Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 425023-2018

29/09/2018    S188

United Kingdom-East Kilbride: Foreign economic-aid-related services

2018/S 188-425023

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Department for International Development
Postal address: Abercrombie House, Eaglesham Road
Town: East Kilbride
NUTS code: UKM95 South Lanarkshire
Postal code: G75 8EA
Country: United Kingdom
Contact person: Kevin McGrath
E-mail: k-mcgrath@dfid.gov.uk
Telephone: +44 1355843765
Internet address(es):
Main address: https://www.gov.uk/government/organisations/department-for-international-development/
Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-international-development/about/procurement/
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://supplierportal.dfid.gov.uk/selfservice/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
Other 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 code
75211200 Foreign economic-aid-related services
II.1.3)Type of contract
Services
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 Neglected Tropical Diseases (NTDs) in approximately 20 high burden countries. The focus will be on 5 NTDs:

— Lymphatic Filariasis,

— 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.1.5)Estimated total value
Value excluding VAT: 300 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1: Southern Asia and East Africa;

Lot 2: Western and Central Africa.

Lots will be evaluated separately but tenderers bidding for both lots will be expected to deliver efficiencies,economies of scale and synergies if successful in being awarded both individual lots.

II.2)Description
II.2.1)Title:

Southern Asia and East Africa

Lot No: 1
II.2.2)Additional CPV code(s)
85100000 Health services - RA08
II.2.3)Place of performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2019
End: 31/03/2022
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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 funds
The 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:

Western and Central Africa

Lot No: 2
II.2.2)Additional CPV code(s)
85100000 Health services - RA08
II.2.3)Place of performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 150 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/04/2019
End: 31/03/2022
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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 funds
The 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 III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Bidders must have the appropriate licences (if required) to operate in any given countries in scope.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Refer to contract documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open 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
Notice number in the OJ S: 2017/S 187-382839
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 16/11/2018
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 16/11/2018
Local time: 14:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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 body
Official 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 procedures
Official 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:
27/09/2018