Tender

PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)

  • Foreign, Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2021/S 000-023735

Procurement identifier (OCID): ocds-h6vhtk-02e42a

Published 23 September 2021, 5:36pm



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.proactisportal.com

one.3) Communication

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

https://fcdo.proactisportal.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://fcdo.proactisportal.com

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

PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)

Reference number

DN1270

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.1.4) Short description

This service, Evaluation Quality Assurance and Learning Service 2 (EQUALS 2), will provide support and assurance in a range of sectoral and methodological areas, with the responsiveness and quick turn-around times that countries and teams require. It will build on our experience of the current EQUALS (Evaluation Quality Assurances and Learning Service) which is due to end in March 2022.

The main objective of the programme is to contribute to the ongoing improvement of evaluative activities and products and their use across FCDO and Other Government Departments (OGD's). The programme will enable FCDO evaluations to continue to be high quality, where high quality is defined as: strategic, used for learning and improvement; independent and objective, with a robust methodology and the right expertise; following transparent processes; safe and ethical; and delivered in partnership with stakeholders. Better evaluation management, together with a more joined up approach, will allow for better synthesis and learning from the evaluation portfolio. FCDO evaluation evidence will continue to be a trusted source that can be used confidently in decision making.

EQUALS2 will retain the core functions of the current programme. It will:

• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.

• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.

• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.

Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, and (c) evaluation insights.

two.1.5) Estimated total value

Value excluding VAT: £5,580,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire
Main site or place of performance

The main place of performance will be in the UK.

two.2.4) Description of the procurement

FCDO is seeking a supplier to deliver an 38-month contract of up to 3915000 GBP exclusive of UK VAT from February 2022 until 31 March 2025 for the Evaluation Quality Assurance and Learning Service 2 (EQUALS 2) programme.

There is provision to scale up by up to an additional 1665000 GBP exclusive of UK VAT in cases where the programme has demonstrated a strong impact and has the potential to yield additional results. The estimated value includes all applicable local government taxes.

Please note that the estimated total value of 5580000 GBP represents a maximum, including scale up options, and FCDO expects competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) within the original budget of 3915000 GBP exclusive of UK VAT.

The main recipients of the services will be FCDO and Other Government Departments who can commission up to £208,000 exclusive of UK VAT of the 3915000 GBP contract budget.

EQUALS2 will retain the core functions of the current programme. It will:

• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.

• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.

• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.

Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, (c) evaluation insights. These activities are outlined in detail in ITT Volume 3 Terms of Reference. As EQUALS2 is designed to be a flexible and responsive service, the supplier should be prepared that these core services may evolve within the objective of improving and assuring the FCDO’s evaluative capabilities and products.

A hybrid payment by results model will be used for effective implementation of the EQUALS2 Contract and will link achievement of agreed KPI's and milestones to an agreed payment schedule.

An FCDO standard service contract will be awarded.

Scale up/down is provided for in ITT Volume 3 Terms of Reference and contract clauses to allow flexibility to respond to emerging needs.

two.2.5) Award criteria

Quality criterion - Name: Core Team Personnel and Panel Experts / Weighting: 19

Quality criterion - Name: Methodology for Providing Service / Weighting: 31

Quality criterion - Name: Social Value: Fighting Climate Change / Weighting: 5

Quality criterion - Name: Social Value: Tackling Economic Inequality / Weighting: 5

Cost criterion - Name: Commercial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,915,000

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

Duration in months

38

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 includes an extension of up to an additional 24 months beyond the original term of 38 months. The contract includes an option for additional services of the same type to be provided.

There is an option to increase the contract by up to an additional 1665000 GBP excluding UK VAT over and above the original financial limit of the contract up to a maximum financial limit of 5580000 GBP excluding UK VAT.

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

List and brief description of conditions

List and brief description of conditions:

Available via https://fcdo.proactisportal.com

Mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery Act 2015 requirements, minimum insurance requirements, tenderers past performance, duty of care, international aid transparency initiative, acceptance of FCDO Terms and Conditions and FCDO Supplier Code of Conduct and safeguarding measures as outlined in the procurement documents. Technical and commercial ability to deliver as per the published award criteria.

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

29 October 2021

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

29 October 2021

Local time

2:00pm

Place

https://fcdo.proactisportal.com


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The authority expressly reserves the right:

(i) not to award any contract(s) as a result of the procurement process commenced by publication of this notice; and, (ii) in no circumstances will the authority be liable for any costs incurred by the Bidders.

Procurement documents can be accessed through the FCDO Supply Partner Portal https://fcdo.proactisportal.com

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