 53173 Bonn, Germany:
Commercial invoice with valid banking instructions upon acceptance of the required consultancy service provision;
(3) In case of installation of Goods by the Contractor the payment terms will be negotiated case by case.
(4) WHH will make payment to the bank account indicated by Contractor in its invoice, providing that the bank account
is in the name of Contractor and located in its country of residence. Any request for payment to a bank account other
than that of Contractor or to a bank other than one located in Contractor`s country of residence must be specified and
justified by Contractor at the time of making its offer.
(5) WHH may withhold payment, in whole or in part, without liability and without prejudice to any other of its rights
or remedies under the Contract, should Contractor fail to provide the documents required by this Article 26 of the
Welthungerhilfe Terms and Conditions for International Procurement of Goods and Services or as otherwise specified in
the Contract or in the event that Contractor fails to perform or comply with its obligations under the Contract, including
without limitation the warranties for the Goods set forth in Article 10 of the said terms and conditions.
13. LIABILITY, PENALTY FOR DELAY, NONCONFORMING GOODS OR SERVICES, SHORTFALLS
(1) The Contractor shall be liable according to statutory legal provisions, especially for its own negligent breach of duty
and negligent breach of duty by its legal representatives or vicarious agents.
(2) Contractor recognizes that the Contract concern delivery of Goods and/or provision of Services where "time is of the
essence" and that failure to deliver the Goods and/or provide the Services by the scheduled date(s) or in accordance
with the quantities and/or quality specified in the Contract may cause irreparable harm to WHH.
(3) Therefore, if the Contractor culpably defaults in remedying a defect or making a delivery - fully and timely -, WHH
shall have the right to request lump-sum damages due to default for the defective resp. late delivery without further
proof of damage, of 0.2 % of the net remuneration agreed for the
defective resp. late delivery and/or service for each period of default of 1 working day (Monday to Saturday) but at most
5 % of the agreed net remuneration for the defective resp. late delivery and/or service. The Contractor shall, however,
have the opportunity to prove to WHH that WHH has incurred no damage or materially lesser damage.
(4) The remedy in Article 18 (3) of the Welthungerhilfe terms and conditions for international procurement of goods and
services is without prejudice to any other right or remedy that may be available to WHH, including cancellation, for
Contractor`s non-performance or breach of any term or condition of the Contract.
14. Terms and Conditions of Contract / Purchase Order
The contract may not be awarded to candidates or tenderers which, during the procurement procedure:
(1) are subject to a conflict of interests;
(2) are guilty of misrepresentation in supplying the information required by the Contracting Authority as a condition
of participation in the contract procedure or fail to supply this information.
The granted contract/purchase order for the procurement of the stipulated service provision is supposed to involve the
application of the “Welthungerhilfe Terms and Conditions for International Procurement of Goods and Services.” which
Documents
Tender Notice