Opportunity

Propcom+ (not an acronym) – Supporting economic development in conflict and climate affected regions in Nigeria

  • Foreign Commonwealth and Development Office

F02: Contract notice

Notice reference: 2022/S 000-027892

Published 4 October 2022, 4:11pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Email

graham.wray@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.gov.uk/fcdo/

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://fcdo.bravosolution.co.uk/

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

Propcom+ (not an acronym) – Supporting economic development in conflict and climate affected regions in Nigeria

Reference number

300826

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.1.4) Short description

Propcom+ is a UK International Climate Finance (ICF) programme which aims to support the transformation of Nigeria’s rural economy through an integrated approach that addresses challenges in environmental, social, and economic dimensions of Nigeria’s food and land-use system. It will do this by addressing the key barriers to sustainable agricultural development to increase productivity, enhance resilience to climate change, pursue lower emissions, improve access to nutritious diets, as well as helping tackle some of Nigeria’s underlying drivers of conflict.

two.1.5) Estimated total value

Value excluding VAT: £113,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75211200 - Foreign economic-aid-related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Nigeria.

two.2.4) Description of the procurement

The Supplier contract will run for seven years from the date of signature, subject to break clauses and resource availability. The total budget available for the services to be provided under this contract will be up to £58.40 million (inclusive of all applicable taxes).

i. A further £30 million of funds will be reserved and may be allocated across the programme to high performing activities - based on recommendations from an independent mid-term evaluation at the end of Year 3 of the contract.

ii. An additional £25 million scale-up option will also be available – subject to a Business Case Addendum and and based on a review in the last two years of the programme – should it prove to have a strong impact and the potential to yield better results. Any scale-up shall be subject to a maximum additional budget of £55 million.

iii. Up to 3-year time extension based on recommendations from a review in the last two years of the programme, subject to a maximum contract length of 10 years.

The assignment will be divided into three phases:

1. A 9-month Inception Phase – to confirm programme design, to undertake a series of analytical studies and to launch pilot initiatives

2. A 72-month Implementation Phase

3. A 3-month Closure and Learning Phase – following delivery of programme results by December 2029 – to responsibly close-down and exit the programme.

Key characteristics and skills we are seeking in a Supplier will be discussed and details contained in the TORs. FCDO would welcome the participation of both national and international organisations.

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: £113,400,000

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

Duration in months

120

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: 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

two.2.14) Additional information

The tender is for a Supplier or consortium to act as the lead technical assistance provider to implement Components 1 (Scaling Up), 2 (Building Markets), 3 (Enabling Policies) and 4 (embedded Monitoring, Evaluation, Research and Learning- MERL).

The contract is for an initial 7 year period, subject to break points, with the option of an extension of up to 3 years.


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: 2022/S 000-016171

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

Date

14 November 2022

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

four.2.7) Conditions for opening of tenders

Date

14 November 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should also be reported to graham.wray@fcdo.gov.uk.

Any queries related to the subject of this tender must be sent via the messaging function for itt_5245 Propcom+ (not an acronym) – Supporting economic development in conflict and climate affected regions in Nigeria.

six.4) Procedures for review

six.4.1) Review body

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

Country

United Kingdom