Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

PROJ10061 Pathways to Prosperity for Extremely Poor People

  • First published: 13 February 2020
  • Last modified: 13 February 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department for International Development
Authority ID:
AA77174
Publication date:
13 February 2020
Deadline date:
17 March 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

At a summary level the supplier will provide the following requirements:

(a) provide overall programme management through a Programme Management Unit (PMU). PMU will coordinate all programme activities and across our multi-partner Pathways to Prosperity for Extremely Poor People (PPEPP) in Bangladesh programme. This role will also include provision of specific technical and capability development for PKSF, one of the main implementing partners;

(b) deliver a market systems component;

(c) lead and deliver an extreme poverty policy and governance facility; and

(d) design and manage a pilot life cycle grant (design to be used to secure ministerial approval to proceed to implementation of the grant scheme). The successful supplier will require to ring fence funds for the life-cycle grant scheme.

Note: the supplier will have no direct contractual relationship with the major implementing partner, PKSF, nor the CSO focused on livelihoods delivery in the Chittagong Hill tracts area. The scope and managing requirements of the PMU role has been discussed with other partners and will be set out within their agreements with DFID. To avoid conflicts of interest PKSF and the CSO cannot be part of the supply chain for this requirement.

DFID is seeking a supplier to deliver a 60-month contract of up to 35 500 000 GBP from June 2020 until June 2025 for the Pathways to Prosperity for Extremely Poor People (PPEPP) programme in Bangladesh.

The timeframe may be extended by up to an additional 4 years beyond the original 5-year term until June 2029 subject to satisfactory performance of the supplier, securing ministerial Approval of the phase 2 requirement, and the agreement of the supplier and DFID, utilising a negotiated procedure.

There is provision to scale up by an additional 24 500 000 GBP depending on the success of the programme, performance and achievement of targets and if increased funds become available, utilising the negotiated procedure. The estimated value includes all applicable taxes and tenderers should include all applicable taxes in their tenders. Additional funds, may be provided by DFID, other donors, or a combination of donors.

Please note that the estimated value of 60 500 000 GBP, represents a maximum for the combined phase 1 and phase 2, and DFID expects that competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level for the phase 1 requirement only.

The main recipient of the services will be Government of Bangladesh.

Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care for their staff and any third party sub-contractors.

A hybrid payment by results model will be used for effective implementation of the PPEPP programme and will link to achievement of agreed KPI’s and milestones. Key performance indicators will link delivery of targets to an agreed payment schedule.

A DFID standard service contract will be awarded.

Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.

Full notice text

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: Susan Lynch

Telephone: +44 1355843620

E-mail: S-Lynch@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://dfid.proactisportal.com

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

PROJ10061 Pathways to Prosperity for Extremely Poor People

Reference number: PROJ10061

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Extremely poor households in Bangladesh find it difficult to get jobs and to access basic services such as health and education. This programme will support extremely poor people (primarily targeting women) to connect to mainstream economic growth and jobs. It will also build the national systems that are needed to support public and private investment in extreme poverty programmes and basic services like health and education.

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support Phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

The ultimate goal of this programme is to enable 2 000 000 people in Bangladesh to work their way out of extreme poverty for good and leave a programmatic approach which can be graduated to Government of Bangladesh at the end of the 9-year period for them to sustain efforts against extreme poverty independently.

Programme impact: the combined impact of phases 1 and 2 is expected to be:

(i) up to 2 000 000 extremely poor people exit extreme poverty;

(ii) 867 000 women and children reached with a package of nutrition-related interventions;

(iii) 250 000 women experience a significant change in their social status and ability to make decisions about their lives;

(iv) increased investment by the Government of Bangladesh in quality service provision to extreme poor households in the targeted communities.

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  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


Main site or place of performance:

The main place of performance and delivery of the requirement will be Bangladesh.

II.2.4) Description of the procurement

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

At a summary level the supplier will provide the following requirements:

(a) provide overall programme management through a Programme Management Unit (PMU). PMU will coordinate all programme activities and across our multi-partner Pathways to Prosperity for Extremely Poor People (PPEPP) in Bangladesh programme. This role will also include provision of specific technical and capability development for PKSF, one of the main implementing partners;

(b) deliver a market systems component;

(c) lead and deliver an extreme poverty policy and governance facility; and

(d) design and manage a pilot life cycle grant (design to be used to secure ministerial approval to proceed to implementation of the grant scheme). The successful supplier will require to ring fence funds for the life-cycle grant scheme.

Note: the supplier will have no direct contractual relationship with the major implementing partner, PKSF, nor the CSO focused on livelihoods delivery in the Chittagong Hill tracts area. The scope and managing requirements of the PMU role has been discussed with other partners and will be set out within their agreements with DFID. To avoid conflicts of interest PKSF and the CSO cannot be part of the supply chain for this requirement.

DFID is seeking a supplier to deliver a 60-month contract of up to 35 500 000 GBP from June 2020 until June 2025 for the Pathways to Prosperity for Extremely Poor People (PPEPP) programme in Bangladesh.

The timeframe may be extended by up to an additional 4 years beyond the original 5-year term until June 2029 subject to satisfactory performance of the supplier, securing ministerial Approval of the phase 2 requirement, and the agreement of the supplier and DFID, utilising a negotiated procedure.

There is provision to scale up by an additional 24 500 000 GBP depending on the success of the programme, performance and achievement of targets and if increased funds become available, utilising the negotiated procedure. The estimated value includes all applicable taxes and tenderers should include all applicable taxes in their tenders. Additional funds, may be provided by DFID, other donors, or a combination of donors.

Please note that the estimated value of 60 500 000 GBP, represents a maximum for the combined phase 1 and phase 2, and DFID expects that competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level for the phase 1 requirement only.

The main recipient of the services will be Government of Bangladesh.

Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care for their staff and any third party sub-contractors.

A hybrid payment by results model will be used for effective implementation of the PPEPP programme and will link to achievement of agreed KPI’s and milestones. Key performance indicators will link delivery of targets to an agreed payment schedule.

A DFID standard service contract will be awarded.

Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology / Weighting: 29

Quality criterion: Quality of personnel / Weighting: 16

Quality criterion: Presentations / Weighting: 15

Cost criterion: Commercial criteria / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

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:

The contract includes an extension of up to 48 months. The contract includes an option for additional services of the same type to be provided as well as to deliver the life cycle grants detailed in the terms of reference which are part of the tender documents. The total contract duration including extension options shall be 108 months.

There is an option to increase the contract value by up to an additional 24 500 000 GBP over and above the original financial limit of the contract.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

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:

https://dfid.proactisportal.com

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: 17/03/2020

Local time: 12:00

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: 17/03/2020

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The authority expressly reserves the right:

(i) not to award any contract(s) as a result of the procurement process commenced by publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the authority be liable for any costs incurred by the candidates.

Procurement documents can be accessed through the DFID supply partner Portal https://Dfid.proactisportal.com

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 1355843312

E-mail: L-Sime@DFID.gov.uk

VI.4.2) Body responsible for mediation procedures

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Date of dispatch of this notice

10/02/2020

Coding

Commodity categories

ID Title Parent category
75211200 Foreign economic-aid-related services Foreign-affairs services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
S-Lynch@dfid.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.