Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
UK
Telephone: +44 2070080932
E-mail: contractsfinder@fcdo.gov.uk
NUTS: UKM84
Internet address(es)
Main address: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Address of the buyer profile: https://fcdo.bravosolution.co.uk/web/login.html
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://fcdo.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fcdo.bravosolution.co.uk/web/login.html
Tenders or requests to participate must be sent to the abovementioned address
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
Syria Education Programme II (SEP-II)
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
SEP-II has been designed to deliver the UK’s commitment to girls’ education and aims to enhance equitability of education for girls and boys by strengthening the quality and inclusivity of formal primary education in Northwest Syria.
Please note that all documentation has been published in the FCDO's eTendering Portal (https://fcdo.bravosolution.co.uk) under pqq_1285.
If you have any issues registering on the portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).
II.1.5) Estimated total value
Value excluding VAT:
31 300 000.00
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:
SY
II.2.4) Description of the procurement
SEP-II will support girls and boys through evidence-based and data-driven education programming. The key pillars underpinning the programme are: (i) Strengthening education management and leadership, ii) enhancing child protection and safeguarding, and (iii) improving teaching and learning systems; The awarded Supplier will deliver activities in each pillar (broadly defined in the Terms of Reference) to support the overall outcome.
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:
31 300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2023
End:
30/06/2027
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 Core Contract value will be £31.3 million for a term of 50 months. There may additional funding of up to £37.8 million in the Core Contract term but this level of funding is not guaranteed. A 25 month extension to the contract may be taken at a value of up to £19.55 million.
These options, if exercised, will be exercised at the sole discretion of FCDO.
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
Restricted 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:
2022/S 000-022567
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/11/2022
Local time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
25/11/2022
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: 6 (from the date stated for receipt of tender)
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
FCDO
Abercrombie House, Eaglesham Road,
East Kilbride
G75 8EA
UK
VI.5) Date of dispatch of this notice
30/09/2022