Opportunity

Sierra Leone Secondary Education Improvement Project Phase 2 (SSEIP II)

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice reference: 2022/S 000-027258

Published 28 September 2022, 5:26pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

Abercrombie House, Eaglesham Road

East Kilbride

G758EA

Contact

Milena Bandere

Email

milena.bandere@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

Buyer's address

https://fcdo.bravosolution.co.uk/web/login.html

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://fcdo.bravosolution.co.uk/web/login.html

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

Other activity

International Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Sierra Leone Secondary Education Improvement Project Phase 2 (SSEIP II)

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.1.4) Short description

Sierra Leone Secondary Education Improvement Project Phase 2 (SSEIP II) is a Technical Assistance programme aiming at delivering the UK’s ambition for 12 years of quality education for all. SSEIP II will directly contribute to the global target of getting 40 million more girls in school. The programme will contribute to education Key Performance Indicators by halving the number of adolescent out-of-school girls and improving learning conditions for 1.6 million girls and boys in Sierra Leone. It will also make an important contribution to reducing early marriage and increasing contraceptive use. The SSEIP II programme will deliver three priority areas, referred to as ‘pillars’. This contract will deliver Pillar 2 - Strengthen government systems in Sierra Leone to deliver improved education for adolescent girls and children with disabilities.

two.1.5) Estimated total value

Value excluding VAT: £19,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • SL - Sierra Leone

two.2.4) Description of the procurement

FCDO is implementing a programme of support to the education sector — the Sierra Leone Secondary Education Improvement Programme (SSEIPII) over the next 5 years, 2023 to 2028. The SSEIPII will support the Ministry of Education, Science and Technology (MEST) to improve learning outcomes for boys and girls at upper primary and secondary level and to increase the enrolment, retention and well-being of girls in school.

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: £19,000,000

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

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract will include an option for FCDO to extend the term of the contract by additional 3 x 12 months, with up to £15 million in value for these additional 36 months, which brings the total potential value to £34m. This option, if exercised, will be exercised at the sole discretion of FCDO.

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

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-024485

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

Date

2 November 2022

Local time

2:00pm

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: 8 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 November 2022

Local time

2:00pm


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 invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

FCDO

Abercrombie House, Eaglesham Road,

East Kilbride

G75 8EA

Country

United Kingdom