Opportunity

Conflict, Stability and Security Fund (CSSF) Framework Agreement (2023-2027)

  • Foreign Commonwealth and Development Office
  • Ministry of Defence
  • Home Office
  • Her Majesty's Treasury
  • National Crime Agency
Show 11 more buyers Show fewer buyers
  • Cabinet Office
  • Department for Environment, Food & Rural Affairs
  • Department for Transport
  • Department of Health & Social Care
  • Her Majesty's Revenue & Customs
  • Department for Business, Energy & Industrial Strategy
  • Ministry of Justice
  • Crown Prosecution Service
  • Department for International Trade
  • UK Health Security Agency
  • Metropolitan Police

F17: Contract notice for contracts in the field of defence and security

Notice reference: 2022/S 000-015507

Published 6 June 2022, 2:19pm



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

For the attention of

Heyes Jonathan

Email(s)

Jonathan.Heyes@fcdo.gov.uk

Country

United Kingdom

Internet address(es)

General address of the contracting authority/entity

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

Electronic access to information

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

Electronic submission of tenders and requests to participate

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

Further information

Further information can be obtained from the above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from

The above-mentioned contact point(s)

Tenders or requests to participate must be sent to

The above-mentioned contact point(s)

one.2) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

one.3) Main activity

General public services

one.4) Contract award on behalf of other contracting authorities/entities

The contracting authority is purchasing on behalf of other contracting authorities:

Yes

Name, addresses and contact point(s)

Ministry of Defence

Name, addresses and contact point(s)

Home Office

Name, addresses and contact point(s)

Her Majesty's Treasury

Name, addresses and contact point(s)

National Crime Agency

Name, addresses and contact point(s)

Cabinet Office

Name, addresses and contact point(s)

Department for Environment, Food & Rural Affairs

Name, addresses and contact point(s)

Department for Transport

Name, addresses and contact point(s)

Department of Health & Social Care

Name, addresses and contact point(s)

Her Majesty's Revenue & Customs

Name, addresses and contact point(s)

Department for Business, Energy & Industrial Strategy

Name, addresses and contact point(s)

Ministry of Justice

Name, addresses and contact point(s)

Crown Prosecution Service

Name, addresses and contact point(s)

Department for International Trade

Name, addresses and contact point(s)

UK Health Security Agency

Name, addresses and contact point(s)

Metropolitan Police


Section two: Object of the contract

two.1) Description

two.1.1) Title attributed to the contract by the contracting authority

Conflict, Stability and Security Fund (CSSF) Framework Agreement (2023-2027)

two.1.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 26: Other services

Main site or location of works, place of delivery or of performance

Worldwide

NUTS code

  • UK - United Kingdom

two.1.3) Information on framework agreement

The notice involves the establishment of a framework agreement

two.1.4) Information on framework agreement

Framework agreement with several operators

Maximum number of participants to the framework agreement envisaged: 150

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:

Range: between £1,000,000,000 and £3,000,000,000

two.1.5) Short description of the contract or purchase(s)

The Conflict Stability and Security Fund (CSSF) will be procuring its next generation framework agreement in early 2022. The CSSF is a cross-government fund, with an annual budget in the region of 500 000 000 GBP, which delivers and supports activity including but not limited to security, defence, peacekeeping, peace-building and stabilisation activity, using both Official Development Assistance (ODA) and non-ODA funding. Further information on the CSSF's work and its impact is available in our Annual Report (https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/1040994/conflict-stability-and-security-fund-annual-report-2020-2021.pdf)

The new framework will be in place by June 2023 and will include suppliers who are able to meet the requirements of a wide variety of CSSF Programmes in support of National Security priorities and objectives.

This notice is being published to maximise market awareness of the opportunity.

The opportunity is being run via a restricted process under the Defence and Security Public Contracts Regulations 2011.

The opportunity is open to all organisations who are interested (or may be interested) in being part of the replacement CSSF framework, and their supply chains. This includes existing market operators, potential new entrants and organisations who may be interested in participating jointly through membership of a joint venture or consortium.

The framework will be re-procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for the CSSF Framework Agreement must self-register on the site in order to participate - registration is free and instantaneous.

The CSSF Commercial Team want to ensure that all suppliers have an equal and fair opportunity to join the Framework. Suppliers will be required to pass the Pre-Qualification Questionnaire (PQQ) stage, which will be released during May 2022, and second stage Invitation to Tender (ITT), scheduled for release in October 2022. The burden of proof remains upon suppliers to provide sufficient supporting evidence to the UK government, that it has the right capability and capacity to meet the CSSF's needs. The CSSF Commercial Team will work closely with CSSF Programme Managers at British Embassies/British High Commissions/British Consulates as well as in Cross-Whitehall Departments to ensure that colleagues across the CSSF are confident that it is both easy to use and robust.

The Framework will be divided into three Lots.

The scope of each Lot is as follows:

Lot 1 themes:

1 - Preventing, managing and reducing violence

2 - Strengthening and protecting inclusive politics and civic accountability mechanisms

3 - Stabilisation and state resilience

4 - Human security provision and security actor reform

5 - Access to formal, traditional and transitional justice

6 - Women, Peace and Security

7 - Climate Change, Biodiversity Loss and Climate Security

8 - SOC, Environmental Crime, Illicit Finance and Corruption

9 - Media Development and Outreach

Lot 2 themes:

10 - Counter Terrorism

11 - Counter Violence Extremism

12 - Strategic Communications

Lot 3 themes:

13 - Defence Training and Advice

14 - Provision of non-lethal equipment

15 - Defence services

The upper value limits of each Lot are:

Lot 1 - £1,650,000,000 (£1.65 billion)

Lot 2 - £600,000,000 (£600 million)

Lot 3 - £750,000,000 (£750 million)

Please note that the values stated above are the estimated maximum for each Lot.

Links to each Lot (copy and paste into browser) are as follows:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

two.1.6) Common procurement vocabulary (CPV)

  • 75200000 - Provision of services to the community

two.1.8) Lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.1.9) Information about variants

Variants will be accepted: No

two.2) Quantity or scope of the contract

two.2.1) Total quantity or scope

The scope of each Lot is as follows:

Lot 1 themes:

1 - Preventing, managing and reducing violence

2 - Strengthening and protecting inclusive politics and civic accountability mechanisms

3 - Stabilisation and state resilience

4 - Human security provision and security actor reform

5 - Access to formal, traditional and transitional justice

6 - Women, Peace and Security

7 - Climate Change, Biodiversity Loss and Climate Security

8 - SOC, Environmental Crime, Illicit Finance and Corruption

9 - Media Development and Outreach

Lot 2 themes:

10 - Counter Terrorism

11 - Counter Violence Extremism

12 - Strategic Communications

Lot 3 themes:

13 - Defence Training and Advice

14 - Provision of non-lethal equipment

15 - Defence services

The regions each Lot will be delivered in are:

(a) Africa

(b) Europe and Central Asia

(c) Western Balkans

(d) Middle East and North Africa

(e) South America

(f) South Asia

(g) South East Asia

(h) UK Overseas Territories

For each Lot applied for, organisations must have relevant functional and thematic capability in at least one theme and region.

Estimated value excluding VAT:

Range: between £1,000,000,000 and £3,000,000,000

two.2.3) Information about renewals

This contract is subject to renewal: No

Information about lots

Lot No

1

Lot title

Lot 1

1) Short description

Lot 1 will include the following themes:

1 - Preventing, managing and reducing violence

2 - Strengthening and protecting inclusive politics and civic accountability mechanisms

3 - Stabilisation and state resilience

4 - Human security provision and security actor reform

5 - Access to formal, traditional and transitional justice

6 - Women, Peace and Security

7 - Climate Change, Biodiversity Loss and Climate Security

8 - SOC, Environmental Crime, Illicit Finance and Corruption

9 - Media Development and Outreach

2) Common procurement vocabulary (CPV)

  • 75200000 - Provision of services to the community

3) Quantity or scope

Lot 1 will include the following themes:

1 - Preventing, managing and reducing violence

2 - Strengthening and protecting inclusive politics and civic accountability mechanisms

3 - Stabilisation and state resilience

4 - Human security provision and security actor reform

5 - Access to formal, traditional and transitional justice

6 - Women, Peace and Security

7 - Climate Change, Biodiversity Loss and Climate Security

8 - SOC, Environmental Crime, Illicit Finance and Corruption

9 - Media Development and Outreach

Estimated value excluding VAT

Range: between £400,000,000 and £1,650,000,000

5) Additional information about lots

The Contracting Authority intends to use an eTendering system in this procurement exercise..

Lot No

2

Lot title

Lot 2

1) Short description

Lot 2 will include the following thematics::

10 - Counter Terrorism

11 - Counter Violence Extremism

12 - Strategic Communications

2) Common procurement vocabulary (CPV)

  • 75200000 - Provision of services to the community

3) Quantity or scope

Lot 2 will include the following thematics::

10 - Counter Terrorism

11 - Counter Violence Extremism

12 - Strategic Communications

Estimated value excluding VAT

Range: between £300,000,000 and £600,000,000

5) Additional information about lots

The Contracting Authority intends to use an eTendering system in this procurement exercise.

Lot No

3

Lot title

Lot 3

1) Short description

Lot 3 will include the following thematics:

13 - Defence Training and Advice

14 - Provision of non-lethal equipment

15 - Defence services

2) Common procurement vocabulary (CPV)

  • 75221000 - Military defence services

CPV additional

  • 75211300 - Foreign military-aid-related services

3) Quantity or scope

Lot 3 will include the following thematics:

13 - Defence Training and Advice

14 - Provision of non-lethal equipment

15 - Defence services

Estimated value excluding VAT

Range: between £300,000,000 and £750,000,000

5) Additional information about lots

The Contracting Authority intends to use an eTendering system in this procurement exercise .


Section three. Legal, economic, financial and technical information

three.1) Conditions relating to the contract

three.1.1) Deposits and guarantees required

See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information

See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

three.1.5) Information about security clearance

Candidates which do not yet hold security clearance may obtain such clearance until: 30 April 2023

three.2) Conditions for participation

three.2.1) Personal situation

Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

three.2.2) Economic and financial ability

Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Minimum level(s) of standards possibly required: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Criteria regarding the economic and financial standing of subcontractors (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Minimum level(s) of standards possibly required: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

three.2.3) Technical and/or professional capacity

Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Minimum level(s) of standards possibly required: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)

Information and formalities necessary for evaluating if the requirements are met: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

Minimum level(s) of standards possibly required: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3


Section four: Procedure

four.1) Type of procedure

four.1.1) Type of procedure

Restricted

four.1.2) Limitations on the number of operators who will be invited to tender or to participate

Envisaged number of operators: 150

Objective criteria for choosing the limited number of candidates: See relevant documentation via links below:

https://fcdo.bravosolution.co.uk/go/898885520180FAA00B16 - Lot 1

https://fcdo.bravosolution.co.uk/go/743032920180FAA07DC4 - Lot 2

https://fcdo.bravosolution.co.uk/go/418413560180FAA13C86 - Lot 3

four.2) Award criteria

four.2.1) Award criteria

the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

four.2.2) Information about electronic auction

An electronic auction has been used: no

four.3) Administrative information

four.3.1) File reference number attributed by the contracting authority

PROJ - CPG/7654/2022 - Lot 1

PROJ - CPG/8013/2022 - Lot 2

PROJ - CPG/8015/2022 - Lot 3

four.3.2) Previous publication(s) concerning the same contract

Notice number: 2021/S 000-031520 of 16 December 2021

Other previous publications

no

four.3.3) Conditions for obtaining specifications and additional documents or descriptive document

Time limit for receipt of requests for documents or for accessing documents: 7 July 2022 - 1:00pm

Payable documents: no

four.3.4) Time limit for receipt of tenders or requests to participate

7 July 2022 - 1:00pm

four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

5 October 2022

four.3.6) Language(s) in which tenders or requests to participate may be drawn up

English


Section six: Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 24 to 48 months.

six.2) Information about European Union funds

The contract is related to a project and/or programme financed by European Union funds: No

six.3) Additional information

The Framework Agreement will be let for twenty-four (24) months initially, with two (2) further twelve (12 ) month options to extend.

six.4) Procedures for appeal

six.4.1) Body responsible for appeal procedures

FCDO Commercial Director

King Charles Street

London

SW1A 2AH

Country

United Kingdom

Internet address

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