Opportunity

Land Facility

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice reference: 2023/S 000-019773

Published 11 July 2023, 1:08pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

Abercrombie House

East Kilbride

G75 8EA

Contact

Fiona Crawford

Email

fiona.crawford@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/fcdo/

Buyer's address

https://fcdo.bravosolution.co.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://fcdo.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://fcdo.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://fcdo.bravosolution.co.uk/

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

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.1.4) Short description

FCDO are seeking to procure a service provider to manage delivery of the new Land Facility programme (Main Component Lot 1) and Decision Support Unit (Lot 2).

The Land Facility contracts will be awarded for 72 months (or Dec 2030 if sooner).

Lot 1 - Land Facility - Main Component, aims to work with governments and other actors in Africa, South East Asia and Latin America and, if required, in other regions, to help build basic capacity and systems and mobilise the necessary political support, so governments can implement and resource sustained land governance reform. in line with international standards. The focus of the programme is therefore on central land administration policy and systems and the political process to implement and sustain reforms. The Land Facility is the main component of the FCDO's Global Land Governance Programme and is an integral part of the Green and Inclusive Growth Centre of Expertise.

Lot 2 - Decision Support Unit will operate as delivery support function and as a 'critical friend' to the Lead Supplier or consortium implementing the main Land Facility component.  Specifically, FCDO wishes to procure the services of the DSU supplier to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the supplier of the main LF component, the 'LF Lead Supplier', throughout implementation of the LF, as well as developing and disseminating programme learnings.

two.1.5) Estimated total value

Value excluding VAT: £118,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Land Facility Main Component

Lot No

1

two.2.2) Additional CPV code(s)

  • 75211200 - Foreign economic-aid-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Global

two.2.4) Description of the procurement

The contract will be awarded for an initial term of 72 months or up to December 2030, whichever is reached first. The programme will comprise of 3 phases:

The Inception Phase: 9 months (1-9)

Implementation Phase: 51 months (10-60)

Exit and Closure Phase: 12 months (61-72)

Potential extension phase if approved by FCDO: up to 36 months (73-108)

The total initial budget and contract value for the services to be delivered under this contract is expected to be up to £50m (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 £30m may become available during the initial contract period, subject to further approvals (this higher, £80m contract ceiling is designed to create flexibility for contributions from other FCDO departments, HMG posts or other UK Government Departments during the lifetime of the programme; it is therefore contingent on BIPD securing additional contributions from UK posts and/or other UK government departments during the course of the contract).

Extension: An additional £30m and 3-year scale-up option (cost and/or time extension) will also be available, subject to a business case addendum. This option, if exercised, will be exercised at the sole discretion of FCDO.

The contract will be subject to the following formal review points (including contract review) at the following points:

9 months from the start of the contract: Inception Review

In March 2025 (and the end of the current Spending Review period (SR21): First Annual Performance Review

45 months from the start of the contract: Second Annual Performance Review and/or:

At the end of SR22 and any subsequent Spending Review periods

If the contract is extended as required before extension agreed: Extension Review

Key characteristics and skills we are seeking in a Supplier will be detailed in the Terms of Reference (ToR). FCDO would welcome the participation of both national and international organisations.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £110,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Decision Support Unit Lot 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 75211200 - Foreign economic-aid-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Global

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 contract, initially for approx 72 months subject to review points:

In month 9, at the end of the Inception Phase

In March 2025 (at the end of the current Spending Review period (SR21))

In month 30 (approx. at the mid-point of the Implementation Phase)

And/or

At the beginning of any subsequent Spending Review periods that follow SR21 if necessary

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 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;

The contract will be divided into three phases:

The Inception Phase: 9 months (1-9)

Implementation Phase: 51 months (10-60)

Exit and Closure Phase: 12 months (61-72)

Potential extension phase if approved by FCDO: up to 36 months (73-108)

Key characteristics and skills we are seeking in a Supplier will be detailed in the Terms of Reference (ToR). FCDO would welcome the participation of both national and international organisations.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

Date

30 August 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 8 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

30 August 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should also be reported to fiona.crawford@fcdo.gov.uk. Any queries related to the subject of this tender must be sent via the messaging function for Lot 1 Land Facility itt_5789 and Lot 2 Decision Support Unit itt_5799

six.4) Procedures for review

six.4.1) Review body

FCDO

London

Country

United Kingdom