- 1. Foreign Commonwealth and Development Office
- 2. Ministry of Defence
- 3. Home Office
- 4. Her Majesty's Treasury
- 5. National Crime Agency
- 6. Cabinet Office
- 7. Department for Environment, Food & Rural Affairs
- 8. Department for Transport
- 9. Department of Health and Social Care
- 10. Her Majesty's Revenue and Customs
- 11. Department for Business, Energy and Industrial Strategy
- 12. Ministry of Justice
- 13. Crown Prosecution Service
Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
Foreign Commonwealth and Development Office
King Charles Street
London
SW1A 2AH
For the attention of
Heyes Jonathan
Email(s)
supplierengagement@fcdo.gov.uk
Country
United Kingdom
Internet address(es)
General address of the contracting authority/entity
Address of the buyer profile
https://fcdo.bravosolution.co.uk/
Further information
Further information can be obtained from the above mentioned contact point(s)
one.2) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
one.3) Main activity
General public services
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities:
Yes
Name, addresses and contact point(s)
Ministry of Defence
Country
United Kingdom
Name, addresses and contact point(s)
Home Office
Country
United Kingdom
Name, addresses and contact point(s)
Her Majesty's Treasury
Country
United Kingdom
Name, addresses and contact point(s)
National Crime Agency
Country
United Kingdom
Name, addresses and contact point(s)
Cabinet Office
Country
United Kingdom
Name, addresses and contact point(s)
Department for Environment, Food & Rural Affairs
Country
United Kingdom
Name, addresses and contact point(s)
Department for Transport
Country
United Kingdom
Name, addresses and contact point(s)
Department of Health and Social Care
Country
United Kingdom
Name, addresses and contact point(s)
Her Majesty's Revenue and Customs
Country
United Kingdom
Name, addresses and contact point(s)
Department for Business, Energy and Industrial Strategy
Country
United Kingdom
Name, addresses and contact point(s)
Ministry of Justice
Country
United Kingdom
Name, addresses and contact point(s)
Crown Prosecution Service
Country
United Kingdom
Section two: Object
two.1) Title attributed to the contract by the contracting authority/entity:
Conflict, Stability and Security Fund (CSSF) Framework Agreement (2023-2027)
two.2) Type of contract and location of works, place of delivery or of performance
Services
Service category No 26: Other services
Main site or location of works, place of delivery or of performance
Global requirement, areas currently affected by conflict, or at risk of future conflict.
NUTS code
- UK - United Kingdom
two.3) Information on framework agreement
The notice involves the establishment of a framework agreement: Yes
two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services
The Conflict Stability and Security Fund (CSSF) will be procuring its next generation framework agreement in early 2022. The CSSF is a cross-government fund, with an annual budget in the region of 500 000 000 GBP, which delivers and supports activity including but not limited to security, defence, peacekeeping, peace-building and stabilisation activity, using both Official Development Assistance (ODA) and non-ODA funding. Further information on the CSSF's work and its impact is available in our Annual Report (https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/1040994/conflict-stability-and-security-fund-annual-report-2020-2021.pdf)
The new framework will be in place by January 2023 and will include suppliers who are able to meet the requirements of a wide variety of CSSF Programmes in support of National Security priorities and objectives.
This notice is being published to advertise a forthcoming market engagement exercise. The market engagement event (or a series of engagement events) will be held during January 2022.
The market engagement exercise is open to all persons who are interested (or may be interested) in being part of the replacement CSSF framework, and their supply chains. This includes existing market operators, potential new entrants and persons who may be interested in participating jointly through membership of a joint venture or consortium.
The framework will be re-procured via the Foreign, Commonwealth and Development Office's e-procurement portal: https://fcdo.bravosolution.co.uk. Suppliers, not currently registered on the portal, who are interested in being considered for the CSSF Framework Agreement must self-register on the site in order to participate — registration is free and instantaneous. Current framework suppliers will not need to re-register, but will need to complete the full suite of tender documents once issued to be considered for the new procurement framework.
The CSSF Commercial Team want to ensure that all suppliers have an equal and fair opportunity to join the Framework. Suppliers will be required to pass the Selection Questionnaire (SQ), which will be released during March 2022, and second stage Invitation to Tender (ITT), scheduled for release in June 2022. The burden of proof remains upon suppliers to provide sufficient supporting evidence to the UK government, that it has the right capability and capacity to meet the CSSF's needs. The CSSF Commercial Team will work closely with CSSF Programme Managers at British Embassies/British High Commissions/British Consulates as well as in Cross-Whitehall Departments to ensure that colleagues across the CSSF are confident that it is both easy to use and robust.
The contracting authority will consider the feedback received to help inform its options and further decision making. For the avoidance of doubt, this phase of the project is not part of a formal procurement process and the contracting authority is not committing, at this stage, to carrying out such a process.
Participation or non-participation in this market engagement exercise shall not prevent any supplier participating in a potential future procurement, nor is it intended that any information supplied as part of this exercise shall place any supplier at an advantage in a potential procurement process.
The anticipated timeframe for the re-procurement process is:
- Jan 2022 — Market Engagement Supplier Event;
- Mar 2022 — Issue of Selection Questionnaire (SQ);
- May 2022 — Confirmation to suppliers of SQ application outcome;
- Jun 2022 — Issue of Invitation to Tender (ITT);
- Jul 2022 — Deadline for submission of tenders (ITT);
- Nov 2022 — Completion of Tender Evaluation and Approvals process;
- Nov 2022 — Issue of confirmation of Framework Award;
- Nov/Dec 2022 – Framework agreements issued and signed;
- Jan 2023 – New CSSF framework goes live;
Suppliers wishing to attend the forthcoming market engagement events should register their interest by completing the registration form (https://bit.ly/3F0tdD7).
Please note that the value range stated below is an estimate at this stage and will be finalised following further analysis and confirmed within the Contract Notice.
Estimated value excluding VAT
Range: between £500,000,000 and £1,200,000,000
Lots
This contract is divided into lots: No
two.5) Common procurement vocabulary (CPV)
- 75200000 - Provision of services to the community
two.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 2 January 2023
Duration in months: 48 (from the award of the contract)
two.7) Additional information
The Authority is considering the use of lots within the Framework Agreement, and intends to consult with the market during engagement events to establish whether or not to proceed on this basis, and if so, how to structure lots.
There are fifteen thematics which are likely form part of the future framework, they are:
(1) Understanding and Strengthening inclusive politics, political processes and accountability
(2) Public Sector Reform & Public Financial Management
(3) Security sector reform & Security Sector capacity building
(4) Justice sector reform and Rule of Law
(5) Counter Violence Extremism/Counter Terrorism
(6) Peace-building, stabilisation and conflict sensitivity
(7) State - Civil society engagement
(8) Inclusive Conflict prevention and Peace-building
(9) Strategic Communication and Outreach
(10) Defence Training and Advice
(11) Provision of non-lethal equipment
(12) Defence services
(13) Climate
(14) Interstate Threats
(15) Cyber Defence/Security
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the subcontract
three.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Full details to be provided within the tender documents to be released during March 2022.
Section six: Complementary information
six.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
six.2) Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.