Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Contact
Fiona Crawford
Telephone
+44 2070080932
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Land Facility Decision Support Unit
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others.
The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational.
Specific objectives of the DSU are:
1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation;
2. to support and enhance effective programme learning and programmatic action in
response to that learning;
3. to support and undertake targeted global dissemination based on a joint communications strategy.
The supplier contract will be up to 7 years, subject to break clauses and resource availability.
The total initial budget and contract value for the services to be delivered under this contract is up to £4.5m.
i. A further £1.5m may become available during the initial contract period, subject to further approvals;
ii. An additional £2m scale up and/or 3 years extension option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £8,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 75210000 - Foreign affairs and other services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others.
The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational.
Specific objectives of the DSU are:
1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation;
2. to support and enhance effective programme learning and programmatic action in
response to that learning;
3. to support and undertake targeted global dissemination based on a joint communications strategy.
The supplier contract will be up to 7 years, subject to break clauses and resource availability.
The total initial budget and contract value for the services to be delivered under this contract is expected to be up to £4.5m (inclusive of all applicable taxes) (subject to change up until ITT is published).
i. A further £1.5m may become available during the initial contract period, subject to further approvals;
ii. An additional £2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
two.2.5) Award criteria
Quality criterion - Name: technical / Weighting: 70
Quality criterion - Name: commercial / Weighting: 30
Cost criterion - Name: comm / Weighting: 30
two.2.11) Information about options
Options: Yes
Description of options
The contract was awarded from April 2024 - December 2030 with an initial contract up to £4.5m (inclusive of all applicable taxes: FCDO programmes are not automatically tax exempt and therefore suppliers will be liable to pay local tax in focus countries)
A further £1.5m may become available during the initial contract period, subject to further approvals.
An additional £2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-019773
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
22 April 2024
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Abt Britain Limited
207 Old Street
London
EC1V 9NR
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,000,000
Total value of the contract/lot: £4,500,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
FCDO
London
Country
United Kingdom