Women for women health initiative
DFID seeks to identify a service provider (SP) to manage its women for health (W4H) programme in Nigeria.
UK-East Kilbride: foreign economic-aid-related services
2012/S 78-128609
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Economic and financial affairs
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Women for women health initiative.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UNITED KINGDOM.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
DFID seeks to identify a service provider (SP) to manage its women for health (W4H) programme in Nigeria. The contract is expected to run for 5 years (2012 to 2017) with the possibility of an extension of 1 year. The cost of the SP and implementation of W4H will be met from the DFID Nigeria programme. The proposed impact of the work is: by 2017, 7 000 females will be trained or in training as health workers in Northern Nigeria.
W4H measures of success for the SP will include – increased number of female community health workers, nurses and midwives in training; improved recruitment and retention of female health workers based in rural communities and improved coverage by female health workers of women of childbearing age (per 100 000 of population.
The SP will establish and manage the W4H programme to deliver the specified outputs through providing technical and advisory input, being responsible for day-to-day management and overseeing the implementation of the programme in five Northern Nigerian states (Kano, Katsina, Jigawa, Yobe and Zamfara).
The objective of the programme is to increase the number of female health workers in training, and serving health facilities and rural communities in the 5 Northern Nigerian states.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: As stated in pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality of Personnel (including but not limited to appropriate seniority/expertise, appropriate mix of skills, contacts/networks). Weighting 40
2. Methodology (including use/number of days input). Weighting 40
3. Commercial. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
5874
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
23.5.2012 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.6.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Expressions of interest should be submitted via the DFID portal https://supplierportal.dfid.gov.uk/selfservice/ using the PQQ guidance available. Draft terms of reference can also be found at the website address. DFID programme staff should not be contacted. Following assessment of expressions of interest, DFID will invite short listed applicants to submit full technical and commercial proposals and inform applicants not short-listed that they are unsuccessful. Prices are not required at expression of interest stage. When required, pricing must be in sterling and payments under the contract will be made in sterling. The contract will be governed by English law. DFID reserves the right to annul the tendering process and not award a contract. From 1.4.2001 all UK development assistance has been fully untied which allows suppliers from anywhere in the world to bid for DFID contracts. Where circumstances require further extensions beyond the original contract duration/agreed extensions DFID will consider doing so by means of the negotiated procedure where necessary conditions can be met.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:16.4.2012