- 1. Foreign Commonwealth and Development Office
- 2. Ministry of Defence
- 3. Home Office
- 4. Her Majesty's Treasury
- 5. National Crime Agency
- 6. Cabinet Office
- 7. Department for Environment, Food & Rural Affairs
- 8. Department for Transport
- 9. Department of Health & Social Care
- 10. Her Majesty's Revenue & Customs
- 11. Department for Business, Energy & Industrial Strategy
- 12. Ministry of Justice
- 13. Crown Prosecution Service
- 14. Department for International Trade
- 15. UK Health Security Agency
- 16. Metropolitan Police
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)
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