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 Award Notice

Business Case, Design and Implementation of Accountability in Tanzania (AcT-2) Programme.

  • First published: 25 March 2017
  • Last modified: 25 March 2017

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:
Procurement
Authority ID:
AA21664
Publication date:
25 March 2017
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

DFID Tanzania is seeking the services of competent and qualified suppliers to deliver the following overall objectives: —To develop a full business case for the Accountability in Tanzania (AcT-2) programme that adequately and comprehensively demonstrates how the strategic objectives and priories set out in the approved strategic case and the International Climate Fund (ICF) concept note will be addressed; — Upon successful completion and approval of the business case, the supplier will develop robust and efficient mechanisms to implement the approved business case in a way that delivers concrete results and sufficiently optimizes value for money (VfM) for DFID and intended beneficiaries in Tanzania. AcT-2 is a 5 year (60 months) (excluding BC and Design period) programme that is estimated to spend 25 000 000 GBP - 35 000 000 GBP (excluding costs for management, but including VAT where applicable) as grants and other services (subject to final design considerations) through eligible organizations that have the capacity and demonstrated potential to deliver specific results to ensure the attainment of the stated outcome and impact of the AcT-2 programme. This Procurement is advertised under a restricted route on the basis that one service provider will be selected following a competitive process to take forward this programme in 3 evolving stages: Stage 1 — Development of the Business Case for AcT-2 programme Stage 2 — Design of AcT-2 programme Stage 3 — Implementation of the AcT-2 programme. There will be 2 Break Points in the contract where the selected supplier will require formal approval from DFID before starting work on the next stage, we expect to revise the ToR to reflect the outcome at each stage.

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Procurement

Abercrombie House, Eaglesham Road

East Kilbride


UK

NUTS code3



g-nisbet@dfid.gov.uk


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


I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Business Case, Design and Implementation of Accountability in Tanzania (AcT-2) Programme.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

27
Yes

II.1.2)

Main site or location of works, place of delivery or performance

South Lanarkshire.


UKM38

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

DFID Tanzania is seeking the services of competent and qualified suppliers to deliver the following overall objectives: —To develop a full business case for the Accountability in Tanzania (AcT-2) programme that adequately and comprehensively demonstrates how the strategic objectives and priories set out in the approved strategic case and the International Climate Fund (ICF) concept note will be addressed; — Upon successful completion and approval of the business case, the supplier will develop robust and efficient mechanisms to implement the approved business case in a way that delivers concrete results and sufficiently optimizes value for money (VfM) for DFID and intended beneficiaries in Tanzania. AcT-2 is a 5 year (60 months) (excluding BC and Design period) programme that is estimated to spend 25 000 000 GBP - 35 000 000 GBP (excluding costs for management, but including VAT where applicable) as grants and other services (subject to final design considerations) through eligible organizations that have the capacity and demonstrated potential to deliver specific results to ensure the attainment of the stated outcome and impact of the AcT-2 programme. This Procurement is advertised under a restricted route on the basis that one service provider will be selected following a competitive process to take forward this programme in 3 evolving stages: Stage 1 — Development of the Business Case for AcT-2 programme Stage 2 — Design of AcT-2 programme Stage 3 — Implementation of the AcT-2 programme. There will be 2 Break Points in the contract where the selected supplier will require formal approval from DFID before starting work on the next stage, we expect to revise the ToR to reflect the outcome at each stage.

II.1.5)

Common Procurement Vocabulary (CPV)

75211200

II.1.6)

Contract covered by the government procurement agreement (GPA)

No

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 148 010,59   GBP     

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Technical
Commercial

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

7114

IV.3.2)

Previous publication(s) concerning the same contract

Other previous publications

Section V: Award of contract

1

V.1)

Date of contract award:

 23-3-2017

V.2)

Numbers of offers received:

2

V.3)

Name and address of economic operator to whom the contract has been awarded


KPMG Advisory Limited

8th Floor, ABC Towers, Waiyaki Way, P.O. Box 40612

Nairobi

00100 GPO

KE

erickhaemba@kpmg.com

+255 222118866

www.kpmg.com

V.4)

Information on value of contract

 148 010,59 GBP 

 148 010,59 GBP 

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

No



VI.2)

Additional Information

Additional Information: Expressions of interest should be submitted via the DFID Portal https://supplierportal.gov.uk/selfservice/ using the PQQ guidance available. Draft Terms of Reference and background documents can also be found at this website address. DFID programme staff should not be contacted directly. Following assessment of expressions of interest, DFID will invite short-listed applicants to submit full technical and commercial proposals. Prices are not required at expression of interest stage. When required, pricing must be in Sterling and payments under the contract will be made in Sterling. The contract will be governed by English Law. DFID reserves the right to annul the tendering process and not award the contract. From 1.4.2001 all UK development assistance has been fully untied which allows suppliers from anywhere in the world to bid for DFID contracts. Where circumstances require further extensions beyond the original contract duration/agreed extensions DFID will consider doing so by means of the Negotiated procedure where necessary conditions are met. If required, the initial contract of up to 60 months might be extended for a further 12 months subject to satisfactory performance of the supplier, on going programme needs and availability of funding.

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures


Michael Ross

Address: Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK


+44 1355843949,


Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

VI.3.3)

Service from which information about the lodging of appeals may be obtained










VI.4)

Dispatch date of this Notice

 23-03-2017

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:
g-nisbet@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.