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

PROJ 10075 Strengthening PFM, Anti-corruption and Accountability Institutions in Sierra Leone (PFM+)

  • First published: 09 November 2020
  • Last modified: 09 November 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:
Foreign, Commonwealth and Development Office
Authority ID:
AA79846
Publication date:
09 November 2020
Deadline date:
07 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The project outcome is to increase DRM, strengthen PFM, and build inclusive, transparent and accountable institutions that foster political participation and fight corruption. This will contribute to:

— increased domestic resources for investments in human capital and greater value for money (VfM) in their use;

— strengthened fiscal and macroeconomic management for economic development;

— progress in addressing the drivers of instability in the context of demographic change; and

— progress towards a demographic transition and a demographic dividend in the long-term.

Delivery will take place through:

• Strategic advice, mentoring, technical assistance (TA) and capacity development to support reform across key public sector actors through politically informed approaches. This will be a mix of long-term positions and short-term support for specific pieces of work. TA will be accompanied by a complementary input budget to support complementary activities.

• Support to civil society and investments in public sector transparency, building accountability mechanisms, feedback loops and the capacity of civil society organisations (CSOs) to hold government accountable.

Support will be delivered through a combination of technical assistance, a complementary input budget, and support to civil society, including project financing. Capacity building will be explicitly addressed in all support, including that to civil society. Civil society support will require the supplier to play a strategic coordinating role to maximise the impact and influence of civil society actors alongside providing project financing to civil society organisations to deliver specific pieces of work, research or data. The supplier is required to work politically and ensure approaches are underpinned by robust political economy analysis.

The supplier will be accountable to FCDO as the funding entity. They will report directly to the programme Senior Responsible Officer PFM+ will provide support to the following recipients:

• Government MDAs: National Revenue Authority, Ministry of Finance, Accountant General’s Office. Possibly Ministry of Health, Ministry of Basic and Secondary School Education and associated Agencies (e.g. Teacher Service Commission), and Office of the Chief Minister.

• Oversight institutions: e.g. National Public Procurement Authority, the Independent Procurement Review Panel, Anti-Corruption Commission, the Judiciary (in relation to anti-corruption), Audit Service Sierra Leone, Parliament and parliamentary committees.

• Domestic civil society organisations and other relevant bodies working in the programme’s focus areas to provide oversight and hold the government accountable for the delivery of reforms in financial management, revenue and anti-corruption.

Note that the advertised maximum contract value includes budget for a flexible technical assistance facility. More details can be found in the tender documentation.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Foreign, Commonwealth and Development Office

Abercrombie House, 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 10075 Strengthening PFM, Anti-corruption and Accountability Institutions in Sierra Leone (PFM+)

Reference number: DN167

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The UK Foreign and Commonwealth Development Office (FCDO) is procuring a service provider to design, manage and deliver a new flagship public financial management (PFM), domestic revenue mobilisation (DRM), anti-corruption and accountability project in Sierra Leone: ‘PFM+’. This will form the main component under the second phase of the FCDO Sierra Leone programme ‘Strengthening Public Financial Management, Anti-Corruption and Accountability Institutions in Sierra Leone’.

II.1.5) Estimated total value

Value excluding VAT: 27 650 000.00  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 project outcome is to increase DRM, strengthen PFM, and build inclusive, transparent and accountable institutions that foster political participation and fight corruption. This will contribute to:

— increased domestic resources for investments in human capital and greater value for money (VfM) in their use;

— strengthened fiscal and macroeconomic management for economic development;

— progress in addressing the drivers of instability in the context of demographic change; and

— progress towards a demographic transition and a demographic dividend in the long-term.

Delivery will take place through:

• Strategic advice, mentoring, technical assistance (TA) and capacity development to support reform across key public sector actors through politically informed approaches. This will be a mix of long-term positions and short-term support for specific pieces of work. TA will be accompanied by a complementary input budget to support complementary activities.

• Support to civil society and investments in public sector transparency, building accountability mechanisms, feedback loops and the capacity of civil society organisations (CSOs) to hold government accountable.

Support will be delivered through a combination of technical assistance, a complementary input budget, and support to civil society, including project financing. Capacity building will be explicitly addressed in all support, including that to civil society. Civil society support will require the supplier to play a strategic coordinating role to maximise the impact and influence of civil society actors alongside providing project financing to civil society organisations to deliver specific pieces of work, research or data. The supplier is required to work politically and ensure approaches are underpinned by robust political economy analysis.

The supplier will be accountable to FCDO as the funding entity. They will report directly to the programme Senior Responsible Officer PFM+ will provide support to the following recipients:

• Government MDAs: National Revenue Authority, Ministry of Finance, Accountant General’s Office. Possibly Ministry of Health, Ministry of Basic and Secondary School Education and associated Agencies (e.g. Teacher Service Commission), and Office of the Chief Minister.

• Oversight institutions: e.g. National Public Procurement Authority, the Independent Procurement Review Panel, Anti-Corruption Commission, the Judiciary (in relation to anti-corruption), Audit Service Sierra Leone, Parliament and parliamentary committees.

• Domestic civil society organisations and other relevant bodies working in the programme’s focus areas to provide oversight and hold the government accountable for the delivery of reforms in financial management, revenue and anti-corruption.

Note that the advertised maximum contract value includes budget for a flexible technical assistance facility. More details can be found in the tender documentation.

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: 27 650 000.00  GBP

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

Duration in months: 37

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 run up until March 2024, with a maximum value of up to GBP 17 650 000. The end date is fixed and if the contract is not awarded on time as planned this may result in a shorter duration contract. The contract will include an option to extend by an additional 24 months and up to an additional GBP 10 000 000 in value. The total value advertised of GBP 27 650 000 includes the extension budget.

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

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 047-112546

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 07/12/2020

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: 07/12/2020

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

04/11/2020

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:
ross.mcgarry@fcdo.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.