- Scope of the procurement
- Lot 1. International Courier services West Africa
- Lot 2. National /Domestic courier services provision West Africa
- Lot 3. International Courier Services East and Hon Africa
- Lot 4. National /Domestic Courier Services East and Hon Africa
- Lot 5. International Courier services Southern Africa
- Lot 6. National/Domestic Courier services Southern Africa
Section one: Contracting authority
one.1) Name and addresses
British Council
20 Thompson Avenue ,Ikoyi, Lagos
Lagos
Contact
Sandra Banda
sandra.banda@britishcouncil.org
Country
Nigeria
NUTS code
NG - Nigeria
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/britishcouncil
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/britishcouncil
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Registered Charity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SSA_2024_Courier Services Framework ITT
Reference number
BC/03611
two.1.2) Main CPV code
- 64120000 - Courier services
two.1.3) Type of contract
Services
two.1.4) Short description
7.1 Introduction and background to the tender This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
International Courier services West Africa
Lot No
1
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- NG - Nigeria
Main site or place of performance
This lot will deliver services for these countries;NigeriaGhanaSenegalThe contract will be managed from British Council Nigeria
two.2.4) Description of the procurement
7.1 Introduction and background to the tender This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
This contract is for 3 years with an option for renewal for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
1,000,000 Gbp estimated value of lot 1
two.2) Description
two.2.1) Title
National /Domestic courier services provision West Africa
Lot No
2
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- NG - Nigeria
two.2.4) Description of the procurement
This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is for initial 3 years with possibility of extension for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
International Courier Services East and Hon Africa
Lot No
3
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- KE - Kenya
two.2.4) Description of the procurement
This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is for initial 3 years with possibility of extension for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
National /Domestic Courier Services East and Hon Africa
Lot No
4
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- KE - Kenya
two.2.4) Description of the procurement
This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract will be for initial 3 years with possibility of extension for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
International Courier services Southern Africa
Lot No
5
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- ZA - South Africa
two.2.4) Description of the procurement
This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is for initial 3 years with possibility of extension for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.2.14) Additional information
Cluster value is about 1,000,000Gbp
two.2) Description
two.2.1) Title
National/Domestic Courier services Southern Africa
Lot No
6
two.2.2) Additional CPV code(s)
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- ZA - South Africa
two.2.4) Description of the procurement
This invitation to tender (ITT) seeks to obtain the most effective and efficient business courier services provider for the British Council Sub-Saharan Africa (British Council, SSA), as outlined in the Specification, Clause 7 of the ITT. This will comprise both international (within SSA and overseas) and local (in-country in some cases) courier service for our business courier needs as indicated in the Lots for this tender. The British Council is looking for a supplier with demonstrable expertise in delivering these services to a high standard, while offering excellent value for money effectively, efficiently, timely and safely. During our last financial year (2023/24), approximately GBP £2,100,000 was spent on courier services across 20 countries of operation, this excludes postage, visa, diplomatic luggage etc. The operations are in the various countries as outlined herein.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The contract is for initial 3 years with possibility of extension for another 12 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
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
26 September 2024
Local time
11:59pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 September 2024
Local time
8:00am
Place
Harare, Zimbabwe
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Suppliers who wish to express an interest and take part in the tender process will be required to register on our e-Tendering portal In-Tend hosted athttps://in-tendhost.co.uk/britishcouncil.(https://in-tendhost.co.uk/britishcouncil.)Once registered, bidders must log-in to the website where they can view the project and access the bidders pack and submit their return. Bidders will also be required to demonstrate their capability and `means of proof will be required. These conditions are outlined in the ITT. Please note, once an expression of interest has been logged, all correspondence and question must be submitted via the In-Tend portal
six.4) Procedures for review
six.4.1) Review body
The High Court Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England,Wales and Northern Ireland).