Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Contact
Mercy Mashem
Telephone
+44 2070080932
Country
United Kingdom
Region code
UK - United Kingdom
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/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Other activity
Development and Diplomacy
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Monitoring Evaluation and Learning (MEL) for Green Urban Growth in Somalia Programme
two.1.2) Main CPV code
- 75211200 - Foreign economic-aid-related services
two.1.3) Type of contract
Services
two.1.4) Short description
Foreign, Commonwealth and Development Office (FCDO) is looking for a Supplier to perform Monitoring, Evaluation and Learning (MEL) services for its Green Urban Growth in Somalia (GUG) Programme.
The purpose of the Contract is to provide the independent MEL for GUG’s overall programme delivered through the two modalities (commercial contract for £25 million and Partnership Finance Fund agreement worth £11 million) with the aim to:
i) assess the UK’s overall contribution towards achieving the ToC outcomes and impact,
ii) review the validity of assumptions in the ToC throughout implementation; and
iii) assess if the programme structure and delivery modalities are fit-for-purpose to achieve the desired results and iv) document lessons learned to inform decision-making and strengthen the global evidence base on urban development and building resilience to climate change in FCAS.
The expected start date of the Contract is October / November 2024. The Contract will run for 72 months with an option to extend by up to further 24 months.
The Contract will comprise of two phases:
- Inception Phase up to 4 months;
- Implementation Phase - remainder of contract period, with the last 3 - 6 months before the end focusing on the closure of the Contract and the responsible exit.
Contact Value is up to £3,000,000 million, with an option to increase the value by up to an additional £1,500,000. Please note that the Contract value is exclusive of VAT but inclusive of all applicable / local taxes.
The tender has been published in the FCDO eSourcing Portal https://fcdo.bravosolution.co.uk (itt_6537). You will need to login / register in order to access the tender document and to submit your proposal. If you have any technical issues with the Portal, please call eSourcing helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).
Any queries related to the Tender documents must be addressed through the "messages" functionality linked to itt_6537.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- SO - Somalia
Main site or place of performance
Somalia including Somaliland
two.2.4) Description of the procurement
The expected impact (the “Impact”) of the MEL Contract will be an improved performance of the GUG Programme in a high-risk environment and effective coordination of its components, working together and adding up to deliver GUG’s overall desired outcomes and impact.
The expected outcomes (the “Outcomes”) of the MEL Contract include:
• robust and coherent Overarching Results Framework is developed and is effectively utilised by all GUG Implementing Partners throughout implementation;
• GUG's progress towards its intended programme outcomes and its ToC are successfully monitored and evaluated to ensure accountability;
• effective coordination of activities between GUG components maximises on complementarities, achieves VfM and supports GUG Implementing Partners to deliver tangible progress towards GUG’s ToC;
• learning is applied to GUG’s delivery and management — both at the component and programme levels — to ensure GUG’s risks are minimised and opportunities for overall efficiency and effectiveness are maximised; and
• new, quality knowledge and evidence products strengthen the global evidence base on what works and what doesn’t work for systems-based approaches to building adaptation and resilience to climate change in FCAS cities.
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
14 October 2024
End date
13 October 2030
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: Yes
Description of options
the Contract can be extended by up to additional 24 months and increased in value by up to £1,500,000.00
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.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-019322
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
2 September 2024
Local time
12:00pm
Changed to:
Date
29 January 2025
Local time
12:00pm
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 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Foreign, Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Country
United Kingdom