Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for International Development
East Kilbride
UK
Contact person: Andrew West
Telephone: +44 1355843449
E-mail: andrew-west@dfid.gov.uk
NUTS: UKM95
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-international-development/
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-international-development/about/procurement/
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/
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other: International Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Improving Trade Facilitation and Customs in the Occupied Palestinian Territories
Reference number: PROJ10089
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
DFID is seeking a supplier to deliver its trade development and facilitation programme, to improve trade performance and customs in the OPTs. The programme is designed to be flexible and adaptable, and will work politically and technically to:
— expedite the movement of goods and reduce transaction costs,
— improve the capacity of Palestinian trade related institutions and the trade enabling environment,
— strengthen the competitiveness of the private sector to export and create jobs,
— improved PA’s customs capacity and revenue collection from trade related taxes.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
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
DFID is seeking a supplier to deliver its trade development and facilitation programme, to improve trade performance and customs in the OPTs. The programme is designed to be flexible and adaptable, and will work politically and technically to:
— expedite the movement of goods and reduce transaction costs,
— improve the capacity of Palestinian trade related institutions and the trade enabling environment,
— strengthen the competitiveness of the private sector to export and create jobs,
— improved PA’s customs capacity and revenue collection from trade related taxes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical proposal
/ Weighting: 60
Cost criterion: Commercial proposal
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
15 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 35
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
DFID will award a contract for an initial term of 35 months and for a maximum value of 15 000 000 GBP. The contract will include extension options of up to an additional 24 months. DFID may also scale up the programme should it prove to be having a strong impact and has the potential to yield better results in line with the terms and conditions and as per the tender documents. Any extension and/or scale up will be for an additional maximum value of 15 000 000 GBP. This may result in a maximum contract term of 59 months, and a maximum contract value of 30 000 000 GBP. DFID reserves the right to scale back or discontinue this programme at any point in line with the terms and conditions and as per the tender documents.
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:
Selection criteria as stated in the procurement documents including:
Mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery act 2015 requirements, minimum insurance requirements, tenderer's past performance, safeguarding and child protection policy, duty of care, international aid transparency initiative, confirmation of having signed up to the UN Global Compact, acceptance of DFID terms and conditions and DFID supply partner code of conduct, as outlined in the tender documentation. A tenderer must meet the criterion in relation to reliability namely that DFID must be satisfied that:
(i) the contracts on the list to be provided by the tenderer have been satisfactorily performed in accordance with their terms; or
(ii) where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the contract to be awarded.
A tenderer that fails to meet this selection criterion will not proceed further in this competition.
The contract will be governed by English Law. Prices must be quoted in GBP. All payments for the contract will be made in GBP Sterling. DFID reserves the right to annul the process at any point and not award the contract.
Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded — joint and several liabilities. DFID reserves the right to require joint ventures to form a single legal entity.
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.2.3) 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
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/03/2020
Local time: 14:00
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)
IV.2.7) Conditions for opening of tenders
Date:
09/03/2020
Local time: 14:00
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.4) Procedures for review
VI.4.1) Review body
Gerry O'Connor, Department for International Development
Eaglesham Road
East Kilbride
G75 8EA
UK
VI.4.2) Body responsible for mediation procedures
Gerry O'Connor, Department for International Development
Eaglesham Road
East Kilbride
G75 8EA
UK
VI.5) Date of dispatch of this notice
31/01/2020