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