Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Lesotho

Contracting authority is procuring technical expertise for Lesotho as specified in this Invitation to tender and its annexes. The procurement is divided into four technical areas (TA), which are: 1. Improve Teacher Management by reviewing and developing New Comprehensive Teacher Policy and related Strategies 2. Develop Teacher Monitoring and Assessment …

CPV: 73000000 Research and development services and related consultancy services, 72224000 Project management consultancy services, 73200000 Research and development consultancy services, 75112100 Administrative development project services, 75121000 Administrative educational services, 79400000 Business and management consultancy and related services, 79421200 Project-design services other than for construction work, 79421000 Project-management services other than for construction work
Deadline:
Oct. 6, 2025, 9 a.m.
Deadline type:
Submitting a bid
Place of execution:
Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Lesotho
Awarding body:
Finnish National Agency for Education
Award number:
OPH-3769-2025

1. Buyer

1.1 Buyer

Official name : Finnish National Agency for Education
Legal type of the buyer : Central government authority
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Regional Teachers Initiative for Africa (RTIA): Technical Expertise for Lesotho
Description : Contracting authority is procuring technical expertise for Lesotho as specified in this Invitation to tender and its annexes. The procurement is divided into four technical areas (TA), which are: 1. Improve Teacher Management by reviewing and developing New Comprehensive Teacher Policy and related Strategies 2. Develop Teacher Monitoring and Assessment policy, tools and frameworks and sensitize relevant stakeholders for their usage. 3. Development of incentive models to improve teacher performance and retention in the underserved areas to encourage professional development and build capacity for their implementation and monitoring 4. Establishment of an Autonomous and Financially Sustainable Teaching Council Proposed period of implementation is between October 2025 and May 2026. The scope of the procurement and the division into technical areas are described in more detail particularly in annexes 1.1.-1.4. The Finnish National Agency for Education (EDUFI) is an agency responsible for education and training, early childhood education and care, and lifelong learning in Finland. Operating under the Ministry of Education and Culture, EDUFI promotes internationalization, supports educational development, and ensures the quality and accessibility of education across the country. The Regional Teachers Initiative for Africa (RTIA) is an EU-funded Team Europe Initiative supporting teacher education and teacher professional development in Sub-Saharan Africa. The RTIA is implemented by a Facility consisting of Expertise France, Finnish National Agency for Education EDUFI, Enabel, VVOB, and APEFE. This technical expertise procurement is part of the RTIA Window 1 Technical Assistance, implemented by EDUFI.
Procedure identifier : d3df21c6-19ee-4372-a4ec-5d1cfc416daf
Internal identifier : OPH-3769-2025
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The Contracting authority will award the contract to one (1) supplier in every technical area as a result of this procurement. The same supplier can be selected for one or multiple technical areas. Procurement contracts will be made for each technical area independency.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421200 Project-design services other than for construction work

2.1.2 Place of performance

Country : Lesotho
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days.

2.1.3 Value

Estimated value excluding VAT : 265 506 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TA 1: Improve Teacher Management by reviewing and developing New Comprehensive Teacher Policy and related Strategies
Description : The technical area (TA) aims to The technical area (TA) aims to review developed policies (Comprehensive Teacher Policy) and develop new ones, develop strategies to manage teacher workload and ensure equitable distribution of teachers across schools, conduct research on issues affecting teacher performance including the implementation of developed curriculum. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.1 "ToR TA1 International and National Experts".
Internal identifier : 1-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Lesotho
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 25 days.

5.1.3 Estimated duration

Duration : 8 Month

5.1.5 Value

Estimated value excluding VAT : 81 583 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 19/09/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/10/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 09:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : Appeals must be made in writing within 14 days from the date the supplier receives the procurement decision along with the instructions for appeal. The appeal period begins on the day following the date of notification. Therefore, the date of notification is not included in the appeal period.

5.1 Lot technical ID : LOT-0002

Title : TA 2: Develop Teacher Monitoring and Assessment policy, tools and frameworks and sensitize relevant stakeholders for their usage
Description : The technical area (TA) aims to develop M&E policy with monitoring tools and frameworks for monitoring teacher performance and professional conduct e.g. absenteeism and professional conduct, sensitise district education managers, school inspectors, NFE officers, TVET inspectors, immediate supervisor to assess and provide actionable feedback on teacher performance. The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.2 "ToR TA2 International and National Experts".
Internal identifier : 2-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Lesotho
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 25 days.

5.1.3 Estimated duration

Duration : 8 Month

5.1.5 Value

Estimated value excluding VAT : 76 143 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 19/09/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/10/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 09:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : Appeal must be made in writing within 14 days from the date the supplier receives the procurement decision along with the instructions for appeal. The appeal period begins on the day following the date of notification. Therefore, the date of notification is not included in the appeal period.

5.1 Lot technical ID : LOT-0003

Title : TA 3: Development of incentive models to improve teacher performance and retention in the underserved areas to encourage professional development and build capacity for their implementation and monitoring
Description : The technical area (TA) aims to conduct a comprehensive analysis of incentive models from other countries (online study tours), including stakeholder engagement, and integrate findings with local context analysis and integrate a testing step, develop/review detailed incentive models with clear measurable goals, establish clear criteria and a diverse evaluation panel to ensure fairness in non-monetary recognition programs, motivating and rewarding exceptional teachers, train relevant officers on Monitoring and Evaluation of incentive programs (Inspectors, Monitors). The scope and subject-matter of the procurement is described in more detail particularly in Annex 1.3 "ToR TA3 International and National Experts".
Internal identifier : 3-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Lesotho
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 15 days.

5.1.3 Estimated duration

Duration : 7 Month

5.1.5 Value

Estimated value excluding VAT : 60 450 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the Invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 19/09/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/10/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 09:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : Appeals must be made in writing within 14 days from the date the supplier receives the procurement decision along with the instructions for appeal. The appeal period begins on the day following the date of notification. Therefore, the date of notification is not included in the appeal period.

5.1 Lot technical ID : LOT-0004

Title : TA 4: Establishment of an Autonomous and Financially Sustainable Teaching Council
Description : This technical area (TA) aims to benchmark for best practices from other countries, develop Teaching Council Policy, review Basic Education Act, develop a clear functional structure (functions, organogram and job profiles), benchmark from other countries on functional funding models (including stakeholder engagement), develop the funding models.
Internal identifier : 4-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 73000000 Research and development services and related consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 75112100 Administrative development project services
Additional classification ( cpv ): 75121000 Administrative educational services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79421000 Project-management services other than for construction work

5.1.2 Place of performance

Country : Lesotho
Additional information : The service includes time spent working remotely on the design and formalization of certain deliverables and requires in-country mission days up to 15 days.

5.1.3 Estimated duration

Duration : 7 Month

5.1.5 Value

Estimated value excluding VAT : 47 330 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Social objective promoted : Human rights due diligence in global supply chains, Fair working conditions

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : The comparison of offers is described in "Grounds for decision" of the invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Expert's requirements
Description : The comparison of offers is described in "Grounds for decision" of the invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 50
Criterion :
Type : Quality
Name : Methodological note
Description : The comparison of offers is described in "Grounds for decision" of the invitation to tender.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 30

5.1.11 Procurement documents

Deadline for requesting additional information : 19/09/2025 09:00 +00:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/10/2025 09:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 09:15 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Markkinaoikeus
Information about review deadlines : Appeals must be made in writing within 14 days from the date the supplier receives the procurement decision along with the instructions for appeal. The appeal period begins on the day following the date of notification. Therefore, the date of notification is not included in the appeal period.

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : Finnish National Agency for Education
Registration number : 2769790-1
Postal address : Hakaniemenranta 6
Town : Helsinki
Postcode : 00530
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : Opetushallitus
Telephone : +358 295331000
Internet address : https://www.oph.fi/en
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : a537a456-a413-4728-b324-872d140da3f7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 05:07 +00:00
Notice dispatch date (eSender) : 02/09/2025 06:56 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00574114-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025