Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for International Development
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
Contact person: Fiona Crawford
Telephone: +44 1355843877
E-mail: F-Crawford@dfid.gov.uk
NUTS: UKM95
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-international-development/about/procurement
Address of the buyer profile: https://dfid.proactisportal.com
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://dfid.proactisportal.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://dfid.proactisportal.com
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.gov.uk/government/organisations/department-for-international-development/about/procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: International Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PROJ10083 Shule Bora (Quality Education)
Reference number: DN113
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
Shule Bora is DFID Tanzania’s new flagship programme to improve the quality of pre-primary and primary education for girls and boys in Tanzania. The desired outcome of the programme is improved quality, inclusiveness and safety of learning for boys and girls. Shule Bora will deliver these outcomes through three programmes. One of these programmes is for a managing agent, which we are procuring services for in this tender. The managing agent will be responsible for management, oversight and coordination of programme activities, support to the Government of Tanzania (GoT) to implement the payment for results (PforR) mechanism and support to the GoT to test, adapt and deliver interventions at scale, which will enable the achievement of PforR targets.
II.1.5) Estimated total value
Value excluding VAT:
120 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM95
II.2.4) Description of the procurement
We will deliver through a competitive tender for a supplier to deliver the requirement in Tanzania to support the Government of Tanzania to effectively implement the outcomes of Shule Bora in alignment with the Government's priorities as set out in the Education Sector Development Plan (ESDP). Procurement will take place through the EU OJEU restricted procedure. DFID has undertaken design market engagement and encourages interest and participation from suppliers with the appropriate capacity and capability as outlined in the tender documents. DFID seeks a supplier(s) with proven experience in managing multiple partners across multiple workstreams including appropriate incentive and performance management arrangements, managing large, complex multi-component programme, delivering programmes that have improved education outcomes and providing technical assistance to support government and non government systems. Project delivery details will be finalised with the supplier in the lead up to implementation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
120 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
This contract is subject to renewal: Yes
Description of renewals:
This contract will be awarded for an initial period of 72 months for a maximum contract budget of GBP 80 000 000. There will be extension options to extend for a further GBP 40 000 000 and/or 36 month period. These options are subject to DFID approvals and sole discretion.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
The selection stage criteria as outlined in the selection stage of the process and outlined in the procurement description.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Extension options are outlined above. DFID reserves the right to scale back or discontinue this programme at any time in line with DFID Standard terms and conditions.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, Modern Slavery Act 2015 requirements, minimum insurance requirements, duty of care, international aid transparency initiative, acceptance of DFID terms and conditions and DFID supply code of conduct, safeguarding measures as outlined in the tender documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Performance will be measured as specified in the procurement documents and developed with the successful bidder during implementation of the programme.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/06/2020
Local time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/07/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
N/a
VI.4) Procedures for review
VI.4.1) Review body
Department for International Development
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
Telephone: +44 13558433671
E-mail: T-Tulloch@dfid.gov.uk
VI.4.2) Body responsible for mediation procedures
Department for International Development
East Kilbride
G75 8EA
UK
Telephone: +44 13558433671
E-mail: T-Tulloch@dfid.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
DFID
Abercrombie House
East Kilbride
G75 8EA
UK
Telephone: +44 13558433671
E-mail: T-Tulloch@dfid.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-for-international-development/about/procurement
VI.5) Date of dispatch of this notice
21/04/2020