Procurement Summary
Country: Comoros
Summary: Establish an Electronic Single Window and Improve the Functionalities of Asycuda World for the Implementation of the Regional Integration of the Union of Comoros
Deadline: 21 Jul 2020
Posting Date: 04 Jul 2020
Other Information
Notice Type: Tender
TOT Ref.No.: 43908372
Document Ref. No.: CS/ADMIN/20/06.26-4/SM
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 Establish an Electronic Single Window and Improve the Functionalities of Asycuda World for the Implementation of the Regional Integration of the Union of Comoros.
COMMON MARKET FOR EASTERN AND SOUTHERN AFRICA
REQUEST FOR TECHNICAL AND FINANCIAL PROPOSALS
EXPENDITURE VERIFICATION OF A GRANT CONTRACT FOR THE PROJECT TO ESTABLISH AN ELECTRONIC SINGLE WINDOW AND IMPROVE THE FUNCTIONALITIES OF ASYCUDA WORLD FOR THE IMPLEMENTATION OF THE REGIONAL INTEGRATION OF THE UNION OF COMOROS.
RFP Ref: CS/ADMIN/20/06.26-4/SM
DEADLINE OF SUBMISSION: 21ST JULY 2020
1. Background
The Common Market for Eastern and Southern Africa (COMESA) is a regional integration grouping of 21 African States which have agreed to promote regional integration through trade development and to develop their natural and human resources for the mutual benefit of all their peoples. More information can be obtained from the website http://www.comesa.int
The Common Market for Eastern and Southern Africa (COMESA) intends to engage an audit firm to perform an expenditure verification and to report on the project to establish an Electronic Single Window and improve the functionalities of ASYCUDA World for the implementation of the regional integration of the Union of Comoros, financed by the European Union through the Regional Integration Support Mechanism (RISM).
2. Scope
The Auditor shall carry out the specific procedures listed in Annex 2A to the terms of reference (ToR) and shall submit to the Contracting Authority a final expenditure verification report with regard to the specific verification procedures performed.
3. Terms of Reference
The specific ToRs are provided in this Request for Proposals.
4. Eligibility of Consultants
This consultancy is open to all reputable audit firms based and registered in Comoros which have sufficient experience in undertaking expenditure verifications with regard to the Financial Reporting for Grant Contracts.
5. Commencement and Completion of Work
The assignment is expected to commence on or about 1st October 2020.
6. AMENDMENTS OF PROPOSAL DOCUMENTS
At any time prior to the deadline for submission of Bids, COMESA for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the Proposal Documents by issuing an addendum.
All addenda shall be addressed to all the bidders who have been invited to participate in this tender.
In order to afford prospective Bidders reasonable time in which to take the amendments into account in preparing their offers, COMESA may, at its discretion, extend the deadline for the submission of Proposals.
7. EVALUATION AND COMPARISON OF PROPOSALS
To assist in the examination, evaluation and comparison of Bids, COMESA may ask
the Bidder for clarification of its Bid. The request for clarification and the response
shall be in writing and no change in price or substance of the Proposal shall be
sought, offered or permitted.
COMESA will examine the Proposals to determine whether they are complete,
whether any computational errors have been made, whether the documents have
been properly signed, and whether the Proposals are generally in order.
Arithmetical errors will be rectified on the following basis: If there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail, and the total price shall be corrected. If the
Bidder does not accept the correction of errors, its Proposal will be rejected. If there
is a discrepancy between words and figures, the amount in words will prevail.
Prior to the detailed evaluation, the Procurement Committee will determine the
substantial responsiveness of each Proposal to the Request for Proposals (RFP). For
purposes of these Clauses, a substantially responsive Proposal is one, which
conforms to all the terms and conditions of the RFP without material deviations.
COMESA-s determination of a Proposal`s responsiveness is based on the contents of
the Proposal itself without recourse to extrinsic evidence.
A Proposal determined as not substantially responsive will be rejected by the
COMESA and may not subsequently be made responsive by the Bidder by correction
of the non-conformity.
The bids will be evaluated as follows:
i. The envelopes containing the sealed technical and financial offers will be
opened.
ii. The envelope marked “TECHNICAL PROPOSAL” will be opened and the
technical proposal will be evaluated.
iii. If the technical proposal is evaluated as 70 per cent or above the envelope
marked “FINANCIAL PROPOSAL” will be opened.
iv. The Bidder that has offered what is adjudged to be the best technical and
financial offer will be offered the contract.
v. If the Bidder that offered what was adjudged to be the best technical and
financial offer declines to accept the offer then the Bidder that is adjudged
to have offered the second best technical and financial offer will be offered
the contract.
The bids shall be evaluated based on the Least cost Selection method. Technical
bids shall be evaluated based on the following attributes:
(i) The overall responsiveness and quality of the proposal in clearly stating an
understanding of the work to be performed;
(ii) Technical ability of the bidder to perform the required services and the
methodology to be employed;
(iii) The experience and reputation of the bidder as represented in the response and
the quality of the references;
Page 4 of 31
(iv) The experience and skills of proposed team
Table 1: Criteria Technical Evaluation
The Technical proposal will be assigned a weight of
80% and the financial proposal will be weighted at
20%.
Maximum
Organisation and methodology
Rationale 15
Strategy 15
Timetable of activities 10
Total score for Organization and methodology 40
Key Experts
Qualification and Skills 12
General Professional experience 15
Specific Professional experience 33
Total score for Key staff 60
Total Overall Score 100
Only firms with a score of 70% above at the technical evaluation shall be considered for
financial evaluation.
8. Submission of Applications
Bidders are allowed to submit via email, by sending their submissions to the below indicated
email. Please Indicate the country of application, and all the other instructions are applicable.
For physical delivery, the bidder shall submit the proposal in one external envelope
containing two separate sealed envelopes, one each for the technical proposal and the
financial proposal by the closing date set forth in point no. 9 through courier services or
hand delivery to:
The Chairman - Procurement Committee
COMESA
COMESA SECRETARIAT
BEN BELLA ROAD
P.O BOX 30051
LUSAKA, ZAMBIA
Tel: 260 211 229725 - 32
Email: procurement@comesa.int
The outer envelope should be clearly marked in the top right-hand corner ““RFP:
AUDIT/COMAID-CM-01/2019 - EXPENDITURE VERIFICATION FOR COMOROS
7/8TH CALL” DO NOT OPEN BEFORE Thursday 21st July 2020 15:00 at HRS Zambian
time.
NOTE: If the envelopes are not sealed and marked as per the instructions in this clause,
COMESA will not assume responsibility for the proposal-s misplacement or premature
opening and may - at its discretion - reject the proposal.
This first internal sealed envelope, which will be clearly marked “TECHNICAL PROPOSAL”
Page 5 of 31
must contain two (2) hard copies of the technical proposal with one marked ‘original- and the
other marked ‘copy-. The second internal envelope, which will be clearly marked “FINANCIAL
PROPOSAL”, should contain the original and copy of the financial proposal. The envelope
containing the financial proposal will ONLY be opened if the technical offer attains the pass
score of seventy per cent (70%).
For email submissions, please send two separate attachments in PDF in a single email, one
marked Technical proposal and the other marked Financial proposal.
In the event of any discrepancy between the original and the copy, the original shall govern.
The proposals must be submitted with a cover letter containing a confirmation that you have
understood the Terms of Reference for the assignment.
9. Closing date of tender
Tenders must be submitted to the COMESA Secretariat on or before 21st July 2020 at 15:00
PM HRS Zambia time.
10. LATE TENDERS
Any Tender received by COMESA after the deadline for submission of Bids shall be
rejected. There shall be no exception to this requirement.
11. Budget will be determined through competitive procedures
12. Pricing
All prices MUST be indicated in EURO.
There will be no price variation after signing of contract except upon a mutual written
agreement between the two parties;
The price quoted shall be considered as representative of all the services required by
COMESA as contained in this Request for Proposal.
Prices must be exclusive of all taxes.
Prices must be valid for 90 days from the date of close of tender.
13. Payment:
Bidders are advised to indicate their payment terms and conditions.
14. Technical Queries
Technical queries related to this tender should be submitted in writing to
procurement@comesa.int
Page 6 of 31
15. COST OF TENDERING
The tenderer shall bear all costs associated with the preparation and submission of
its tender, and COMESA will in no case be responsible or liable for those costs
regardless of the outcome of the tendering process.
16. ETHICAL CONDUCT
COMESA requires that Tenderers observe the highest standard of ethics during the
selection and execution of such contracts. For this provision, the Purchaser defines
the terms set forth below as follows:
a) “Corrupt practice” means the offering, giving, receiving, or soliciting of anything
of value to influence the action of an officer of the Purchaser in the tendering
process; and
b) “Fraudulent practice” means a misrep
Documents
Tender Notice