Tender

Monitoring Evaluation and Learning (MEL) for Green Urban Growth in Somalia Programme

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2024/S 000-022763

Procurement identifier (OCID): ocds-h6vhtk-047235

Published 22 July 2024, 10:46pm



The closing date and time has been changed to:

29 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Contact

Mercy Mashem

Email

Mercy.Mashem@fcdo.gov.uk

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