Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala,...

24
Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP 1 Kampala Procurement Tender Document Open Procedure Framework agreement Audit Services for The Embassy of Sweden in Kampala Reference: UM2020/07140/KAMP IMPORTANT INFORMATION Bids must be delivered to Embassy of Sweden; 24, Lumumba Avenue; Nakasero, Kampala, Uganda on or before 07-April-2020 at 16.00 hours. The Embassy of Sweden in Kampala recommends that the tenderer, as soon as possible after receipt of this invitation, take note of the requirements in this dossier. Some of the requested documentation must be obtained from designated authorities, which can result in certain time for handling. The tenderer is advised to have all requested documentation at hand, because it shall be possible to provide information, including section 3. “Requirement for tenderers”, without delay. Note that requirements defined as “must” or “shall” need to be part of the tender for it to qualify for evaluation. Please submit Appendix K “Checklist must criteria” to show how the must and shall requirements have been handled in the tender, i.e. in which section and what page. Please note that should the tenderer choose to reuse a previously completed ESPD document, the tenderer is obliged to ensure that all requirements in Appendix F “Self- declaration by tenderers” have been attached to the ESPD. Requests for clarification or additions to the procurement document should be submitted in writing via [email protected] and with the subject reference UM2020/07140/KAMP. The deadline for submitting questions is: 27-March-2020. Response (QA) to questions submitted to the Embassy will be posted in English on the website of the Embassy at: https://www.swedenabroad.se/en/embassies/uganda- kampala/about-us/procurement/

Transcript of Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala,...

Page 1: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

1

Kampala

Procurement Tender Document

Open Procedure

Framework agreement Audit Services for

The Embassy of Sweden in Kampala

Reference: UM2020/07140/KAMP

IMPORTANT INFORMATION Bids must be delivered to Embassy of Sweden; 24, Lumumba Avenue; Nakasero, Kampala, Uganda on or before 07-April-2020 at 16.00 hours.

The Embassy of Sweden in Kampala recommends that the tenderer, as soon as possible after receipt of this invitation, take note of the requirements in this dossier. Some of the requested documentation must be obtained from designated authorities, which can result in certain time for handling. The tenderer is advised to have all requested documentation at hand, because it shall be possible to provide information, including section 3. “Requirement for tenderers”, without delay.

Note that requirements defined as “must” or “shall” need to be part of the tender for it to qualify for evaluation. Please submit Appendix K “Checklist must criteria” to show how the must and shall requirements have been handled in the tender, i.e. in which section and what page.

Please note that should the tenderer choose to reuse a previously completed ESPD document, the tenderer is obliged to ensure that all requirements in Appendix F “Self-declaration by tenderers” have been attached to the ESPD.

Requests for clarification or additions to the procurement document should be submitted in writing via [email protected] and with the subject reference UM2020/07140/KAMP. The deadline for submitting questions is: 27-March-2020.

Response (QA) to questions submitted to the Embassy will be posted in English on the website of the Embassy at: https://www.swedenabroad.se/en/embassies/uganda-kampala/about-us/procurement/

Page 2: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

2

Contents

1. General orientation ........................................................................................................................................ 4

1.1. Overall description of the procurement .............................................................................................. 4

1.2. Information on the contracting authority ........................................................................................... 4

1.3. Additional information on the contracting authority ........................................................................ 4

For more information, please see the Terms of References Appendix B and our website http://www.swedenabroad.com/kampala ................................................................................................. 4

1.4. Purpose and background of the procurement .................................................................................... 4

1.6. Description of services to be procured ............................................................................................... 5

1.7. Framework agreement period ............................................................................................................... 5

1.8. Volumes ................................................................................................................................................... 5

1.9. The opportunity to submit a tender on all or part of the procurement ......................................... 5

1.10. Attachments........................................................................................................................................... 6

2. Administrative terms and conditions .......................................................................................................... 7

2.1. Procurement procedure ......................................................................................................................... 7

2.2. Prerequisites for tender submission ..................................................................................................... 7

2.2.1. Submission of the tender ................................................................................................................ 7

2.2.2. The form of the tender ................................................................................................................. 8

2.2.3. The language of the tender............................................................................................................. 8

2.2.4. Tender submission deadline ........................................................................................................... 8

2.2.5. Period of validity of the tender ...................................................................................................... 8

2.2.6. Variant tenders or alternative tenders ........................................................................................... 8

2.3. Clarification, additions, or questions on the procurement document ............................................ 8

2.4. Notification of award decision.............................................................................................................. 9

2.5. Confidentiality ......................................................................................................................................... 9

2.6. Examination and evaluation .................................................................................................................. 9

2.7. Call-off procedure ................................................................................................................................. 10

2.8. Contract terms and conditions ........................................................................................................... 10

3. Requirements for tenderers ........................................................................................................................ 11

3.1. Self-declaration by tenderers ............................................................................................................... 11

3.2. Self-declaration of subcontractors on which the tenderer relies and consortium parties .......... 11

3.3. Qualification of tenderers .................................................................................................................... 11

3.4. Consultant conflicts of interest ........................................................................................................... 13

4. Requirements for services ........................................................................................................................... 14

Page 3: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

3

4.1. Subcontractors for the implementation of the assignment ............................................................ 14

4.2. Terms of reference ............................................................................................................................... 14

4.3. Method for implementing the assignment ........................................................................................ 14

4.4. Organisation of call-off assignments ................................................................................................. 15

4.5. Quality assurance routines ................................................................................................................... 15

4.6. Qualifications and competence ........................................................................................................... 15

4.7. Measures to limit travel for framework agreements and in the event that the implementation of the call-off order entails travel ............................................................................................................... 17

5 Evaluation criteria ......................................................................................................................................... 18

5.1 Implementation & Method (total 25p) ............................................................................................... 18

5.2 Organization and availability (total 25p)............................................................................................. 18

5.2.1 Organization (12.5p) ...................................................................................................................... 18

5.2.2 Availability (12.5p) .......................................................................................................................... 18

5.3 Qualifications and competence (in the form of important or essential areas of expertise, total 50p) ................................................................................................................................................................. 19

5.3.2 The proposed Senior Consultant Level 1 should (20p): ........................................................... 20

5.3.3 The proposed Level 2 Junior/Assistant Consultant should (20p): ......................................... 20

6. Offer prices ................................................................................................................................................... 22

6.1. Abnormally low tenders ....................................................................................................................... 22

7. Evaluation of tenders .................................................................................................................................. 23

7.1. Evaluation method ............................................................................................................................... 23

Page 4: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

4

1. General orientation

1.1. Overall description of the procurement

The Embassy of Sweden in Kampala has decided to procure Certified Public Accountants (hereinafter called the Auditor) to provide Audit Services on a framework basis. The Embassy of Sweden in Kampala intends to enter into contract with three (3) auditing companies for sub-division 1 and two (2) for sub-division 2 to assist the Embassy with services in the areas further described below. If less than three firms qualify for contract signing for sub-division 1, or less than two for sub-division 2, then the procurement for that sub-division will be regarded as “unsuccessful.”

1.2. Information on the contracting authority

Embassy of Sweden in Kampala P.O. Box 22669 Kampala, Uganda Visiting address: 24, Lumumba Avenue, Nakasero, Kampala, Uganda TIN Number 1000365729 The Embassy of Sweden in Kampala has abroad mandate to promote Swedish-Ugandan relations through political dialogue, development cooperation, trade and investment, cultural exchange and through service to Swedish and foreign citizens with issues related to Swedish authorities.

1.3. Additional information on the contracting authority

For more information, please see the Terms of References Appendix B and our website http://www.swedenabroad.com/kampala

1.4. Purpose and background of the procurement

The Embassy of Sweden in Kampala through its development cooperation has the main objective of reducing poverty in Uganda. Our budget is approximately 400 MSEK per year, which is invested in various projects in democracy/human rights, economic growth, productive employment opportunities and health. The Embassy also supports bi-lateral research at the public universities in Uganda. Our portfolio consists of approximately 25 projects in areas described above.

The Embassy has a continuous need to make internal control assessments of partners before entering into agreements, as well as spot checks, expenditure verifications, investigative and/or forensic audits where irregularities are suspected, assurance audits etc. during the monitoring phase. In addition, the Embassy is also working with capacity strengthening of partners etc. in financial management/audit matters. It is for the above-mentioned reasons that the Embassy has decided to procure an audit framework agreement.

For more information, see Terms, of Reference (ToR) Appendix B.

Page 5: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

5

1.6. Description of services to be procured

The audit services will mainly cover the following areas.

(1) to give the Embassy the possibility to undertake different types of auditing and related services including financial assurance audits, non-assurance audits as in accordance with agreed upon procedures, internal control assessments, spot checks, expenditure verifications, value for money audits, performance and compliance audits etc. This could also include certain investigative aspects, especially when conducting spot checks.

(2) to assist the Embassy and counterpart institutions, authorities and organizations in building internal capacity relating to audit activities.

(3) to assist on and ad-hoc basis in less complicated audit advice that can be given by telephone or e-mail within a day.

(4) forensic/investigative audits.

For more information, see Terms, of Reference (ToR) Appendix B.

1.7. Framework agreement period

The framework agreement period runs for 24 calendar months. The Embassy of Sweden is entitled (though not obligated) to extend the framework agreement twice with 12 calendar months, with unaltered terms and conditions. The total framework agreement period will not exceed 48 calendar months.

The framework agreement/contract start date is estimated at: 06-June-2020.

1.8. Volumes

During the framework agreement period the estimated total volume is approximately 5 MSEK, excl. VAT, for the whole period of 4 years (2 years and possible extension 1 + 1 year); divided between subdivision 1 and subdivision 2.

The maximum value of the framework agreement for subdivision 1 is 3 MSEK excl. VAT and for the framework agreement for subdivision 2 is 2 MSEK excl. VAT for the whole period as stated above. If the maximum value is reached the framework agreement is terminated.

No guarantee of obtaining a certain volume is provided and there is no guarantee that the audit framework will be extended.

1.9. The opportunity to submit a tender on all or part of the procurement

Tenders may be submitted for all or part of the procurement. The procurement consists of the following subdivisions:

Subdivision 1: Services 1-3 as described in 1.6 Description of services to be procured (various reviews, capacity building, help desk):

Page 6: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

6

Services number 1-3 as described above under overall description of procurement, i.e. various audit related services; capacity building regarding audit related services and to assist on ad-hoc basis regarding audit related matters within one day.

Sub-division 2: Services 4 as described in 1.6 Description of services to be procured (forensic/investigative audits):

Services number 4 i.e. forensic and investigative reviews.

The tenderer shall specify which sub-division is being submitted. If the tenderer submits for both sub-divisions separate documents shall be submitted regarding section 4. Requirement for services.

Each subdivision will be evaluated separately.

1.10. Attachments

The procurement document includes the following attachments:

• Framework Agreement (draft) with the following appendixes: o Appendix A: General Terms and conditions, 2002 o Appendix B: Terms of Reference for audit framework (ToR) o Appendix C: Call off Renewed Competitive (only for sub-division 1) o Appendix D: Call off Ranked o Appendix E: Consultants

• Appendix F: Self declaration by tenderer

• Appendix G: Declaration of honour

• Appendix H: Language level definition

• Appendix I: CV of Consultants including Reference project

• Appendix J: Price basket

• Appendix K: Must criteria checklist

Page 7: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

7

2. Administrative terms and conditions

2.1. Procurement procedure

The procurement is carried out through an open procedure, in accordance with the Swedish Public Procurement Act (2016:1145), also known as LOU. The procedure does not allow negotiation. Therefore, it is of great importance that the best possible terms and conditions are submitted in the tender.

2.2. Prerequisites for tender submission

2.2.1. Submission of the tender

The tender and all associated attachments shall be submitted to the Embassy of Sweden in Kampala: 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a usb-stick. Note that the text needs to be searchable, i.e. not scanned, in order to facilitate the evaluation process. CD-discs are not accepted. If the tender versions on these media differ, the paper copy will take precedence over the electronic copy.

Mark the tender with the reference UM2020/07140/KAMP and it shall clearly indicate a contact person, address, phone number and email for any potential communication.

The tenderer is not entitled to claim compensation for work or other costs associated with participating in the procurement.

The tender shall include below documents for each sub-division, filled in as described in this Invitation to Tender:

• Tenderers bid document

• Appendix E: Consultants level 1 and level 2

• Appendix F: Self declaration form

• Appendix G: Declaration of honour (not required to be filled in at this stage)

• Appendix I: CV of Consultants including Reference project

• Appendix J: Price basket

• Appendix K: Must criteria checklist

Appendix K lists some of the tender must/shall criteria – please describe in this checklist how the listed must/shall criteria have been adhered to and where they can be found in the tender documents. Please note that must/shall criteria in the tender documents and reflected in the checklist need to be responded to in order to qualify for further evaluation.

All electronic documents in the tender are to be saved in a commonly used format, such as .doc, .docx, .xls, .xlsx, .ppt, .pptx, .pdf, .txt, .jpg and .tif. Use the file format .zip if it is necessary to send the documents in a compressed form.

Page 8: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

8

2.2.2. The form of the tender References to information in the form of links to web pages and unsolicited attachments will not be considered to constitute part of the tender and will not be considered in the review and evaluation of the tender.

In order to facilitate examination and evaluation of the tender, it is the Embassy’s strong desire that the submitted tender be formatted in accordance with the procurement document’s headings/disposition, that any templates belonging to the procurement document be used and filled in, and that references to any attachments be presented in a clear manner.

2.2.3. The language of the tender The tender shall be written in English.

2.2.4. Tender submission deadline The deadline to submit a tender is 07-April-2020 at 16.00 hrs.

2.2.5. Period of validity of the tender The tender shall be valid for six months after the submission date of tender.

2.2.6. Variant tenders or alternative tenders Variant tenders or alternative tenders are not permitted. If the tenderer submits provisions or reservations pertaining to the conditions in the procurement document, the tender may be rejected. The tenderer is therefore asked to avoid providing information and attachments that have not been requested.

2.3. Clarification, additions, or questions on the procurement document

If the procurement document is unclear, or if some of the requirements set forth are unreasonable, abnormally costly or restrictive of competition in any respect, it is important that the Embassy of Sweden in Kampala be contacted as soon as possible so that misunderstandings can be avoided.

The Embassy is under no obligation to request additions or clarifications by the tenderers, and the opportunities for correcting shortcomings in submitted tenders are limited and depend on the nature of the deficiency. It is therefore important that the tenderer ensures that all requested information and documents are provided in the tender.

Requests for clarification or additions to the procurement document are to be submitted in writing via [email protected] with the subject reference as procurement UM2020/07140/KAMP.

The deadline for submitting questions is: 27-March-2020. i.e. ten (10) days prior to the closing date 07-April-2020. The Embassy cannot guarantee that questions received later than this day will be answered. Answers to questions will be published no later than six (6) days before the closing date (tender submission deadline). i.e. 01-April-2020

Responses to questions will be posted on the Embassy’s website at: https://www.swedenabroad.se/en/embassies/uganda-kampala/about-us/procurement/

Page 9: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

9

Published questions and answers, as well as any clarifications and additions submitted during the tender period, constitute part of the procurement document.

2.4. Notification of award decision

Award decisions will be sent out to the Tenderers contact person’s address stated in the tender.

Information on award decisions will also be published on the Embassy of Sweden in Kampala’s webpage www.swedenabroad.com/kampala under https://www.swedenabroad.se/en/embassies/uganda-kampala/about-us/procurement/

The reception of a notification regarding the award decision does not mean that a binding framework agreement has been signed between the Embassy of Sweden in Kampala and the winning tenderer. A framework agreement only becomes legally binding when it has been signed by both parties.

Framework agreements will be signed no sooner than ten (10) days after the date on which the notification of the award decision is sent to the tenderers.

2.5. Confidentiality

As soon as the award decision has been sent to all tenderers, all documents relating to the procurement, including tenders, become subject to the principle of public access to official documents. If a tenderer considers that it may suffer damages should the information provided in the tender become public, the tenderer should submit a written request for confidentiality containing a) the information to which the request for confidentiality pertains and b) what economic damages the tenderer would be suffered if the information should be disclosed.

Upon request for disclosure of tender documents, the Embassy of Sweden in Kampala will in each case review any request for confidentiality submitted by a tenderer. The Embassy’s assessment regarding confidentiality may be appealed to the administrative court. The Embassy can therefore not guarantee that the information in the tender will not be disclosed to the public.

2.6. Examination and evaluation

The framework agreements will be awarded to the most economically advantageous tender, as determined according to the following basis:

Best price-quality ratio

The examination and evaluation of submitted tenders will be carried out in steps (described below), based on the information provided by the tenderer in its tender, together with the supplementary documents.

Step 1 – Examination of tenders In the first step, the Embassy will examine whether the submitted tender is complete and whether the requirements outlined in the section “Administrative terms and conditions” and in the section

Page 10: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

10

“Requirements for tenderers” have been met. The tenders that meet these requirements advance to Step 2; all other tenders will be rejected.

Step 2 – Examination of the object of the procurement In Step 2, the Embassy will examine whether the tender meets the requirements associated with the objectives of the procurement, which are outlined in the section “Requirements for services.” The tenders that meet these requirements advance to Step 3; all other tenders will be rejected.

Step 3 – Evaluation

In Step 3, the tender is evaluated in accordance with the evaluation methodology, as set forth in the section “Evaluation of tenders.”

Step 4 – Qualification of tenderers Prior to offering to sign the framework agreements, the Embassy will verify whether the requirements set forth in the section “Requirements of tenderers” are fulfilled by requesting information or evidence according to section “Qualification of tenderers”.

2.7. Call-off procedure

Combined call-off order

Call-off orders for sub-division 1 are implemented through a combination of a fixed ranking system and renewed competitive tendering.

Call-off orders equal to or below 160 hours is implemented through a ranking system. When calling-off, the top-ranked framework agreement supplier (in the ranking system) will be selected. The top-ranked supplier is obliged to confirm the call-off enquiry within 2 business days. If the supplier declines or fails to confirm the call-off inquiry, then the contracting authority has the right to issue the call-off inquiry to the next supplier in the ranking system, i.e. the framework supplier that was ranked second, and so on. Call-off orders above 160 hours are implemented through renewed competitive tendering. The call-off enquiry is issued to all suppliers contracted through framework agreements.

For sub-division 2 its implemented through a fixed ranking system.

Three firms are required for sub-division 1, and two for sub-division 2. If less than three firms qualify for contract signing for sub-division 1, or less than two for sub-division 2, then the procurement for that sub-division will be regarded as “unsuccessful.”

For more detailed information on the call-off procedure, see draft Agreement including Appendix B Terms of Reference.

2.8. Contract terms and conditions

The tenderer shall accept the attached framework agreement draft, including appendices (including the standard conditions and the terms of reference).

Page 11: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

11

3. Requirements for tenderers

3.1. Self-declaration by tenderers

The tenderer shall respond to all requirements in Appendix F “Self-Declaration by tenderers”. Alternatively, it may reuse a previously completed ESPD.

Please note that should the tenderer choose to reuse the ESPD document, the tenderer is obliged to ensure that all requirements in Appendix “Self-Declaration by tenderers” are verified in the ESPD document. The tenderer is advised to have all requested documentation at hand, as it should be able to provide the information mentioned in section 3.3 “Qualification of tenderers” without delay.

3.2. Self-declaration of subcontractors on which the tenderer relies and consortium parties

Tenderers who rely on the capacity of other suppliers (in accordance with the section “Subcontractors on which the tenderer relies” in this procurement document) and/or tenderers who intend to submit a tender as a consortium shall provide a declaration in their tender regarding all of the requirements in Appendix F “Self-Declaration by tenderers” section “Exclusion grounds” for each subcontractor on which the tenderer relies or consortium party. The tenderer is obliged to ensure that all requirements in the section “Exclusion grounds” have been addressed in the enclosed declaration. Please use Appendix F “Self-Declaration by tenderers”.

3.3. Qualification of tenderers

Whenever it is deemed necessary for the further processing of the tender, the Embassy may request information or evidence to verify fulfilment of the requirements set forth in the section “Requirements for tenderers” and the information submitted in Appendix F “Self-Declaration by tenderers”.

The Embassy will request the information or evidence listed below of those tenderers to whom the Embassy intends to award a framework agreement.

• Evidence that the tenderer and any subcontractors on which the tenderer relies or consortium parties are not to be excluded according to Chapter 13, Section 1 of the LOU1 (i.e. section “A: Grounds relating to criminal convictions” in Appendix F) will primarily consist of an “extract from a criminal records database,” or else an “equivalent document issued by a competent government authority”. If neither of these forms of evidence can be provided, the tenderer may submit a declaration of honour “before an authorised body, or a similar declaration”. Examples of such declarations are available in Appendix G “Declarations of honour”.

1 LOU refers to the Swedish Act (2016:1145) on Public Procurement ("LOU") – English version to be found under http://www.konkurrensverket.se/en/publications-

and-decisions/swedish-public-procurement-act/

Page 12: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

12

• Documentation issued by a competent government authority attesting to compliance with respect to the payment of taxes and social security contributions in the home country of the tenderer and of any subcontractors on which the tenderer relies or consortium parties. If these forms of evidence cannot be provided, the tenderer may submit a declaration of honour “before an authorised body, or a similar declaration”. Examples of such declarations are available in Appendix G “Declarations of honour”.

• Documentation issued by a competent government authority in the country in question supporting the claim that the tenderer and any subcontractors on which the tenderer relies, or consortium parties are not bankrupt and are not in arrangement with creditors, and that their assets are not being administered by a liquidator or by a court. If these forms of evidence cannot be provided, the tenderer may submit a declaration of honour “before an authorised body, or a similar declaration”. Examples of such declarations are available in Appendix G “Declarations of honour”.

• A declaration of honour as proof that the tenderer and any subcontractors on which the tenderer relies, or consortium parties have not entered into a voluntary arrangement with creditors, that their assets are not being administered by a liquidator or a court, or that they have not suspended their business activities. Examples of such declarations are available in Appendix G “Declarations of honour”.

• Documentation attesting to compliance with respect to registration in a register that is equivalent to the Swedish Register of Companies or trade register, or a similar register.

• Alternative proof of economic and financial position, in accordance with the section “Financial ratio”.

• Reference assignments.

• Commitment in the form of a parent company guarantee, cooperation agreements, or equivalent from all subcontractors on which the tenderer relies.

• A copy of a consortium agreement signed by all consortium parties.

The supplementary documents (information/evidence) verifying fulfilment of the requirements set forth in the section “Exclusion grounds”, i.e. p. 1–4 above, may not be more than three months old, as calculated from the closing date for tenders.

The following applies to all the above-mentioned documents:

The tenderer is recommended to have the documentation at hand since this information is to be submitted without delay.

If the tenderer submits information/evidence in a language other than Swedish or English, the tenderer must submit on request a translation of the original document in Swedish or English.

Page 13: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

13

If the tenderer cannot submit information/evidence in accordance with the above, an explanation must be attached to this. If the explanation is considered insufficient by the Embassy, this could mean that the tenderer will be excluded from the procurement, which may have consequences for the tender.

A tenderer is under no obligation to submit supplementary documents if the Embassy has access to the information or can obtain access free of charge to the information by electronic means.

3.4. Consultant conflicts of interest

If the Embassy is using an external consultant for the formulation of this procurement document (or for other preparatory work prior to this procurement) and the consultant also plans to submit a tender in the procurement, improper competitive advantages may arise. A consultant who has been engaged for the formulation of this procurement document or other preparatory work may therefore be excluded from submitting a tender in this part of the procurement. It is irrelevant if the consultant was hired by the Embassy or if the consultant participated as a subconsultant.

Page 14: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

14

4. Requirements for services

4.1. Subcontractors for the implementation of the assignment

The term “subcontractor” refers to any contractor that acts in the framework agreement supplier’s stead to provide parts of the contract. The subcontractor provides goods or services that are directly related to the object of the procurement, and the delivery of which are absolutely necessary for the framework agreement supplier to uphold its end of the contract. Such contractors which supply various goods and services to the framework agreement supplier are not to be considered as subcontractors.

If subcontractors are to be hired by the tenderer, then the complete name and company registration number of the subcontractor(s) must be provided. Furthermore, it should be clear which duties the subcontractor will perform, as well as how the tenderer will make use of the resources of the subcontractor that are necessary to the accomplishment of the contract.

Subcontractors must not have a direct contractual relationship with the Embassy, nor with parties that are eligible to issue call-offs. The framework agreement supplier has the same responsibility for the work of the subcontractor as it does for its own work. The framework agreement supplier is also responsible for ensuring that the subcontractor adheres to the requirements, criteria, and conditions set forth in the framework agreement.

At the request of the Embassy, a tenderer that hires a subcontractor must (by providing a certificate or a copy of the signed cooperation agreement) demonstrate a cooperative working relationship with the subcontractor that applies throughout the framework agreement period including any extensions. If the tenderer is not able to demonstrate a cooperative working relationship with the subcontractor, the subcontractor may be excluded from the tender, which may have consequences for the tender in its entirety.

4.2. Terms of reference

The terms of reference define the conditions for the implementation of the assignment. See Appendix B “Terms of reference”.

The tenderer shall accept the prerequisites for the implementation of the assignment, which are presented in Appendix B “Terms of reference”.

4.3. Method for implementing the assignment

The tenderer shall, based on the terms of reference, provide a description of the methodology that the tenderer intends to use in implementing the assignment. The description must include the following:

- Method for implementing the assignment.

- The tenderer's role and duties while carrying out the assignment.

- Distribution of work between home offices and workplaces in partner countries, as well as the distribution between international and local consultants.

Page 15: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

15

- Alternative measures to limit the number of trips, especially air travel, in implementing the assignment. Examples of such alternative measures may include that the tenderer hires local consultants and uses resources in the immediate area, for example by travelling to a neighbouring country, using ICT resources, or similar measures.

4.4. Organisation of call-off assignments

The tenderer shall submit a description of staffing for future call-off assignments. The description must include the following:

- Process of staffing for future call-off assignments.

- The tenderer's network and co-operations (both in Sweden and internationally) that will facilitate the implementation of future assignments.

The submitted description shall demonstrate that the tenderer has the capacity to simultaneously implement the call-off orders by using its existing resources.

4.5. Quality assurance routines

Tenderers shall provide a description of quality assurance routines that demonstrates how the quality of the service that is requested in this procurement will be quality assured. The description must include the following:

- How future assignments will be quality assured.

- How the tenderer shall prevent and manage any deviations from the agreed-upon level of quality.

4.6. Qualifications and competence

4.6.1 Personnel for the Performance of the Services Tenderers shall offer two different levels of consultants: Level 1 and Level 2. These two levels are described below.

The tenderer shall supply at least three (3) consultants (individual) for each Level.

The tenderer can offer a maximum of five (5) consultants (individuals) per level. If a tenderer offers more than five consultants (individuals), only the first five (5) listed will be considered. The tenderer shall provide names of the consultants. The names are to be filled in Appendix E for each subdivision and attached to the tender.

The proposed consultancy team shall include members who have a very good knowledge of English (written and spoken).

Level 1 – Senior Consultant

The consultants who fulfils the requirements below will be listed as “approved consultants” – see

Appendix E, that can be used within this framework. Additional consultants that the organization

wants to engage for assignments in specific call-offs will fulfil requirements as specified below.

Page 16: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

16

The person(s) responsible for the performance of each specific audit assignment will be Senior Consultant(s) and have a very high level of competence within his/her area. The Senior consultant(s) should be able to work as a team-leader. A very high level of competence is defined as the consultant (individual) meeting all the requirements below:

• Must have at least seven years relevant working experience in a senior position to assignments in the auditing sector that are relevant to the sub-division of services being tendered for.

• Must have a degree from a college/university with relevance to performing assignments in the Auditing Sector or alternatively equivalent substantiated knowledge acquired through fifteen years of working experience.

• Must have been responsible for and/or carried out at least five assignments in the last five years with relevance to auditing donor funded projects or programmes in development cooperation and the sub-division of services being tendered for.

• Must have a very good knowledge of English (written and spoken) at least as per Language Level 2, Full Professional Proficiency in Appendix H, Language Level Definition.

Level 2 – Junior/Assistant Consultant

The consultants who fulfils the requirements below will be listed as “approved consultants” – see

Appendix E, that are allowed to be used within this framework. Additional consultants that the

organization wants to engage for assignments in specific call-offs must fulfil requirements as

specified below.

The Junior/Assistant Consultant must have a good level of competence within his/her area and be able to work independently. A good level of competence is defined as the consultant (individual) meeting all the requirements below:

• Must have at least three years working experience of assignments with relevance for performing assignments in the Auditing Sector that are relevant to the sub-division of services being tendered for.

• Must have a degree from a college/university with relevance for performing assignments in the Auditing Sector or acquired equivalent substantiated knowledge through three years of working experience.

• Must have participated in at least three assignments during the last three years within the Auditing Sector and the sub-division of services being tendered for.

• Must have a very good knowledge of English (written and spoken) at least as per Language Level 2, Full Professional Proficiency in Appendix H, Language Level.

Page 17: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

17

Documents that must be enclosed (for item Level 1 senior consultant and Level 2 junior

consultant) with the tender

a) Information stating which persons the tenderer intends to use to carry out the assignments. The persons must be introduced in an enclosed Curriculum Vitae (CV) set out according to Appendix I “Template for CV” and contain name, theoretical competence, experience and assignments carried out that show that the requirements regarding Consultant Level 1 and 2 have been met. The presentation of the assignments carried out must also detail the type of assignments that have been carried out, showing experience in relation to the relevant sector. Relevant certifications should be specified.

b) A brief description of two assignments per person that meet the requirements of the consultant level in question (Appendix I). The assignments must have been performed within the relevant sector that is being tendered for. The Embassy may verify information given in the tender by contacting the client for those previously performed assignments. If more than two assignments are included per consultant only the first two assignments will be considered for the evaluation.

c) Please use the template for List of consultants in Appendix E.

4.6.2 Engagement leader of the framework agreement The tenderer must indicate which Level 1 consultant who will be in charge of the framework agreement and the Embassy of Kampala’s primary contact for all matters relating to this agreement.

4.6.3. Support Services When carrying out an individual assignment, the loss of an individual should not affect the tenderer’s ability to supply the agreed competence or resources. The tenderer should be able to supply persons with similar competence and experience when carrying out the assignment.

The tenderer should be able to give less complicated advice by telephone or e-mail within a day.

These requirements will be evaluated and scored according to the section “Evaluation of tenders.”

4.7. Measures to limit travel for framework agreements and in the event that the implementation of the call-off order entails travel

Tenderers shall provide a description regarding the measures that will be taken to limit the number of trips (especially air travel) while implementing future call-off orders. The description must include the following:

- Alternative measures to limit the number of trips, especially air travel, in implementing the assignment. Examples of such alternative measures may include that the tenderer hires local consultants and uses resources in the immediate area, for example by travelling to a neighbouring country, using ICT resources, or similar measures.

Page 18: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

18

5 Evaluation criteria

The tenderer’s proposal based on the requirements in this document will be assessed in accordance with the evaluation criteria and method stated below. The tenderer might be requested to present their proposal to an evaluation group at the Embassy of Sweden in Kampala. If so, the relevant evaluation criteria will partly be assessed through the presentation.

5.1 Implementation & Method (total 25p)

Based on the requirements, in the ToR, the tender should present the methodology the tenderer intends to use for carrying out the assignment and in particular specify how the method will comply with the requested objectives. The presentation should show that the tenderer is able to conduct the audit services according to the ToR and cover the following:

- the understanding of the services – the proposal should show that the tenderer has a good grasp of the services and roles and tasks (12.5p);

- the tender should describe the tenderer’s methods used to carry out the different types of applicable services for each sub-division tendered for (12.5p);

5.2 Organization and availability (total 25p)

The organisation and availability will be evaluated in accordance to the criteria as stated below

5.2.1 Organization (12.5p) The tenderer should specify the organizational set up for the performance of the services. The specification should meet the requirements set up in the ToR and cover below topics. It is meritable if the presentation includes information on how many consultants the tenderer has available for each competence needed to deliver the respective sub-division that is tendered for.

- the organization should be designed to secure that personnel with adequate qualifications and experience are designated for the services (3.2p);

- the interface between the client and the Consultants should, on the Consultants side, consist of as few contact persons as possible and the distribution of responsibilities should be as clear and transparent as possible (3.1p);

- the organization should be clear, transparent and well suited to the purpose and objectives of the services (3.1p);

- the tenderer should describe of availability for meetings on short notice for planning and/or follow-up of assignments (3.1p).

5.2.2 Availability (12.5p) Sub-division 1:

Page 19: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

19

The tenderer must state the time needed for preparation before a specific audit service under the Framework Agreement can be commenced.

In the draft Framework Agreement, assignments are categorized according to their length in the following way:

1. Short-term assignments include up to 160 hours 2. Long-term assignments exceed 160 hours For short term assignments of maximum 160 working hours the ranking order from the procurement evaluation is valid, where the tenderer that is ranked number one will be called off first. For long-term assignments, renewed competition will be made based on template in Appendix C, where an e-mail will be sent to all three framework agreement holders, with requirements sought for the specific service requested. For the two assignment categories, the tenderer should state the availability to perform the assignment after the call-off contract is signed by both parties. The tenderer should motivate how the availability level will be adhered to.

Short-term assignments (<160 hours) Long-term assignments (>160 hours)

a) 1-5 days (6.25 p) a) 1-2 weeks (6.25 p) b) 6-9 days (5.3 p) b) 3-4 weeks (5.3 p) c) 10-15 days (4.3 p) c) 5-6 weeks (4.3 p)

Sub-division 2:

The tenderer must state the time needed for preparation before a specific audit service under the Framework Agreement can be commenced.

The tenderer should state the availability to perform the assignment after the call-off contract is signed by both parties. The tenderer should motivate how the availability level will be adhered to.

Short-term assignments (<160 hours) Long-term assignments (>160 hours)

a) 1-5 days (6.25 p) a) 1-2 weeks (6.25 p) b) 6-9 days (5.3 p) b) 3-4 weeks (5.3 p) c) 10-15 days (4.3 p) c) 5-6 weeks (4.3 p)

5.3 Qualifications and competence (in the form of important or essential areas of expertise, total 50p)

The tender should include information on qualifications or experience, and competence of the proposed personnel see section “Qualifications and competence” under 4 “Requirement for

Page 20: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

20

services”. The tenderer should provide consultants with relevant experience who safeguard the fulfilment of the purpose and scope of the framework agreement.

The information will be evaluated and compared to the following requirements:

5.3.1 Senior Consultant Level 1 – Engagement Leader (10p)

Apart from criteria as specified in 5.3.2 the engagement leader will be evaluated against the following criteria:

a) have excellent leadership and communication skills (4.0p)

b) have extensive experience in managing client relationships where experience from managing similar framework agreements is an added advantage (6.0p)

5.3.2 The proposed Senior Consultant Level 1 should (20p): c) have extensive professional experience from relevant audits depending on the sub-division

tendering for (2.8p)

d) have extensive experience in relevant audit projects in donor-funded projects or programmes in East Africa (2.8p)

e) have extensive experience in accounting and financial management rules, procedures and practices in Uganda (2.8p) or another East African country (0.4 p)

f) be acquainted with polices for procurement applied by the different sectors in Uganda or other countries with comparable setup (2.8p)

g) have experience in carrying out training activities (2.8p) – for sub-division 1 only

h) have extensive education and experience regarding forensic services (2.8p) – for sub-division 2 only

i) have experience from working with Sida and/or other development agencies in East Africa (2.8p)

j) have requested language skills in English and relevant local languages according to the language level definition Appendix H, with highest point being for native speaker proficiency. (2.8p)

5.3.3 The proposed Level 2 Junior/Assistant Consultant should (20p): k) have extensive professional experience from relevant audits depending on the sub-division

tendering for (2.8p)

l) have extensive experience in relevant audit projects in donor-funded projects or programmes in East Africa (2.8p)

m) have extensive experience in accounting and financial management rules, procedures and practices in Uganda (2.8p)

n) be acquainted with polices for procurement applied by the different sectors in Uganda (2.8p) or other countries with comparable setup (0.4 p)

o) have experience in carrying out training activities (2.8p) – for sub-division 1 only

Page 21: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

21

p) have extensive education and experience regarding forensic services (2.8p) - for sub-division 2 only

q) have experience from working with Sida and/or other development agencies in East Africa (2.8p)

r) have requested language skills in English and relevant local languages according to language definition Appendix H, with highest point being for native speaker proficiency. (2.8p)

Page 22: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

22

6. Offer prices

The tender shall specify the fee/hour for each of the two categories (level) of proposed personnel in the tender according to Appendix J, Price Basket. Only one fee may be specified for each category.

All fees and costs in tender must be stated in USD exclusive of VAT and must include all other taxes and levies. For reference purposes, for this bid, the USD/UGX exchange rate is set to 3650.

- The financial evaluation will be performed based on the tender price hourly fee according to the enclosed form “Price Basket”, see Appendix J.

The hourly fee must include any costs for travel to and from place of delivery, i.e. in normal circumstances prevailing in Kampala.

The Consultant will be entitled to reimbursement for business travel outside place of delivery unless otherwise stated in the call-off invitation to tender. The Firm can only be entitled to reimbursement for the least expensive means of travel and reasonable accommodation costs unless otherwise agreed in the call-off.

6.1. Abnormally low tenders

If a tender appears to be abnormally low, The Embassy is obligated to request that the tenderer explain the low price or cost. If the tenderer has failed to explain the low price or cost in a satisfactory manner, The Embassy will reject the tender.

Page 23: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

23

7. Evaluation of tenders

The evaluation of tenders will be carried out on the following basis:

Best price-quality ratio.

7.1. Evaluation method

Percentage weighting

The evaluation will be conducted based on the below award criteria:

The score for each criterion generates a weighted score. For example, a

criterion score of 25 points that is deemed to be “Good” is assigned 0.8 x

25 = 20 points.

(In the evaluation, the levels (in %) will be fixed. This means that no

intermediate levels will be used.)

Rejected 0%

Inadequate 40%

Acceptable 60%

Good 80%

Very good 100%

The tender must receive at least 60 points to be eligible for further evaluation.

Definition of the scoring scale:

Rejected = The description or equivalent element is missing or has major shortcomings.

Inadequate = The description or equivalent element is included but has certain shortcomings.

Acceptable = The description or equivalent element is sufficiently good but lacks substantial benefits or is of uneven quality.

Good = The description or equivalent element is adequate and well suited for the purpose.

Very good = The description or equivalent element provides value and is of high quality overall.

The quality score is used to reward provided quality by awarding tenders a percentage mark-up on the price, wherein the mark-up is a function of how much lower the quality of the tender is judged to be in relation to the maximum quality. This method makes it possible to determine a comparative value for each tender. The winning tender is the one with the lowest comparative figure.

The following formula is used: Comparison value = Tendered price x (1 + Percentage mark-up)

Percentage mark-up = ((maximum quality score - the obtained quality score) / maximum quality score) x weighting factor;

Award criteria Maximum score

Implementation & Method Organization and availability Qualifications and competence

25 25 50

Total points 100

Page 24: Procurement Tender Document Open Procedure Framework ... · 24 Lumumba Avenue, Nakasero, Kampala, Uganda in one physical copy. Applicants shall also submit an electronic copy on a

Framework agreement Audit Services for The Embassy of Sweden in Kampala 2020-2022. Reference: UM2020/07140/KAMP

24

The weighting factor reflects the impact the quality should get along with price in an evaluation. The higher the weighting factor is, the greater the weight attached to qualitative criteria relative to the price. For this procurement, the weighting factor is set at 3.

Evaluation example: The weighting factor is set at [2.5].

Tender A: Price of 480,000 SEK; the total quality score obtained is 90 out of 100 points.

Tender B: Price of 400,000 SEK; the total quality score obtained is 75 out of 100 points.

Evaluation, Tender A

Percentage mark-up = (100 – 90) / 100 x 2,5; Percentage mark-up = 0.25;

Comparative figure = 480,000 x (1 + 0.25); Comparative figure = 600,000.

Evaluation, Tender B

Percentage mark-up = (100 – 75) / 100 x 2,5; Percentage mark-up = 0.625;

Comparative figure = 400,000 x (1 + 0.625); Comparative figure = 650,000.

Because it has the lowest price comparative figure, A is the winning tender.