Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G758EA
Contact
Milena Bandere
Telephone
+44 2070080932
Country
United Kingdom
Region 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