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

Ethiopia Infrastructure Advisory Facility Phase 2 (EIAF 2)

  • First published: 28 June 2019
  • Last modified: 28 June 2019

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 (DFID)
Authority ID:
AA21350
Publication date:
28 June 2019
Deadline date:
09 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Ethiopian Infrastructure Advisory Facility started in 2016 and provides impartial analytical capabilities and expertise to the Government of Ethiopia (GoE) to improve public investment management and in areas that are critical constraints to growing the export manufacturing base. For example, a public investment management diagnostic (see Terms of Reference, Annex D) provided a set of recommendations for systemic change to the way public investment decisions are made that could result in dramatic savings and investments that address constraints in a more cost-effective manner. In trade logistics, it has identified areas to reduce costs and clearance times along the Djibouti corridor and provided transaction advice on infrastructure deals. A shortage of worker accommodation, especially at Hawassa Industrial Park, was identified as a bottleneck to more investment and it has developed various options to finance and build appropriate accommodation. Because 9 State Owned Enterprises (SOE) contribute 16 % of GDP and drive around 40 % of the infrastructure investment in the Government’s Second Growth and Transformation Plan, it is working with GoE to reform SOE governance and transform a selection of them in the context of potential privatisation. It also helped to reduce electricity grid losses and to accelerate change in the tax system, which generates the revenue for public investment and debt repayments.

EIAF generated strong demand (e.g. in tax) and this has meant that funds are expected to be exhausted in 2019, earlier than planned (2021). In addition, the new reform push is expected to increase demand for assistance in EIAF’s core areas. DFID is now seeking to appoint a supplier to deliver a second phase of EIAF (EIAF II) that will continue the flexible, demand-led assistance to GoE throughout this period of change along with a more explicit focus on systemic improvements to the PIM system.

DFID will award the EIAF II Contract to a single legal entitiy who will be responsible for delivering the outcomes of the programme. The Supplier will provide programme management and programme delivery services to the GoE with an explicit focus on systemic improvementsto the Public Investment Management (PIM) system to deliver the following outcomes:

1) Strengthened effectiveness of growth enhancing public investment;

2) Improved enabling environment for exporters.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G758EA

UK

Contact person: Andrena Craig

Telephone: +44 1355843347

E-mail: a-craig@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://supplierportal.dfid.gov.uk/selfservice/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierportal.dfid.gov.uk/selfservice/


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

Ethiopia Infrastructure Advisory Facility Phase 2 (EIAF 2)

Reference number: 8320

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Ethiopian Infrastructure Advisory Facility Phase II (EIAF II) will provide technical assistance to the Ethiopian Government to improve the effectiveness of public investments that will improve the environment for exporters. DFID seeks to appoint a local or international supplier to deliver the EIAF II contract circa October 2019 for an initial term of up to 4.5 years (ending in March 2024) with an overall budget of 60 000 000 GBP(inclusive of applicable taxes including UK VAT). DFID may extend the contract for up to an additional 2 years with a maximum additional budget of 15 000 000 GBP (inclusive of all applicable taxes including UK VAT).

II.1.5) Estimated total value

Value excluding VAT: 75 000 000.00  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

The Ethiopian Infrastructure Advisory Facility started in 2016 and provides impartial analytical capabilities and expertise to the Government of Ethiopia (GoE) to improve public investment management and in areas that are critical constraints to growing the export manufacturing base. For example, a public investment management diagnostic (see Terms of Reference, Annex D) provided a set of recommendations for systemic change to the way public investment decisions are made that could result in dramatic savings and investments that address constraints in a more cost-effective manner. In trade logistics, it has identified areas to reduce costs and clearance times along the Djibouti corridor and provided transaction advice on infrastructure deals. A shortage of worker accommodation, especially at Hawassa Industrial Park, was identified as a bottleneck to more investment and it has developed various options to finance and build appropriate accommodation. Because 9 State Owned Enterprises (SOE) contribute 16 % of GDP and drive around 40 % of the infrastructure investment in the Government’s Second Growth and Transformation Plan, it is working with GoE to reform SOE governance and transform a selection of them in the context of potential privatisation. It also helped to reduce electricity grid losses and to accelerate change in the tax system, which generates the revenue for public investment and debt repayments.

EIAF generated strong demand (e.g. in tax) and this has meant that funds are expected to be exhausted in 2019, earlier than planned (2021). In addition, the new reform push is expected to increase demand for assistance in EIAF’s core areas. DFID is now seeking to appoint a supplier to deliver a second phase of EIAF (EIAF II) that will continue the flexible, demand-led assistance to GoE throughout this period of change along with a more explicit focus on systemic improvements to the PIM system.

DFID will award the EIAF II Contract to a single legal entitiy who will be responsible for delivering the outcomes of the programme. The Supplier will provide programme management and programme delivery services to the GoE with an explicit focus on systemic improvementsto the Public Investment Management (PIM) system to deliver the following outcomes:

1) Strengthened effectiveness of growth enhancing public investment;

2) Improved enabling environment for exporters.

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: 75 000 000.00  GBP

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

Duration in months: 54

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 initial term of the contract will be up to 54 months from the date of contract award with the provision to extend by up to a further 24 months and/or a further 15 000 000 at the discretion of DFID, subject to satisfactory supplier performance, on-going programme need and the availability of additional funding.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract will be governed by English law.

Prices must be quoted in GBP. The value published is the maximum budget available and should any local or UK taxes be applicable these must be incorporated into the maximum budget as published.

All payments for the contract will be made in GBP.

DFID reserves the right to annul the process at any point and not to award the contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

DFID will monitor the contract and programme performance throughout the life of the programme using quarterly and annual reports. There will be a formal contract review points at the end of the inception phase and the contract mid-term point.

Review points will involve a substantive discussion on performance against targets, KPIs and challenges. EIAF2 will be partly demand-led and adaptive. Given this, the supplier will need approval from DFID (including pricing) on each activity, following the process set out in the terms of reference.

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: 09/08/2019

Local time: 13:00

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: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 09/08/2019

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.4.2) Body responsible for mediation procedures

Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Date of dispatch of this notice

25/06/2019

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:
a-craig@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.