- Scope of the procurement
- Lot 1. Climate and Nature >£7m
- Lot 2. Health and Humanitarian >£7m
- Lot 3. Education, Gender and Social Inclusion >£7m
- Lot 4. Economic Development and Trade >£7m
- Lot 5. Finance and Investment >£7m
- Lot 6. Research >£7m
- Lot 7. Governance and Conflict >£7m
- Lot 8. Climate and Nature <£7m
- Lot 9. Health and Humanitarian <£7m
- Lot 10. Education, Gender and Social Inclusion <£7m
- Lot 11. Economic Development and Trade <£7m
- Lot 12. Finance and Investment <£7m
- Lot 13. Research <£7m
- Lot 14. Governance and Conflict <£7m
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
Country
United Kingdom
Region code
UKM95 - South Lanarkshire
Internet address(es)
Main address
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