Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Foreign, Commonwealth and Development Office
Eaglesham Road
East Kilbride
G75 8EA
UK
Contact person: Ross McGarry
E-mail: ross.mcgarry@fcdo.gov.uk
NUTS: UKM95
Internet address(es)
Main address: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Address of the buyer profile: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office/about/procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://fcdo.proactisportal.com/Account/Login
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fcdo.proactisportal.com/Account/Login
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
PROJ 10022 — Land Investment for Transformation Phase 2 (LIFT UP)
Reference number: DN106
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
The, Foreign, Commonwealth and Development Office (FCDO) seeks a supplier to implement the Land Investment for Transformation, Phase 2 (LIFT UP) programme. LIFT UP seeks to bring transformative, systemic and sustainable change in Ethiopia’s land certification and rural market system, in the four programme regions — Amhara, Oromia, Southern Nations, Nationalities, and Peoples Region (SNNPR) and Tigray. The objective of the programme is sustainable and inclusive growth derived from effective land governance and markets.
II.1.5) Estimated total value
Value excluding VAT:
68 000 000.00
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 programme will focus on three main pillars, Pillar 1 (Land and Policy Planning), Pillar 2 (Sustainable Land Administration) and Pillar 3 (Social Inclusion, Dispute Resolution and Income). The successful service provider will be required to deliver the following under each pillar:
Pillar 1. Land Policy and Planning will focus on assisting the Government of Ethiopia to reform and implement inclusive, transparent and fair land proclamations, policies, regulations and procedures. This will include work at both federal and regional levels for consistency as well as recognising regional autonomy. It will enable the government to think through land holistically including developing a clear and inclusive urban land policy.
Pillar 2. Sustainable Land Administration will embed the work of LIFT. FCDO’s contribution will be provided based on the achievement of pre-agreed commitments from Government on finance and human resource allocation on a yearly basis. It will have two main sub-pillars:
Sub-Pillar 2.1. Provide second level certification by expanding the second level land certification started under LIFT to new woredas in the four regions namely Amhara, Tigray, Oromia and SNNPR.
Sub-Pillar 2.2. Strengthening the Land Administration System: to ensure that the land certification process is effective, this will support the rollout, maintenance and sustainability of the developed system under LIFT.
Pillar 3. Social Inclusion, Dispute Resolution and Income: for farmers and particularly women and vulnerable groups to translate their land tenure security into higher productivity, empowerment and wellbeing, support will be provided to the full cycle of social and legal empowerment with targeted interventions to support enhanced incomes.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical criteria
/ Weighting: 60 %
Cost criterion: Commercial criteria
/ Weighting: 40 %
II.2.6) Estimated value
Value excluding VAT:
68 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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 will include the option to extend by up to a maximum of 24 months and an additional GBP 17 000 000. The advertised value of GBP 68 million includes this potential extension. The initial contract will be awarded for no more than GBP 51 million.
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.1.2) 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
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:
30/11/2020
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: 8 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/11/2020
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
VI.4.2) Body responsible for mediation procedures
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
VI.5) Date of dispatch of this notice
26/10/2020