Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
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