Opportunity

Expert Advisory Call Down Service 2 (EACDS 2)

  • Foreign, Commonwealth and Development Office

F02: Contract notice

Notice reference: 2022/S 000-020039

Published 22 July 2022, 3:31pm



The closing date and time has been changed to:

16 September 2022, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Foreign, Commonwealth and Development Office

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

Contact

Susan Lynch

Email

susan.lynch@fcdo.gov.uk

Telephone

+44 1355843620

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

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

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

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

Expert Advisory Call Down Service 2 (EACDS 2)

Reference number

ITT_5143, ITT_5144, ITT_5145 and ITT_5146

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 Expert Advisory Call Down Service 2 (EACDS 2) Framework Agreement is split into 4 Lots:

Lot 1. Women and Girls, ITT_5143

Lot 2. Life-Saving Humanitarian Work, ITT_5144

Lot 3. British Investment Partnerships, ITT_5145

Lot 4. Climate Change, Nature & Global Health, ITT_5146

It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence in February 2023. The Framework provides the call down service, equating to an annual value of GBP 13 000 000.

FCDO wishes to work with Framework Suppliers who are committed to ensuring that the best technical development expertise is quickly and efficiently accessible to FCDO staff and colleagues across the civil service. The aim is to ensure that the UK development programme is at the forefront of international development best practice.

FCDO's professional advisers and programme teams need up-to-date knowledge, evidence, and expert support in order to ensure that our policies and programmes are well designed and managed, achieving maximum impact and value for money. FCDO requires expertise in four broad areas which will support the delivery of the UK's International Development Strategy.

The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).

The other UK government departments are:

Home Office

Department of Health & Social Care

Department for Business, Energy & Industrial Strategy

Department for Environment Food and Rural Affairs

Department for Digital, Culture Media and Sports

Office for National Statistics

Ministry of Defence

HM Revenue and Customs

HM Treasury

Department for Education

Department for International Trade

Department for Work & Pensions

Department for Transport

The Scottish Government

Welsh Government

This list is not exhaustive. A complete list of OGDs who are entitled to use the Framework Agreement can be found at https://www.gov.uk/government/organisations This list may be updated from time to time due to re-structuring or re-organisation.

two.1.5) Estimated total value

Value excluding VAT: £39,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot.

The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score.

FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award.

two.2) Description

two.2.1) Title

Women and Girls, ITT_5143

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

Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states.

two.2.4) Description of the procurement

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services.

The value of Lot 1 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000.

This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets.

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. 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, 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 main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).

The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need.

Lot 1: Women and Girls, ITT_5143

Unlocking the full potential and power of women and girls accelerates progress on all our global priorities, from economic prosperity to security. The UK has long been at the vanguard of standing up for the rights of women and girls around the world, through our development, diplomatic and legislative efforts, including the International Development (Gender Equality) Act 2014. This is not just good development, but also symbolises UK ideals, and is part of what we offer to the world.

This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs.

Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35).  FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Quality of Personnel and Team Structure / Weighting: 20

Quality criterion - Name: Framework Management Methodology / Weighting: 25

Quality criterion - Name: Technical Ability - Lot 1: Women and Girls / Weighting: 15

Quality criterion - Name: Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome / Weighting: 10

Cost criterion - Name: Competitiveness of your Individual Expert Band Ceiling Rates / Weighting: 23

Cost criterion - Name: Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates / Weighting: 7

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

two.2.14) Additional information

Lead Suppliers:

Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot.

The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score.

FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award.

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors:

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

two.2) Description

two.2.1) Title

Life-Saving Humanitarian Work, ITT_5144

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

Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states.

two.2.4) Description of the procurement

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services.

The value of Lot 2 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000.

This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets.

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. 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, 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 main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).

The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need.

Lot 2: Life-Saving Humanitarian Work, ITT_5144

The UK is a global leader in driving more effective approaches to crises. We have led international efforts to strengthen crisis solutions and reduce humanitarian need. As a champion of digital cash payments, we have made humanitarian responses faster and more effective. Drawing on our expertise in disaster risk financing and insurance, we have helped to set up all four of the world's regional insurance schemes, enabling rapid responses that save lives and livelihoods.

This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs.

Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35).  FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Quality of Personnel and Team Structure / Weighting: 20

Quality criterion - Name: Framework Management Methodology / Weighting: 25

Quality criterion - Name: Technical Ability - Lot 2: Life-Saving Humanitarian Work / Weighting: 15

Quality criterion - Name: Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome / Weighting: 10

Cost criterion - Name: Competitiveness of your Individual Expert Band Ceiling Rates / Weighting: 23

Cost criterion - Name: Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates / Weighting: 7

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

two.2.14) Additional information

Lead Suppliers:

Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot.

The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score.

FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award.

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors:

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

two.2) Description

two.2.1) Title

British Investment Partnerships, ITT_5145

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

Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states.

two.2.4) Description of the procurement

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services.

The value of Lot 3 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000.

This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets.

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. 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, 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 main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).

The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need.

Lot 3: British Investment Partnerships, ITT_4145

We will help countries get the investment they need to grow secure, open, thriving economies. Countries need to avoid loading their balance sheets with unsustainable debt and mortgaging their future economies against bad loans. We can help, by putting our national economic power at the centre of our development approach: capital markets, investment and growth expertise, independent trade policies.

This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs.

Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35).  FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Quality of Personnel and Team Structure / Weighting: 20

Quality criterion - Name: Framework Management Methodology / Weighting: 25

Quality criterion - Name: Technical Ability - Lot 3: British Investment Partnerships / Weighting: 15

Quality criterion - Name: Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome / Weighting: 10

Cost criterion - Name: Competitiveness of your Individual Expert Band Ceiling Rates / Weighting: 23

Cost criterion - Name: Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates / Weighting: 7

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

two.2.14) Additional information

Lead Suppliers:

Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot.

The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score.

FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award.

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors:

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

two.2) Description

two.2.1) Title

Climate Change, Nature & Global Health, ITT_5146

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

Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states.

two.2.4) Description of the procurement

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services.

The value of Lot 4 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000.

This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets.

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. 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, 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 main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA).

The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need.

Lot 4: Climate Change, Nature & Global Health, ITT_5146

To build economic, security and technological partnerships of the future we will continue to put shared global challenges at the heart of our offer to low- and middle-income countries: as a responsible international actor and a trusted strategic partner. We will turn our historic global leadership at COP26 and throughout the COVID-19 pandemic into lasting progress for our allies and partners and for British people. And through the Prime Minister's Clean Green Initiative we will partner with low- and middle-income countries to ensure they can access the funding and support needed for them to deliver on their climate ambitions.

This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs.

Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35).  FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Quality of Personnel and Team Structure / Weighting: 20

Quality criterion - Name: Framework Management Methodology / Weighting: 25

Quality criterion - Name: Technical Ability - Lot 4: Climate Change, Nature & Global Health / Weighting: 15

Quality criterion - Name: Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome / Weighting: 10

Cost criterion - Name: Competitiveness of your Individual Expert Band Ceiling Rates / Weighting: 23

Cost criterion - Name: Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates / Weighting: 7

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

two.2.14) Additional information

Lead Suppliers:

Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot.

The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score.

FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award.

Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation.

Subcontractors:

Subcontractors are eligible to participate in more than one bid for the Framework Agreement and across all 4 Lots. Sub-contractors can be successful on more than one Lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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

Originally published as:

Date

2 September 2022

Local time

2:00pm

Changed to:

Date

16 September 2022

Local time

2:00pm

See the change notice.

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

2 September 2022

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

The authority expressly reserves the right:

(i) not to award any Framework Agreements as a result of the procurement process commenced by publication of this notice;

and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by the candidates.

Procurement documents can be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk

Please note that this contract notice covers 4 ITT references on the FCDO Supplier Portal - one for each of the 4 Lots:

• ITT_5143, Lot 1. Women and Girls

• ITT_5144, Lot 2. Life-Saving Humanitarian Work

• ITT_5145 Lot 3. British Investment Partnerships

• ITT_5146 Lot 4. Climate Change, Nature & Global Health

The ITT Pack is the same for each Lot apart from the "ITT Volume 6 Pro Forma Cost Template" that has been tailored to each of the 4 Lots with their respective "Expert Band Capped Ceiling Rates".

Suppliers should submit their Bids against the Lot and ITT number they are to be considered for.

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