Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Martha.Selvaratnam@fcdo.gov.uk
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
Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
British Consulate General Jerusalem (BCGJ) is seeking to appoint a supplier to deliver the Occupied Palestinian Territories Independent Monitoring Evaluation and Learning (OPTIMEL) programme. OPTIMEL will provide independent monitoring, evaluation, research and learning activities across BCGJ’s Country Plan Goals and programme portfolio. It will enhance the assurance, efficiency and effectiveness of the UK’s support to the OPTs by helping mitigate risks, validating what works, better understanding the context, and promoting learning and connectivity across the Overseas Development Assistance (ODA) programme portfolio and diplomatic activities.
OPTIMEL will be delivered across three flexible and adaptive workstreams so that activities can be prioritised as portfolio needs change or to respond to contextual changes. The contract will deliver against four outcomes: Greater Accountability, Increased Coherence and Alignment, Increased Impact and Influence, and Value for Money.
The value of the contract is £5,000,000 for a period of up to 3 years (36 months).
Subject to Supplier performance, budgets and the FCDO governance processes the contract can be extended for up to 18 months with an additional budget of up-to £2,000,000.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- IL - Israel
Main site or place of performance
Gaza
two.2.4) Description of the procurement
The primary goal of the OPTIMEL contract is to enable better UK support to OPTs and the people affected by the current crisis and long-term occupation. It will inform, provide verification and assurance that our investments deliver impact to the intended beneficiaries, are strategically aligned, offer VfM and are informed by Palestinian voices. OPTIMEL will also support the BCGJ’s decision making and risk management within its ODA portfolio. OPTIMEL will support BCGJ holistically across Country Business Plan (CBP) Goals, with both diplomatic and development activities. It will contribute to an evidence base for effective approaches in the OPTs and similar contexts.
Aligned to the three workstreams detailed in Section 2 (OPTIMEL Workstreams) OPTIMEL has four core outcomes:
1. Greater Accountability (Verification and Assurance): BCGJ has confidence in results and the quality of delivery of programmatic and non-programmatic activities and has sufficient information to assess and mitigate risks.
2. Increased Coherence and Alignment: BCGJ diplomatic and development activities are connected and strategically aligned.
3. Increased Impact and Influence: BCGJ has quality information and insight to influence others, inform timely decision-making and enable responsive adaptions to our programmatic and diplomatic activities.
4. Value for Money: BCGJ activities and investments offer demonstrable VfM against the 4 Es (Economy, Effectiveness, Efficiency, Equity).
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: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Extension option of up to 18 months with an additional budget of up to £2,000,000
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
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 eTendering helpdesk: +44 203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).
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
Open 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: 2024/S 000-025560
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2025
Local time
1:00pm
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: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk (itt_6811 - Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)
If you have any technical issues with the Portal, please call eTendering helpdesk: +44 203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should be also reported to Martha. Selvaratnam@fcdo.gov.uk.
Any queries related to the subject of this tender must be sent via the messaging function for itt_6811 - Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)
FCDO welcomes bids from across the sector, both from commercial and non-profit organisation through creation of consortia or joined ventures or sub-contracting.
Find a Tender Services (FTS) reference 2024/S 000-025560
six.4) Procedures for review
six.4.1) Review body
Tarin Jennings
London
Country
United Kingdom