Awarded contract

Global Development Delivery Framework (GDD)

  • Foreign Commonwealth and Development Office

F03: Contract award notice

Notice reference: 2024/S 000-003389

Published 1 February 2024, 2:41pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

Contact

William Shanks

Email

william.shanks@fcdo.gov.uk

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

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

Buyer's address

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

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 were split into 2 tiers. Tier 1 for the High Value Lots comprised ITT_5435. Tier 2 for the Low Value Lots comprised ITT_5436. Lead Suppliers decided 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 could bid on one or multiple lots.

The Framework Agreement commenced in December 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.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £3,000,000,000

two.2) Description

two.2.1) Title

Climate and Nature >£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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

two.2) Description

two.2.1) Title

Climate 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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.

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 sought a 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 December 2023 until December 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 December 2026 and then December 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 followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal

https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement was 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.2.11) 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 Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot.

In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was 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 would 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. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria.

In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.

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 decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.


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

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 000-001016


Section five. Award of contract

Contract No

ecm_5750, 5763, 5764, 5765, 5767, 5768, 5769, 5770, 5771, 5772, 5773, 5774, 5775, 5776, 5777

Lot No

1

Title

Climate and Nature >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 17

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abt Britain Limited

1 Chamberlain Square Cs,

Birmingham

B3 3AX

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Christian Aid

35 Lower Marsh, Waterloo,

London,

SE1 7RT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cowater International Inc.

200 Laurier Avenue West, 5th floor,

Ottawa,

K1P 6M7

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

No

five.2.3) Name and address of the contractor

Crown Agents Limited

Blue Fin Building, 110 Southwark Street

London

SE1 0SU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

DT Global International Development UK Ltd

64-68 London Road,

Redhill

RH11LG

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square,

London,

E14 5GL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald House, 8-10 Sydenham Road

Croydon

CR0 2EE

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

No

five.2.3) Name and address of the contractor

NIRAS Group (UK) Ltd

Kings Ride Court, Kings Road,

Ascot

SL5 7JR

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Arup International Projects Limited

8 Fitzroy Street,

London,

W1T 4BJ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5778, 5779, 5780, 5781, 5782, 5783, 5784, 5785, 5786, 5787, 5788, 5789, 5790

Lot No

2

Title

Health and Humanitarian >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abt Britain Limited

1 Chamberlain Square Cs,

Birmingham

B3 3AX

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Crown Agents Limited

Blue Fin Building, 110 Southwark Street

London

SE1 0SU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Family Health International

359 Blackwell Street, Suite 200,

Durham,

NC 27701

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

International Rescue Committee UK

100 Wood Street

London

EC2V 7AN

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald House, 8-10 Sydenham Road

Croydon

CR0 2EE

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

No

five.2.3) Name and address of the contractor

Options Consultancy Services Limited

3rd Floor MSI Reproductive Choices Building, 1 Conway St, Fitzroy Square

London

W1T 6LP

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

World Vision UK

World Vision House, Opal Drive, Fox Milne,

Milton Keynes

MK15 0ZR

Country

United Kingdom

NUTS code
  • UKJ12 - Milton Keynes
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5791, 5792, 5793, 5794, 5795, 5796, 5797, 5798, 5799, 5800, 5801, 5802, 5803, 5804, 5805

Lot No

3

Title

Education, Gender and Social Inclusion >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abt Britain Limited

1 Chamberlain Square Cs,

Birmingham

B3 3AX

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Concern Worldwide (UK)

13/14 Calico House, Clove Hitch Quay,

London

SW11 3TN

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cowater International Inc.

200 Laurier Avenue West, 5th floor,

Ottawa,

K1P 6M7

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Education Development Trust

Highbridge House, 16-18 Duke Street,

Reading

RG1 4RU

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Family Health International

359 Blackwell Street, Suite 200,

Durham,

NC 27701

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

International Rescue Committee UK

100 Wood Street

London

EC2V 7AN

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square,

London,

E14 5GL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald House, 8-10 Sydenham Road

Croydon

CR0 2EE

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

No

five.2.3) Name and address of the contractor

NIRAS Group (UK) Ltd

Kings Court Ride, Kings Ride,

Ascot

SL5 7JR

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5806, 5807, 5808, 5809, 5810, 5811, 5812, 5813, 5814, 5815, 5816, 5817, 5818, 5821, 5822

Lot No

4

Title

Economic Development and Trade >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abt Britain Limited

1 Chamberlain Square Cs,

Birmingham

B3 3AX

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cowater International Inc.

200 Laurier Avenue West, 5th floor,

Ottawa,

K1P 6M7

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

DT Global International Development UK Ltd

64-68 London Road,

Redhill

RH11LG

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square,

London,

E14 5GL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald House, 8-10 Sydenham Road

Croydon

CR0 2EE

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

No

five.2.3) Name and address of the contractor

Nathan Associates LLC

1777 North Kent Street, Suite 1400,

Arlington,

22209

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

NIRAS Group (UK) Ltd

Kings Court Ride, Kings Ride,

Ascot

SL5 7JR

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tetra Tech International Development Limited

1 Northfield Road,

Reading

RG1 8AH

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

WSP USA Solutions Inc.

350 Mount Kemble Ave., Ste 200 Morristown,

Morristown

NJ 07960

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5823, 5824, 5825, 5826, 5827, 5828, 5829, 5830, 5831, 5832

Lot No

5

Title

Finance and Investment >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

KPMG LLP

15 Canada Square,

London,

E14 5GL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mott MacDonald Limited

Mott MacDonald House, 8-10 Sydenham Road

Croydon

CR0 2EE

Country

United Kingdom

NUTS code
  • UKI62 - Croydon
The contractor is an SME

No

five.2.3) Name and address of the contractor

Nathan Associates LLC

1777 North Kent Street, Suite 1400,

Arlington,

22209

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tetra Tech International Development Limited

1 Northfield Road,

Reading

RG1 8AH

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5833, 5834, 5835, 5836, 5837, 5838, 5839, 5840, 5841

Lot No

6

Title

Research >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cowater International Inc.

200 Laurier Avenue West, 5th floor,

Ottawa,

K1P 6M7

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

DT Global International Development UK Ltd

64-68 London Road,

Redhill

RH11LG

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

NIRAS Group (UK) Ltd

Kings Court Ride, Kings Ride,

Ascot

SL5 7JR

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tetra Tech International Development Limited

1 Northfield Road,

Reading

RG1 8AH

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Institute of Development Studies (IDS)

Andrew Cohen Building at the University of Sussex, Library Road,

Brighton

BN1 9RE

Country

United Kingdom

NUTS code
  • UKJ21 - Brighton and Hove
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5842, 5843, 5844, 5845, 5846, 5847, 5848, 5849, 5850, 5851, 5852, 5853, 5855, 5856, 5857

Lot No

7

Title

Governance and Conflict >£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Abt Britain Limited

1 Chamberlain Square Cs,

Birmingham

B3 3AX

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

Adam Smith International Limited

Tallis House, 2 Tallis Street,

London

EC4Y 0AB

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

TAG International Development Limited

63-65 Petty France Ground Floor,

London

SW1H 9EU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Chemonics Group UK Limited

1 Benjamin Street, Farringdon,

London,

EC1M 5QL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Christian Aid

35 Lower Marsh, Waterloo,

London,

SE1 7RT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cowater International Inc.

200 Laurier Avenue West, 5th floor,

Ottawa,

K1P 6M7

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

No

five.2.3) Name and address of the contractor

Crown Agents Limited

Blue Fin Building, 110 Southwark Street

London

SE1 0SU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

DAI Global UK Ltd

3rd Floor, Block C, Westside, London Road

Apsley

HP3 9TD

Country

United Kingdom

NUTS code
  • UKH23 - Hertfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

DT Global International Development UK Ltd

64-68 London Road,

Redhill

RH11LG

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
The contractor is an SME

No

five.2.3) Name and address of the contractor

Family Health International

359 Blackwell Street, Suite 200,

Durham,

NC 27701

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

NIRAS Group (UK) Ltd

Kings Court Ride, Kings Ride,

Ascot

SL5 7JR

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Oxford Policy Management Limited

Level 3, Clarendon House, 52 Cornmarket Street,

Oxford

OX1 3HJ

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

Palladium International Limited

2nd Floor Turnberry House, 100 Bunhill Row,

London

EC1Y 8ND

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

PricewaterhouseCoopers LLP

1 Embankment Place

London

WC2N 6RH

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Tetra Tech International Development Limited

1 Northfield Road,

Reading

RG1 8AH

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £300,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5860, 5861, 5862, 5863, 5864, 5865, 5866, 5867, 5868, 5869, 5870, 5871

Lot No

8

Title

Climate and Nature <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 12

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Alinea International Ltd.

200, 14707 Bannister Road SE,

Calgary

T2X 1Z2

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ecorys UK Ltd

Albert House, Quay Place 92-93 Edward Street,

Birmingham

B1 2RA

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

ICF Consulting Services Limited

Riverscape, 10 Queen St Place,

London,

EC4R 1BE

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Integrity Global

Somerset House, The Strand,

London,

WC2R 1LA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Itad Ltd

International House Queens Road,

Brighton

BN1 3XE

Country

United Kingdom

NUTS code
  • UKJ21 - Brighton and Hove
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Landell Mills International Ltd

The Old Station House, 15a Main Street,

Blackrock,

A94 T8P8

Country

Ireland

NUTS code
  • IE - Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Near East Foundation UK

7-14 Great Dover Street,

London,

SE1 4YR

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pegasys Limited

85 Great Portland Street, First Floor,

London,

W1W 7LT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Asia Foundation

465 California Street, 9th Floor,

San Francisco,

CA 94104

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

Triple Line Consulting Ltd.

Tintagel House, 92 Albert Embankment,

London

SE17TY

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Voluntary Service Overseas

100 London Road,

Kingston-Upon-Thames

KT2 6QJ

Country

United Kingdom

NUTS code
  • UKI63 - Merton, Kingston upon Thames and Sutton
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5872, 5873, 5874, 5875, 5876, 5877, 5878

Lot No

9

Title

Health and Humanitarian <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 8

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Alinea International Ltd.

200, 14707 Bannister Road SE,

Calgary

T2X 1Z2

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CARE International UK

C/o Ashurst LLP, London Fruit & Wool Exchange, 1 Duval Square,

London

E1 6PW

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CDAC Network Limited

Sayer Vincent-Invicta House, 108-114 Golden Lane,

London,

EC1Y 0TL

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Integrity Global

Somerset House, The Strand,

London,

WC2R 1LA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Mannion Daniels Limited

Lynton House, 7-12 Tavistock Square,

London,

WC1H 9BQ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Triple Line Consulting Ltd.

Tintagel House, 92 Albert Embankment,

London

SE17TY

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5879, 5880, 5881, 5882, 5883, 5884, 5885, 5886, 5887, 5888, 5889

Lot No

10

Title

Education, Gender and Social Inclusion <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Alinea International Ltd.

200, 14707 Bannister Road SE,

Calgary

T2X 1Z2

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

CARE International UK

C/o Ashurst LLP, London Fruit & Wool Exchange, 1 Duval Square,

London

E1 6PW

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Clovek v tisni, o.p.s. (People in Need)

Safarikova 635/34 Prague 2,

Prague

120 00

Country

Czechia

NUTS code
  • CZ0 - Czechia
The contractor is an SME

No

five.2.3) Name and address of the contractor

ICF Consulting Services Limited

Riverscape, 10 Queen St Place,

London,

EC4R 1BE

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Mannion Daniels Limited

Lynton House, 7-12 Tavistock Square,

London,

WC1H 9BQ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Social Development Direct Ltd

24 Old Burlington Street,

London,

W1S 3AW

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

The British Council

1 Redman Place, Stratford,

London

E20 1JQ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Triple Line Consulting Ltd.

Tintagel House, 92 Albert Embankment,

London

SE17TY

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Voluntary Service Overseas

100 London Road,

Kingston-Upon-Thames

KT2 6QJ

Country

United Kingdom

NUTS code
  • UKI63 - Merton, Kingston upon Thames and Sutton
The contractor is an SME

No

five.2.3) Name and address of the contractor

WEglobal Danışmanlık Anonim Şirketi

Ahlatlıbel Mahallesi, 1902 Sokak, No: 43 Çankaya/Ankara

Ankara

Country

Turkey

NUTS code
  • TR51 - Ankara
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5890, 5891, 5892, 5893, 5894, 5895, 5896

Lot No

11

Title

Economic Development and Trade <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Alinea International Ltd.

200, 14707 Bannister Road SE,

Calgary

T2X 1Z2

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ecorys UK Ltd

Albert House, Quay Place 92-93 Edward Street,

Birmingham

B1 2RA

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

ICF Consulting Services Limited

Riverscape, 10 Queen St Place,

London,

EC4R 1BE

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Landell Mills International Ltd

The Old Station House, 15a Main Street,

Blackrock,

A94 T8P8

Country

Ireland

NUTS code
  • IE - Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Near East Foundation UK

7-14 Great Dover Street,

London,

SE1 4YR

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pegasys Limited

85 Great Portland Street, First Floor,

London,

W1W 7LT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5897, 5898, 5899

Lot No

12

Title

Finance and Investment <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

BDO LLP

56 Baker Street,

London

W1U 7EU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Cygnum Capital Advisory Limited

130 Buckingham Palace Road,

London

SW1W 9S

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pegasys Limited

85 Great Portland Street, First Floor,

London,

W1W 7LT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5900, 5901, 5902, 5903

Lot No

13

Title

Research <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Integrity Global

Somerset House, The Strand,

London,

WC2R 1LA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

International Alert

Offley Works, 1 Pickle Mews,

London

SW9 0FJ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Pegasys Limited

85 Great Portland Street, First Floor,

London,

W1W 7LT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

Contract No

ecm_5904, 5905, 5906, 5907, 5908, 5909, 5910, 5911, 5912, 5913, 5914, 5915, 5916, 5917, 5918

Lot No

14

Title

Governance and Conflict <£7m

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 December 2023

five.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 13

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Albany Associates International Limited

201 Borough High Street,

London

SE1 1JA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Alinea International Ltd.

200, 14707 Bannister Road SE,

Calgary

T2X 1Z2

Country

Canada

NUTS code
  • CA - Canada
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

BDO LLP

56 Baker Street,

London

W1U 7EU

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Blumont International

1777 N. Kent Street,

Arlington

VA 22209

Country

United States

NUTS code
  • US - United States
The contractor is an SME

No

five.2.3) Name and address of the contractor

CARE International UK

C/o Ashurst LLP, London Fruit & Wool Exchange, 1 Duval Square,

London

E1 6PW

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Ecorys UK Ltd

Albert House, Quay Place 92-93 Edward Street,

Birmingham

B1 2RA

Country

United Kingdom

NUTS code
  • UKG31 - Birmingham
The contractor is an SME

No

five.2.3) Name and address of the contractor

International Alert

Offley Works, 1 Pickle Mews,

London

SW9 0FJ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Itad Ltd

International House Queens Road,

Brighton

BN1 3XE

Country

United Kingdom

NUTS code
  • UKJ21 - Brighton and Hove
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Kivu International Ltd

1A Abbey Road,

Oxford,

OX2 0AD

Country

United Kingdom

NUTS code
  • UKJ14 - Oxfordshire
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Montrose International LLP

2nd Floor, 168 Shoreditch High Street,

London,

E1 6RA

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Peaceful Change Initiative

25b Lloyd Baker Street,

London,

WC1X 9AT

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Policy and Management Consulting Group

#35 Orbeliani Street 0105,

Tbilisi,

Country

Georgia

NUTS code
  • GE - Georgia
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Search for Common Ground

Rue Belliard 205,

Bruxelles

1040

Country

Belgium

NUTS code
  • BE - Belgium
The contractor is an SME

No

five.2.3) Name and address of the contractor

The British Council

1 Redman Place, Stratford,

London

E20 1JQ

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.3) Name and address of the contractor

Transparency International UK

10 Queen Street Place,

London,

EC4R 1AG

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £125,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

The authority expressly reserved the right:

(i) not to award any Framework Agreements as a result of the procurement process commenced by publication of the contract notice; and

(ii) to make whatever changes it saw fit to the content and structure of the tendering competition and Procurement documents that could be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk

Please note that the contract notice covered 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 were tailored to the specific requirements of the High and Low Value Lots.

Suppliers submitted their Bids against the Lot and ITT number they were to be considered for.

Lead Suppliers decided 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 selected which tier to bid on. Within a tier, Lead Suppliers could 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 submitted proposals for both High Value Lots and Low Value Lots, FCDO reserved the right to reject these proposals. However, FCDO confirmed that if this were to hanppen, we would 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 would reject the other proposal(s). An illustration of this is provided in Annex 6 of the Terms of Reference.

A Lead Supplier could 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 could not be a Lead and a sub-contractor in the same Lot). If a Lead Supplier bid on a specific lot and also joined as a sub-contractor to another Supplier on the same lot, they were 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 have checked with all sub-contractors ahead of adding to their supply chain to ensure they did not submit 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