Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)British Council
10 Spring Gardens
For the attention of: Neil Williams, Olga Biegus
SW1A 2BN London
United Kingdom
E-mail:
Internet address(es):
General address of the contracting authority: www.britishcouncil.org
Address of the buyer profile: http://www.in-tendhost.co.uk/britishcouncil
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityOther: registered charity
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Connecting Classrooms - Lead Supplier for Impact Evaluation.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: The Supplier will be required to provide the Services in the UK, Sub-Saharan Africa, East Asia, South Asia and the Middle East and North Africa and such other locations as may be agreed between the parties in writing from time to time.
NUTS code UKI
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)
To design and implement an impact evaluation into the longer term outcomes of the British Council's Connecting Classrooms programme.
The design needs to establish that any effects of Connecting Classrooms interventions can reasonably be attributed to the programme and not solely to other influences. In order to do this, it is important to establish a control group of schools that have not taken part in the programme but are similar in other respects. If outcomes and impacts predicted for Connecting Classrooms interventions are present in schools that participated in the programme but not in comparison schools, then these can reasonably be attributed to the programme.
Suppliers are invited to outline their approach in the response section, with particular as to how they intend to ensure the control group is comparable with the intervention group.
Connecting Classrooms operates in over 40 countries across 5 regions (Sub-Saharan Africa, South Asia, Middle East and North Africa, East Asia and the UK). It is anticipated that this study will focus on a minimum of 5 countries, and will include a minimum of 10 schools per country (50 schools in total). The countries for focus in this study will be determined by the British Council and its funding partner for the programme, the Department for International Development (DFID), in consultation with the selected supplier.
The minimum of 10 schools per country should aim for a minimum achieved sample of:
- At least 5 schools which have participated in Connecting Classrooms interventions (treatment group)
- At least 5 schools which have not participated in Connecting Classrooms interventions (control group).
The 5 schools selected for involvement in the treatment group should reflect the range of Connecting Classrooms training interventions offered in the region.
II.1.6)Common procurement vocabulary (CPV)73300000, 79315000, 73210000, 79419000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants 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
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion Starting 3.10.2016. Completion 31.5.2018
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please note that the supplier will assign to the British Council with full title guarantee all its right, title and interest in and to the any IPR created under the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Annex 1, Annex 2 - sample contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but each supplier will be required to become jointly and severably responsible for the contract before acceptance.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See ITT and Annex 1, Annex 2 - sample contract.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See ITT and Annex 1, Annex 2 - sample contract.
Minimum level(s) of standards possibly required: See ITT and Annex 1, Annex 2 - sample contract.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See ITT and Annex 1, Annex 2 - sample contract.
Minimum level(s) of standards possibly required:
See ITT and Annex 1, Annex 2 - sample contract.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
BC/00239
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate19.8.2016 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
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:6.7.2016