Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

PROJ10061 Pathways to Prosperity for Extremely Poor People

  • Cyhoeddwyd gyntaf: 13 Chwefror 2020
  • Wedi'i addasu ddiwethaf: 13 Chwefror 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Department for International Development
ID Awudurdod:
AA77174
Dyddiad cyhoeddi:
13 Chwefror 2020
Dyddiad Cau:
17 Mawrth 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

At a summary level the supplier will provide the following requirements:

(a) provide overall programme management through a Programme Management Unit (PMU). PMU will coordinate all programme activities and across our multi-partner Pathways to Prosperity for Extremely Poor People (PPEPP) in Bangladesh programme. This role will also include provision of specific technical and capability development for PKSF, one of the main implementing partners;

(b) deliver a market systems component;

(c) lead and deliver an extreme poverty policy and governance facility; and

(d) design and manage a pilot life cycle grant (design to be used to secure ministerial approval to proceed to implementation of the grant scheme). The successful supplier will require to ring fence funds for the life-cycle grant scheme.

Note: the supplier will have no direct contractual relationship with the major implementing partner, PKSF, nor the CSO focused on livelihoods delivery in the Chittagong Hill tracts area. The scope and managing requirements of the PMU role has been discussed with other partners and will be set out within their agreements with DFID. To avoid conflicts of interest PKSF and the CSO cannot be part of the supply chain for this requirement.

DFID is seeking a supplier to deliver a 60-month contract of up to 35 500 000 GBP from June 2020 until June 2025 for the Pathways to Prosperity for Extremely Poor People (PPEPP) programme in Bangladesh.

The timeframe may be extended by up to an additional 4 years beyond the original 5-year term until June 2029 subject to satisfactory performance of the supplier, securing ministerial Approval of the phase 2 requirement, and the agreement of the supplier and DFID, utilising a negotiated procedure.

There is provision to scale up by an additional 24 500 000 GBP depending on the success of the programme, performance and achievement of targets and if increased funds become available, utilising the negotiated procedure. The estimated value includes all applicable taxes and tenderers should include all applicable taxes in their tenders. Additional funds, may be provided by DFID, other donors, or a combination of donors.

Please note that the estimated value of 60 500 000 GBP, represents a maximum for the combined phase 1 and phase 2, and DFID expects that competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level for the phase 1 requirement only.

The main recipient of the services will be Government of Bangladesh.

Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care for their staff and any third party sub-contractors.

A hybrid payment by results model will be used for effective implementation of the PPEPP programme and will link to achievement of agreed KPI’s and milestones. Key performance indicators will link delivery of targets to an agreed payment schedule.

A DFID standard service contract will be awarded.

Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

Person cyswllt: Susan Lynch

Ffôn: +44 1355843620

E-bost: S-Lynch@dfid.gov.uk

NUTS: UKM95

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/department-for-international-development

Cyfeiriad proffil y prynwr: https://dfid.proactisportal.com

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://dfid.proactisportal.com


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://dfid.proactisportal.com


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: International Development

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

PROJ10061 Pathways to Prosperity for Extremely Poor People

Cyfeirnod: PROJ10061

II.1.2) Prif god CPV

75211200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Extremely poor households in Bangladesh find it difficult to get jobs and to access basic services such as health and education. This programme will support extremely poor people (primarily targeting women) to connect to mainstream economic growth and jobs. It will also build the national systems that are needed to support public and private investment in extreme poverty programmes and basic services like health and education.

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support Phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

The ultimate goal of this programme is to enable 2 000 000 people in Bangladesh to work their way out of extreme poverty for good and leave a programmatic approach which can be graduated to Government of Bangladesh at the end of the 9-year period for them to sustain efforts against extreme poverty independently.

Programme impact: the combined impact of phases 1 and 2 is expected to be:

(i) up to 2 000 000 extremely poor people exit extreme poverty;

(ii) 867 000 women and children reached with a package of nutrition-related interventions;

(iii) 250 000 women experience a significant change in their social status and ability to make decisions about their lives;

(iv) increased investment by the Government of Bangladesh in quality service provision to extreme poor households in the targeted communities.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 60 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKM95


Prif safle neu fan cyflawni:

The main place of performance and delivery of the requirement will be Bangladesh.

II.2.4) Disgrifiad o’r caffaeliad

The supplier will manage, and part implement the first 5-year phase of a 9-year (multi partner programme). As at this time only the first 5 years has received ministerial approval and part of the role of the successful supplier will be to support the clarification of needs for Phase 2 to support phase 2 approval and the programme’s eventual graduation to Government of Bangladesh. Phase 2 approval, 4 years extension, will be sought from ministers.

At a summary level the supplier will provide the following requirements:

(a) provide overall programme management through a Programme Management Unit (PMU). PMU will coordinate all programme activities and across our multi-partner Pathways to Prosperity for Extremely Poor People (PPEPP) in Bangladesh programme. This role will also include provision of specific technical and capability development for PKSF, one of the main implementing partners;

(b) deliver a market systems component;

(c) lead and deliver an extreme poverty policy and governance facility; and

(d) design and manage a pilot life cycle grant (design to be used to secure ministerial approval to proceed to implementation of the grant scheme). The successful supplier will require to ring fence funds for the life-cycle grant scheme.

Note: the supplier will have no direct contractual relationship with the major implementing partner, PKSF, nor the CSO focused on livelihoods delivery in the Chittagong Hill tracts area. The scope and managing requirements of the PMU role has been discussed with other partners and will be set out within their agreements with DFID. To avoid conflicts of interest PKSF and the CSO cannot be part of the supply chain for this requirement.

DFID is seeking a supplier to deliver a 60-month contract of up to 35 500 000 GBP from June 2020 until June 2025 for the Pathways to Prosperity for Extremely Poor People (PPEPP) programme in Bangladesh.

The timeframe may be extended by up to an additional 4 years beyond the original 5-year term until June 2029 subject to satisfactory performance of the supplier, securing ministerial Approval of the phase 2 requirement, and the agreement of the supplier and DFID, utilising a negotiated procedure.

There is provision to scale up by an additional 24 500 000 GBP depending on the success of the programme, performance and achievement of targets and if increased funds become available, utilising the negotiated procedure. The estimated value includes all applicable taxes and tenderers should include all applicable taxes in their tenders. Additional funds, may be provided by DFID, other donors, or a combination of donors.

Please note that the estimated value of 60 500 000 GBP, represents a maximum for the combined phase 1 and phase 2, and DFID expects that competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level for the phase 1 requirement only.

The main recipient of the services will be Government of Bangladesh.

Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care for their staff and any third party sub-contractors.

A hybrid payment by results model will be used for effective implementation of the PPEPP programme and will link to achievement of agreed KPI’s and milestones. Key performance indicators will link delivery of targets to an agreed payment schedule.

A DFID standard service contract will be awarded.

Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Methodology / Pwysoliad: 29

Maes prawf ansawdd: Quality of personnel / Pwysoliad: 16

Maes prawf ansawdd: Presentations / Pwysoliad: 15

Maen prawf cost: Commercial criteria / Pwysoliad: 40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 60 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The contract includes an extension of up to 48 months. The contract includes an option for additional services of the same type to be provided as well as to deliver the life cycle grants detailed in the terms of reference which are part of the tender documents. The total contract duration including extension options shall be 108 months.

There is an option to increase the contract value by up to an additional 24 500 000 GBP over and above the original financial limit of the contract.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Ydy

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

https://dfid.proactisportal.com

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 17/03/2020

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 17/03/2020

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

The authority expressly reserves the right:

(i) not to award any contract(s) 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 supply partner Portal https://Dfid.proactisportal.com

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

Ffôn: +44 1355843312

E-bost: L-Sime@DFID.gov.uk

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

10/02/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75211200 Gwasanaethau sy’n gysylltiedig â chymorth economaidd tramor Gwasanaethau materion tramor

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
S-Lynch@dfid.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.