- Scope of the procurement
- Lot 1. Climate Change and Environment >£7m
- Lot 2. Health and Humanitarian >£7m
- Lot 3. Education, Gender and Social Inclusion >£7m
- Lot 4. Economic Development and Trade >£7m
- Lot 5. Finance and Investment >£7m
- Lot 6. Research >£7m
- Lot 7. Governance and Conflict >£7m
- Lot 8. Climate Change and Nature <£7m
- Lot 9. Health and Humanitarian <£7m
- Lot 10. Education, Gender and Social Inclusion <£7m
- Lot 11. Economic Development and Trade <£7m
- Lot 12. Finance and Investment <£7m
- Lot 13. Research <£7m
- Lot 14. Governance and Conflict <£7m
Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
Contact
Will Shanks
Country
United Kingdom
Region code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://fcdo.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://fcdo.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://fcdo.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Diplomatic Services and International Development
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Global Development Delivery Framework (GDD)
Reference number
ITT_5435 and ITT_5436
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
This a Framework Agreement to replace and build upon the current International Multidisciplinary Programme (IMDP) Framework and the current Global Economic Development Framework (GEDF).
The key objectives of the Framework Agreement are:
a) To secure a pool of high- quality suppliers pre-qualified to work in FCDO thematic areas, to deliver improved value for money through further competition
b) Development and improved management of supplier base
c) Access to niche/specialist skills
d) Shortened timescales for call-down process due to pre-qualification of suppliers
e) Improved Management Information for managing framework and supplier base e.g., tracking bidding patterns and recurring issues to improve competition.
This Framework Agreement will enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
Successful Suppliers will provide overseas development assistance advice and expertise to FCDO and other users of the Framework Agreement related to the thematic areas of:
• Lots 1 and 8: Climate Change and Nature
• Lots 2 and 9: Health and Humanitarian
• Lots 3 and 10: Education, Gender and Social Inclusion
• Lots 4 and 11: Economic Development and Trade
• Lots 5 and 12: Finance and Investment
• Lots 6 and 13: Research
• Lots 7 and 14: Governance and Conflict
The Lots are split into 2 tiers. Tier 1 for the High Value Lots comprise ITT_5435. Tier 2 for the Low Value Lots comprise ITT_5436. Lead Suppliers must decide which tier to bid on – Tier 1 High Value Lots (1-7) or Tier 2 Low Value Lots (8-14). Within each tier Lead Suppliers can bid on one or multiple lots.
The Framework Agreement will commence in November 2023 for the period of 2 years with two (2) one year extension options each subject to ongoing need.
The maximum throughput of the Framework Agreement will be GBP 3 000 000 000 with GBP 1 500 000 000 for the initial term and GBP 750 000 000 for each of the 2 extensions.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
7
Maximum number of lots that may be awarded to one tenderer: 7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers can be awarded Tier 1 Lots 1-7, or, tier 2 Lots 8 to 14
two.2) Description
two.2.1) Title
Climate Change and Environment >£7m
Lot No
1
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Health and Humanitarian >£7m
Lot No
2
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Education, Gender and Social Inclusion >£7m
Lot No
3
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Economic Development and Trade >£7m
Lot No
4
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Finance and Investment >£7m
Lot No
5
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Research >£7m
Lot No
6
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Governance and Conflict >£7m
Lot No
7
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Climate Change and Nature <£7m
Lot No
8
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Health and Humanitarian <£7m
Lot No
9
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Education, Gender and Social Inclusion <£7m
Lot No
10
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Economic Development and Trade <£7m
Lot No
11
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Finance and Investment <£7m
Lot No
12
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Research <£7m
Lot No
13
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
two.2) Description
two.2.1) Title
Governance and Conflict <£7m
Lot No
14
two.2.2) Additional CPV code(s)
- 75211200 - Foreign economic-aid-related services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
Global
two.2.4) Description of the procurement
FCDO is seeking Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from November 2023 until November 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition.
The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000.
The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until November 2026 and then November 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).
Specific details of the procurement process that will be followed are available in the ITT Pack via ITT_5435 and ITT_5436 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement will be awarded.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Methodology - Call Down Capability / Weighting: 12.5
Quality criterion - Name: Methodology - Fund Management / Weighting: 7.5
Quality criterion - Name: Methodology - Contract and Framework management / Weighting: 5
Quality criterion - Name: Methodology - Lot Specific Technical Questions / Weighting: 25
Cost criterion - Name: Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates. / Weighting: 28
Cost criterion - Name: Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition. / Weighting: 12
two.2.6) Estimated value
Value excluding VAT: £1
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options to extend and increase value
Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum Framework value.
The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Options on awarding places on the Framework
Following the completion of the evaluation the Contract/Framework Agreement will be offered to the Top 15 Potential Suppliers who meet the required capability and achieves the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.
In each Lot, with the exception of Lot 11, FCDO reserve the right to increase to 20 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in any Lot is defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 will be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
For Lot 11, FCDO reserve the right to increase to 10 suppliers if FCDO determine that there is insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 will be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier.
In the event that the highest combined Technical, Social Value, and Commercial Score results in a tie, the Contract/Framework Agreement will be offered to the Potential Supplier who achieves the highest overall score for the Technical criteria.
In the event that the highest scoring Potential Supplier declines to enter into the Contract/Framework Agreement, FCDO may choose to proceed to contract award with the next highest scoring Potential Supplier.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Available via https://fcdo.bravosolution.co.uk
Tier 1 High Value Lots ITT_3435
Tier 2 Low Value Lots ITT_3436
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 270
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-035070
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2023
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 March 2023
Local time
2:01pm
Place
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The authority expressly reserves the right:
(i) not to award any Framework Agreements 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 Procurement documents can be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk
Please note that this contract notice covers 2 ITT references on the FCDO Supplier Portal -
one for each of the Lot Tiers:
• ITT_5435, High Value Lots 1-7
• ITT_5436, Low Value Lots 8-14
The ITT Packs have been tailored to the specific requirements of the High and Low Value Lots.
Suppliers should submit their Bids against the Lot and ITT number they are to be considered for.
Lead Suppliers must decide whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers must select which tier to bid on. Within a tier, Lead Suppliers can bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference.
If a Lead Supplier submits proposals for both High Value Lots and Low Value Lots, FCDO reserves the right to reject these proposals. However, where this happens, we will send a clarification to Lead Suppliers to ask which proposal(s) we should consider i.e., High Value lot proposal(s) or Low Value lot proposal(s) based on the Lead Supplier’s response we will reject the other proposal(s). An illustration of this is provided in Annex 6 of the Terms of Reference.
A Lead Supplier can be a sub-contractor on High Value Lot(s) and Low Value Lot(s), but not on the lot(s) they have bid on as a Lead Supplier (i.e., a supplier cannot be a Lead and a sub-contractor in the same Lot). If a Lead Supplier bids on a specific lot and also joins as a sub-contractor to another Supplier on the same lot, they will be rejected as a Lead Supplier on that specific lot. An illustration of this is provided in Annex 6 of the Terms of Reference.
Lead Suppliers should check with all sub-contractors ahead of adding to their supply chain they are not submitting a proposal as a Lead Supplier for the same lot.
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
Country
United Kingdom