Section one: Contracting authority
one.1) Name and addresses
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
Telephone
+44 2070080932
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
http://www.gov.uk/government/organisations/foreign-commonwealth-development-office
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of OSCE Election Observation Monitors
Reference number
CPG/6301/2021
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
The Foreign, Commonwealth and Development Office (FCDO), the “contracting authority” issues this Contract Award Notice as it has established a single-supplier Framework Agreement with Westminster Foundation for Democracy (WFD) for the provision of Election Observation Monitors to Organization for Security and Co-operation in Europe (OSCE) Election Observation Missions, under the Public Contracts Regulations 2015 (PCRs).
The UK is a strong supporter of the OSCE Election Observation Missions (EOMs) carried out by the Office for Democratic Institutions and Human Rights (ODIHR). The contribution of UK observers to EOMs demonstrates the UK's support for the work of ODIHR to promote democratic principles and institutions in the OSCE region.
The contracting authority has established a Framework Agreement with WFD to recruit and manage UK observers to ODIHR EOMs. WFD will:
1. Select, recruit, train and manage, on behalf of the contracting authority, UK observers to the OSCE's ODIHR EOMs in OSCE participating States.
2. Ensure observers are fully trained and aware of their responsibilities as independent observers.
3. Undertake all logistical arrangements to deploy the observers, including visas, travel, insurance, and accommodation.
The estimated spend of this framework agreement is approximately £3,000,000 over 3 years.
There will be no form of exclusivity or volume that is guaranteed under the resultant Framework Agreement and the contracting authority will be entitled to enter into other contracts and arrangements with other suppliers for the provision of any, or all, of the requirements which are the same as, or similar to those specified under the established Framework Agreement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,000,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
OSCE Participating States (https://www.osce.org/participating-states)
two.2.4) Description of the procurement
Please note that this is an award notice and the opportunity is now closed.
In accordance with the PCRs, the contracting authority has undertaken a compliant tender exercise via a Restricted (two-stage) procedure to establish a single-supplier Framework Agreement with the Westminster Foundation for Democracy (WFD) to supply UK election observers to OSCE/ODIHR election observation missions. This tender exercise was evaluated on a Most Economically Advantageous Tender (MEAT) basis with a mix of technical and commercial evaluation criteria. WFD achieved the highest score overall and therefore are the successful bidder.
The contracting authority observed the obligatory standstill period in line with the ITT documentation and the PCRs. Following expiry of the standstill period, the contracting authority has now formally entered into a Framework Agreement with WFD.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70%
Quality criterion - Name: Commercial / Weighting: 30%
Price - Weighting: 30%
two.2.11) Information about options
Options: No
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 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
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: 2021/S 000-013694
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
27 October 2021
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Westminster Foundation for Democracy
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority incorporated a minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement was communicated to tenderers. This period allowed unsuccessful tenderers to challenge this decision before the Framework Agreement was signed (as appropriate). The standstill period expired midnight of 11th October 2021, no challenges were received. If an appeal regarding the award of the Framework Agreement has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).