Tender

Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice identifier: 2024/S 000-025285

Procurement identifier (OCID): ocds-h6vhtk-042e02

Published 9 August 2024, 3:48pm



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

Country

United Kingdom

Region code

UKM95 - South Lanarkshire

Internet address(es)

Main address

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

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

Diplomatic Services and International Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

Reference number

PQQ_1691

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 is a Framework Agreement to replace and build upon the current Global Evaluation and Monitoring Agreement (GEMFA).

The key objectives of the Framework Agreement are:

a) To secure a pool of high-quality suppliers pre-qualified to deliver Monitoring, Evaluation and Learning services,

b) To achieve improved value for money through further competition

c) Development and improved management of the supplier base

d) Access to niche/specialist skills and geographically specific expertise.

e) Shortened timescales for Call Down process due to pre-qualification of suppliers.

f) Improved Management Information for managing framework and supplier base e.g., tracking bidding patterns and recurring issues to improve competition.

This Framework Agreement will enable FCDO (and other Government Departments) access to a range of Lead Framework Suppliers who are able to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/ or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations.

This includes expertise in specialist areas such as measuring influence; portfolio monitoring, evaluation and learning (PMEL); emergency monitoring, evaluation and learning (EMEL); Independent Commission for Aid Impact (ICAI) reviews, evaluation, monitoring and learning within adaptive programmes; and third-party monitoring.

The Framework will be awarded for an initial three year period with the option for up to one twelve month extension.

The Framework will be awarded in 8 Lots which will consist of:

• Lot 1: Global High Value Contracts (above £750k in value)

• Lot 2: Regional Lot – West Africa (all contract values)

• Lot 3: Regional Lot – Central & Southern Africa (all contract values)

• Lot 4: Regional Lot – East Africa (all contract values)

• Lot 5: Regional Lot – MENA & AFPAK* (all contract values)

• Lot 6: Regional Lot – Indo-Pacific (all contract values)

• Lot 7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values)

• Lot 8: Global Low Value Contracts (below £750k in value)

* Middle East and North Africa + Afghanistan and Pakistan

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

Lead Framework Suppliers in the Regional Lots will be offered the opportunity to bid in mini-competitions for contracts exclusively focused in their specific region. They will not participate in mini-competitions for contracts that span more than one region. They will compete alongside Lead Framework Suppliers from either one of the Global Lots (Lot 1 or Lot 8) depending on the size of the contract.

Lead Framework Suppliers in the Regional Lots will only be eligible for contracts that will be delivered above £750k and compete against Lead Framework Suppliers in Global Lot 1, if they demonstrate sufficient Financial Standing and insurance coverage at SQ stage of the original Framework tender.

The maximum throughput of the Framework Agreement will be £500m covering all eight lots.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

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

two.2) Description

two.2.1) Title

Lot 1: Global High Value Contracts (above £750k in value)

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

Global

two.2.4) Description of the procurement

There are 15 places available on this Framework Global High Value Lot 1.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £220,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 15

Maximum number: 20

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

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 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 2: Regional Lot – West Africa (all contract values)

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

West Africa

two.2.4) Description of the procurement

There are 5 places available on this Framework Regional Lot 2 - West Africa.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 3: Regional Lot – Central & Southern Africa (all contract values)

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

Central & Southern Africa

two.2.4) Description of the procurement

There are 5 places available on this Framework Regional Lot 3 - Central & Southern Africa.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 4: Regional Lot – East Africa (all contract values)

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

East Africa

two.2.4) Description of the procurement

There are 5 places available on Framework Regional Lot 4 - East Africa.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 5: Regional Lot – MENA & AFPAK* (all contract values)

Lot No

5

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

Middle East and North Africa + Afghanistan and Pakistan

two.2.4) Description of the procurement

There are 5 places available on this Framework Regional Lot 5 - MENA & AFPAK.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 6: Regional Lot – Indo-Pacific (all contract values)

Lot No

6

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

Indo - Pacific

two.2.4) Description of the procurement

There are 5 places available on this Framework Regional Lot 6 - Indo- Pacific.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values)

Lot No

7

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

Western Balkans, Eastern Europe and Central Asia

two.2.4) Description of the procurement

There are 5 places available on this Framework Regional Lot 7 Western Balkans, Eastern Europe and Central Asia.

FFCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 8

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

two.2) Description

two.2.1) Title

Lot 8: Global Low Value Contracts (below £750k in value)

Lot No

8

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

Global

two.2.4) Description of the procurement

There are 15 places available on this Framework Global Low Value Lot 8.

FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition.

Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack).

The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000.

The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.

Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level.

The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes.

Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk

An FCDO standard Framework Agreement will be awarded.

two.2.5) Award criteria

Quality criterion - Name: Ability to Deliver Call Down Requirements / Weighting: 26

Quality criterion - Name: Technical Expertise / Weighting: 66

Quality criterion - Name: Conflict of Interest / Weighting: 0

Quality criterion - Name: Portfolio MEL – eligibility to deliver Portfolio MEL contracts / Weighting: 0

Quality criterion - Name: Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances / Weighting: 0

Quality criterion - Name: ICAI Requirements – eligibility to deliver ICAI contracts / Weighting: 0

Cost criterion - Name: Fee Rate Price Ceilings / Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £40,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 15

Maximum number: 20

Objective criteria for choosing the limited number of candidates:

As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691

FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with "tied scores" exceeds the maximum shortlist number for that Lot.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Options to extend

The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months.

Options on awarding places on the Framework

In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker.

In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).

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

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.


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

PQQ_1691

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

Restricted 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: 60

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 000-001664

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

Date

12 September 2024

Local time

2:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 November 2024

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: 12 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 to 4 years depending on whether extension options are used.

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

Please note that all procurement documentation comprising the SQ and ITT Packs are available of the FCDO Supplier Portal using reference PQQ_1691.

The SQ and ITT Packs have been tailored to the specific requirements set out in the Terms of Reference.

Suppliers should submit their SQ Response to demonstrate their capability in the Lot ITT they are to be considered for.

• Lot 1: Global High Value Contracts (above £750k in value) - 15 Suppliers

• Lot 2: Regional Lot – West Africa (all contract values) - 5 Suppliers

• Lot 3: Regional Lot – Central & Southern Africa (all contract values) - 5 Suppliers

• Lot 4: Regional Lot – East Africa (all contract values) - 5 Suppliers

• Lot 5: Regional Lot – MENA & AFPAK* (all contract values) - 5 Suppliers

• Lot 6: Regional Lot – Indo-Pacific (all contract values) - 5 Suppliers

• Lot 7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values) - 5 Suppliers

• Lot 8: Global Low Value Contracts (below £750k in value) - 15 Suppliers

Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.

Lead Framework Suppliers in the Regional Lots will be offered the opportunity to bid in mini-competitions for contracts exclusively focused in their specific region. They will not participate in mini-competitions for contracts that span more than one region. They will compete alongside Lead Framework Suppliers from either one of the Global Lots (Lot 1 or Lot 8) depending on the size of the contract.

Lead Framework Suppliers in the Regional Lots will only be eligible for contracts that will be delivered above £750k and compete against Lead Framework Suppliers in Global Lot 1, if they demonstrate sufficient Financial Standing and insurance coverage at SQ stage of the original Framework tender.

If a Lead Framework Supplier submits proposals for more than one Lot, FCDO reserves the right to reject these proposals. However, where this happens, we will send a clarification to Lead Framework Suppliers to ask which proposal we should consider.

A Lead Framework Supplier can also be a sub-contractor, but not on the Lot they have bid on as a Lead Framework Supplier (i.e., a supplier cannot be a Lead and a sub-contractor in the same Lot). If a Lead Framework Supplier bids on a specific Lot and also joins as a sub-contractor to another Lead Framework Supplier on the same Lot, they will be rejected as a Lead Framework Supplier on that specific Lot.

Lead Suppliers should check with all sub-contractors ahead of adding to their supply chain they are not submitting a proposal as a Lead Supplier for the same lot.

When a Call Down Contract mini-competition involves more than one Lot, the Framework Eligibility rules still apply.

An illustration of the bidding eligibility rules is provided in Annex 6 of the Terms of Reference.

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