Tender

Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2025/S 000-002692

Procurement identifier (OCID): ocds-h6vhtk-048a39

Published 27 January 2025, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

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