Tender

COAST Component A

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2024/S 000-002495

Procurement identifier (OCID): ocds-h6vhtk-03f63d

Published 24 January 2024, 5:37pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

Edward.Light@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://fcdo.bravosolution.co.uk/web/login.html

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/web/login.html

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

COAST Component A

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.1.4) Short description

COAST’s aim is to improve the adaptive capacities, climate resilience and prosperity of vulnerable coastal communities, and drive a more sustainable and inclusive management of their marine environment and coastal resources. To achieve this aim, COAST will focus on three outcome themes, based around areas with good underpinning evidence:

protecting, restoring and sustainably managing coastal habitats and nature based solutions (e.g. mangroves, seagrass, corals)

improving small scale fisheries’ sustainability, productivity and resilience

unlocking more sustainable, less intensive aquaculture.

Component A will deliver integrated activities across COAST’s themes at a range of scales through three sub-components. To maximise impact and scale, sub-components 1 and 2 will be focused in up to six priority countries, whilst flexibility will be retained in sub-component 3 to support activities in any ODA eligible country. This ITT is to appoint a Supplier to deliver this Component (Component A).

two.1.5) Estimated total value

Value excluding VAT: £116,100,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71351922 - Physical oceanography services
  • 72224000 - Project management consultancy services
  • 77800000 - Aquaculture services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • BD - Bangladesh
  • ID - Indonesia
  • MZ - Mozambique
  • NG - Nigeria
  • PH - Philippines
  • UK - United Kingdom
  • VN - Vietnam

two.2.4) Description of the procurement

COAST’s aim is to improve the adaptive capacities, climate resilience and prosperity of vulnerable coastal communities, and drive a more sustainable and inclusive management of their marine environment and coastal resources. To achieve this aim, COAST will focus on three outcome themes, based around areas with good underpinning evidence:

protecting, restoring and sustainably managing coastal habitats and nature based solutions (e.g. mangroves, seagrass, corals)

improving small scale fisheries’ sustainability, productivity and resilience

unlocking more sustainable, less intensive aquaculture.

Component A will deliver integrated activities across COAST’s themes at a range of scales through three sub-components. To maximise impact and scale, sub-components 1 and 2 will be focused in up to six priority countries, whilst flexibility will be retained in sub-component 3 to support activities in any ODA eligible country. This ITT is to appoint a Supplier to deliver this Component (Component A).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £116,100,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

93

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Top 5 scoring candidates at SQ stage will progress to ITT stage (plus any others scoring within 5% of the 5th best candidate)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Optional 30 month extension, value of £15m, (included within the advertised £116.1m total), subject to Business Case addendum and budget approval

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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: 2023/S 000-024774

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 February 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 March 2024

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: 8 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should also be reported to edward.light@fcdo.gov.uk. Any queries related to the subject of this tender must be sent via the messaging function for PQQ 1546 COAST Component A.

six.4) Procedures for review

six.4.1) Review body

Foreign, Commonwealth and Development Office

London

Country

United Kingdom