Tender

Investment in Forests and Sustainable Land Use Phase II (IFSLU2) Programme - Component 1 and 2

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2024/S 000-023857

Procurement identifier (OCID): ocds-h6vhtk-047ea4

Published 30 July 2024, 11:54pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

anna.gibson@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://fcdo.bravosolution.co.uk

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

Investment in Forests and Sustainable Land Use Phase II (IFSLU2) Programme - Component 1 and 2

Reference number

itt 6531

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 deliver Component 1 and 2 of Investments in Forests and Sustainable Land Use - Phase 2 (IFSLU2) Programme.

Investments in Forests and Sustainable Land Use - Phase 2 (IFSLU2) is an umbrella International Climate Finance (ICF) programme of the FCDO. IFSLU2 is managed by the FCDO’s Energy, Climate and Environment Directorate (ECED). Under the IFSLU2 umbrella programme there are five Components.

This Opportunity is for the IFSLU2 Programme’s Component 1: Business incubation, pipeline development and business enabling conditions and Component 2: Enhanced support for smallholder farmers.

FCDO is looking for a supplier to undertake the management and implementation of the Component 1 and 2 of Investments in Forests and Sustainable Land Use - Phase 2 (IFSLU2) Programme.

The expected start date of the Contract is December 2024, the maximum Contract value is up to £134 million, with an option to increase its total value and duration based on continued need. The Contract value is exclusive of UK VAT but inclusive of all applicable local taxes.

The Contract length and value are as follows up to 60 months and value of up to £134 million - minus the amount already spent at Contract award point on the three FCDO grants under Component 2, the management of which will be transferred to this Contract.

The Contract may be extended and its value increased through:

• Extension Option: up to an additional 60 months and a value of up to a maximum of £239 million.

• Scale up Option (value extension only): up to £100 million over the life of the Contract (including the Extension Period).

Please note that this Opportunity is tendered under Light Touch Regime as Negotiate Procedure with Negotiation with the Preferred Supplier based on the Open Procedure prior to the Negotiation step.

PLEASE NOTE: This FTS Notice does not allow for the selection of the correct procedure type. Procedure defined under regulations 74 to 76 of Section 7 Social and Other Specific Services of Chapter 3 Particular Procurement Regimes, Public Contract Regulations 2015 (Light Touch Regime) therefore the Open procedure has been selected.

The tender documents have been published in the FCDO's eSourcing Portal https://fcdo.bravosolution.co.uk under itt_6531. You need to login or register on to the Portal in order to access the Tender documents and to submit your response.

If you have any technical issues, please call eSourcing helpdesk: +44 203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).

Any issues related to the subject of the Tender or Tender Pack must be submitted via the "messages" functionality linked to itt_6531 in the Portal.

two.1.5) Estimated total value

Value excluding VAT: £134,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75200000 - Provision of services to the community

two.2.3) Place of performance

NUTS codes
  • BR - Brazil
  • CD - Congo (Democratic Republic)
  • CG - Congo
  • CM - Cameroon
  • CO - Colombia
  • ET - Ethiopia
  • GA - Gabon
  • GH - Ghana
  • ID - Indonesia
  • KE - Kenya
  • LR - Liberia
  • MY - Malaysia
  • NG - Nigeria
  • PE - Peru
  • SL - Sierra Leone
  • TZ - Tanzania
  • UG - Uganda
Main site or place of performance

The selection is not prescriptive list, however, the following regions must be prioritised: East Africa, West Africa, Central Africa, Southeast Asia and Latin America with an office in each.

two.2.4) Description of the procurement

The intended behavioural Intermediate Outcomes from the Contract’s interventions are:

• Supply-side: Producers including businesses, social enterprises, community organisations, smallholders, and landholders adopt sustainable practices as part of profitable, inclusive and replicable business models and bankable investment opportunities;

• Demand-side: Governments, companies and value chain actors adopt mandatory or voluntary sustainable and equitable sourcing practices that incentivise sustainable practices; and aggregate and empower smallholders; and

• Enabling Conditions: Governments, companies and other actors foster positive enabling environments, reforms, standards, accessible market infrastructure and governance arrangements conducive for crowding-in investment, addressing smallholder development needs.

Over the longer-term and through interactions with other IFSLU2 Components, the Intermediate Outcomes will lead to the following systemic Outcomes:

• forest landscapes transformed into forest positive and climate-resilient systems that meet local development needs;

• increased private investment in sustainable forestry and land use;

• increased support and share of sustainable investment reaching smallholders;

• increased global market for deforestation-free agricultural commodities; and

• complementary policy actions implemented by consumer and producer countries.

These systemic Outcomes will lead to the following Impacts:

• forests and ecosystems protected and restored in forest landscapes and across relevant industries and value chains;

• finance mobilised in support of the Sustainable Development Goals (SDGs) and forest country Nationally-Determined Contribution (NDC) and National Adaptation Plan (NAP) implementation;

• jobs created, incomes increased, capacity strengthened and enhanced ability to adapt to the impacts of climate change (both rapid shocks and slow onset stressors) in rural economies of supported countries; and

• transformational change, aligning the land use sector with the SDGs and the Paris Agreement Targets.

Please note that the countries the list of the countries selected in the place of performance section is not prescriptive. The final list of countries will be agreed by FCDO and the Supplier during Contract Inception based on the Supplier’s analysis of opportunities to deliver impact (across countries, regions and value chains) and ODA/development impact considerations. However, the following regions must be prioritised: East Africa, West Africa, Central Africa, Southeast Asia and Latin America. The Supplier will be required to establish programme offices in each of these regions to deliver the programme.

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: £134,000,000

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

Duration in months

60

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

• Extension Option: up to an additional 60 months and a value of up to a maximum of £239 million.

• Scale up Option (value extension only): up to £100 million over the life of the Contract (including the Extension Period).

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.2.14) Additional information

The opportunity for Component 3 of IFSLU2 - Congo Basin is currently advertised in Find a Tender Services (FTS): https://www.find-tender.service.gov.uk/Notice/022329-2024 and Contracts Finder: https://www.contractsfinder.service.gov.uk/Notice/4ddfedd8-e37f-4def-913a-740fe2848a9d.


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


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 000-022375

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

Date

4 October 2024

Local time

12:00pm

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

4 October 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Foreign Commonwealth and Development Office (FCDO)

King Charles Street

London

SW1A 2AH

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Foreign Commonwealth and Development Office (FCDO)

King Charles Street

London

SW1A 2AH

Country

United Kingdom

Internet address

www.gov.uk/fcdo