Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
Telephone
+44 2070080932
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Women's Integrated Sexual Health 2 (WISH 2)
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
FCDO are seeking to appoint organisations to lead the delivery of the WISH 2 Sexual and Reproductive Health Rights (SRHR) programme. The programme will provide support for target countries over two geographical lots on comprehensive SRHR including support for service delivery. The programme will deliver the following four outputs:
1. Information attitudes and social norms: Individuals have increased knowledge, capacity and family/community support to make informed SRHR decisions and recognise and advocate for their SRHR.
2. Sustainable, inclusive access to integrated SRHR services: Access to quality, voluntary Family Planning (FP) and other comprehensive Sexual and Reproductive Health (SRH) services, eliminating barriers for young and marginalised women, the poorest and those with disabilities, including in fragile and conflict-affected areas.
3. SRHR policy environment: Improved policies and legal framework to support comprehensive SRHR and gender equality, effective government financing, commodity security and integrated SRHR service capacity and civil society capacity to advocate and support improvements.
4. Evidence and learning: Evidence based innovations and practice shared globally to increase women's choice and access to SRH services and rights.
Lot 1 will include focus countries: Chad, Democratic Republic of Congo, Mali, Mauritania, Niger, Senegal.
Lot 2 will include focus countries: Burundi, Ethiopia, Madagascar, Somalia, South Sudan, Zambia.
two.1.5) Estimated total value
Value excluding VAT: £136,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
WISH 2 Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
West and Central Africa
two.2.4) Description of the procurement
It is intended that the Contract will be awarded for an Initial Term of 62 months. The Programme will consist of three phases:
1. Inception Phase - 6 months
2. Implementation Phase - 52 months
3. Exit/Closure Phase - 4 months
Potential extension if approved by FCDO: up to 36 months.
The total initial budget and contract value for Lot 1 is up to £60,875,000 inclusive of all applicable taxes (Note: FCDO programmes are not automatically tax exempt and therefore supplier will be liable to pay local tax in focus countries).
All funding is subject to review during UK Government Spending Reviews and other in-year internal processes.
Possible extension if approved by FCDO: Up to £30.5m Lot 1. The option to extend is at the sole discretion of FCDO.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £60,875,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
62
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Are included in the SQ Information and Instructions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Initial Contract value for Lot 1 will be no more than £60,875,000. There is the option to extend the Contract for Lot 1 by up to 36 months with additional funding of up to £30,500,000.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
WISH 2 Lot 2
Lot No
2
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
East and Southern Africa
two.2.4) Description of the procurement
It is intended that the Contract will be awarded for an Initial Term of 62 months. The Programme will consist of three phases:
1. Inception Phase - 6 months
2. Implementation Phase - 52 months
3. Exit/Closure Phase - 4 months
Potential extension if approved by FCDO: up to 36 months.
The total initial budget and contract value for Lot 2 is up to £75,125,000 inclusive of all applicable taxes (Note: FCDO programmes are not automatically tax exempt and therefore supplier will be liable to pay local tax in focus countries).
All funding is subject to review during UK Government Spending Reviews and other in-year internal processes.
Possible extension if approved by FCDO: Up to £37.5m Lot 2. The option to extend is at the sole discretion of FCDO.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £75,125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
62
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Are included in the SQ Information and Instructions
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Initial Contract value for Lot 2 will be no more than £75,125,000. There is the option to extend the Contract for Lot 2 by up to 36 months with additional funding of up to £37,500,000.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 September 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 October 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Foreign Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
Country
United Kingdom