Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityOther activity: International Development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Accelerating the Control and Elimination of Neglected Tropical Diseases (ASCEND)
Reference number: 8374
II.1.2)Main CPV code75211200 Foreign economic-aid-related services
II.1.3)Type of contractServices
II.1.4)Short description:
Accelerating the Sustainable Control and Elimination of Neglected Tropical Diseases (ASCEND) will be a DFID centrally managed programme to provide up to 200 000 000 GBP over the period April 2019 to March 2022. This will support the control and elimination of NeglectedTropical Diseases (NTDs) in approximately 20 high burden countries. The focus will be on 5 NTDs:
— lymphaticfilariasis,
— onchocerciasis,
— schistosomiasis,
— visceral leishmaniasis, and
— trachoma.
The programme split between 2 geographical lots will be delivered in Southern Asia and East Africa (100 000 000 GBP) and Western and Central Africa (100 000 000 GBP). DFID reserves the right to extend the programme for a further 18 months up to an additional 50 000 000 GBP for each lot.
II.1.6)Information about lotsThis contract is divided into lots: yes
II.1.7)Total value of the procurement (excluding VAT)Value excluding VAT: 200 000 000.00 GBP
II.2)Description
II.2.1)Title:
Lot 1: ASCEND Southern Asia and East Africa
Lot No: 1
II.2.2)Additional CPV code(s)85100000 Health services - RA08
II.2.3)Place of performanceNUTS code: UKM95 South Lanarkshire
Main site or place of performance:
Southern Asia and East Africa (Bangladesh, Ethiopia, India, Kenya, Malawi, Mozambique, Nepal, South Sudan, Sudan, Tanzania, Uganda, Zambia).
II.2.4)Description of the procurement:
Lot 1: is for NTDs services in a number of countries (Bangladesh; Ethiopia; India; Kenya; Malawi; Mozambique;Nepal; South Sudan; Sudan; Tanzania; Uganda; Zambia.)
The contract is for 36 months with the possibility of extending for a further 18 months. The programme will:
(i) prevent new infections;
(ii) treat infected people;
(iii) provide long term care;
(iv) build systems for sustainability;
(v) contributing to the global evidence base to improve effectiveness of NTD programmes. Lot 1 value is for 100 000 000 GBP with the potential to extend for up to a further 50 000 000 GBP should additional funds be made available. This figure will include all applicable taxes. The contract will provide programme management services to coordinate project activities such as Mass Drug Administration, intensified disease management, Baseline surveys, TAS, surveillance, training, advocacy, integration, communications, treatments, operational research supporting implementation challenges and any other programme specific activities.
II.2.5)Award criteriaQuality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
II.2.11)Information about optionsOptions: yes
Description of options:
This contract includes an extension option for Lot 1 for an additional 18 months. The total contract duration, including option to extend, will be 54 months.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
This is a flexible and adaptive programme that will depend on the context and disease burden of each of the countries in scope and may be likely to change.
II.2)Description
II.2.1)Title:
Lot 2: ASCEND Western and Central Africa
Lot No: 2
II.2.2)Additional CPV code(s)85100000 Health services - RA08
II.2.3)Place of performanceNUTS code: UKM95 South Lanarkshire
Main site or place of performance:
Western and Central Africa (Burkina Faso, Chad, Cote d’Ivoire, DRC, Ghana, Guinea, Guinea-Bissau, Liberia, Niger, Nigeria, CAR, Benin, Sierra Leone).
II.2.4)Description of the procurement:
Lot 2 is for NTDs services in a number of countries (Burkina Faso; Chad; Cote d’Ivoire; DRC; Ghana; Guinea; Guinea Bissau; Liberia; Niger; Nigeria (CAR; Benin, Sierra Leone).
The contract is for 36 months with the possibility of extending for a further 18 months. The programme will:
(i) prevent new infections;
(ii) treat infected people;
(iii) provide long term care;
(iv) build systems for sustainability;
(v) contributing to the global evidence base to improve effectiveness of NTD programmes. Lot 2 value is for 100 000 000 GBP with the potential to extend for up to a further 50 000 000 GBP should additional funds be made available. This figure will include all applicable taxes. The contract will provide programme management services to coordinate project activities such as Mass Drug Administration, intensified disease management, baseline surveys, TAS, surveillance, training, advocacy, integration, communications, treatments, operational research supporting implementation challenges and any other programme specific activities.
II.2.5)Award criteriaQuality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
II.2.11)Information about optionsOptions: yes
Description of options:
This contract includes an extension option for Lot 2 for an additional 18 months. The total contract duration, including option to extend, will be 54 months.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
This is a flexible and adaptive programme that will depend on the context and disease burden of each of the countries in scope and may be likely to change.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the 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 IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Title:
Lot 1: ASCEND Southern Asia and East Africa
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:12/04/2019
V.2.2)Information about tendersNumber of tenders received: 3
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Crown Agents Ltd
Postal address: Blue Fin Building, 110 Southwark street
Town: London
NUTS code: UKI31 Camden and City of London
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 150 000 000.00 GBP
Total value of the contract/lot: 100 000 000.00 GBP
V.2.5)Information about subcontracting
Section V: Award of contract
Title:
Lot 2 ASCEND Western and Central Africa
A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:12/04/2019
V.2.2)Information about tendersNumber of tenders received: 2
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractorOfficial name: Sightsavers
Postal address: 35 Perrymount Road, Haywards Heath
Town: West Sussex
NUTS code: UKJ27 West Sussex (South West)
Country: United Kingdom
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)Initial estimated total value of the contract/lot: 150 000 000.00 GBP
Total value of the contract/lot: 91 670 124.00 GBP
V.2.5)Information about subcontracting
Section VI: Complementary information
VI.3)Additional information:
The Authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by the candidates. Procurement documents can be accessed through the DFID Supplier Portal(https://supplierportal.dfid.gov.uk/selfservice/).
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Gerry O'Connor, Department for International Development
Postal address: Eaglesham Road
Town: East Kilbride
Postal code: G75 8EA
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: Gerry O'Connor, Department for International Development
Postal address: Eaglesham Road
Town: East Kilbride
Postal code: G75 8EA
Country: United Kingdom
VI.5)Date of dispatch of this notice:14/06/2019