Tender

Monitoring And Evaluation Provider For The Exiting Poverty In Rwanda Programme

  • Foreign Commonwealth and Development Office (FCDO)

F02: Contract notice

Notice identifier: 2022/S 000-034988

Procurement identifier (OCID): ocds-h6vhtk-038c6b

Published 9 December 2022, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

Foreign Commonwealth and Development Office (FCDO)

King Charles Street

London

SW1A 2AH

Email

Mahzabin.Ahmed@fcdo.gov.uk

Telephone

+44 2070080932

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

Buyer's address

https://fcdo.bravosolution.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Monitoring And Evaluation Provider For The Exiting Poverty In Rwanda Programme

Reference number

ITT 5378

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 a monitoring, evaluation and learning programme to support FCDO and the Government of Rwanda (GoR) to monitor and assess progress against the implementation of key areas of the Social Protection-SSP and the overarching outcome and outputs of the Exiting Poverty in Rwanda (EPR) programme. In doing so this programme aims to generate evidence and learning that will help improve the delivery of the EPR programme and strengthen social protection policy and programming in Rwanda. The impact evaluation will also give insights into the effectiveness of social protection assistance in reducing poverty and vulnerability in Rwanda.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

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
  • RW - Rwanda
Main site or place of performance

Rwanda

two.2.4) Description of the procurement

Foreign, Commonwealth and Development Office (FCDO) is looking for a Supplier to deliver a Monitoring, Evaluation and Learning Services to support FCDO and the Government of Rwanda (GoR) to monitor and assess progress against the implementation of key areas of the Social Protection-SSP and the overarching outcome and outputs of the Exiting Poverty in Rwanda (EPR) programme.

The expected start date of the contract is March 2023. The contract will run until the end of March 2026. It may however be extended by up to 1.5 years.

The contract will be composed of three phases:

- Inception Phase - three months (3)

- Implementation Phase - thirty four months (34)

- Close-out Phase - three months (3)

Contract Value excluding extension is up to £1.2 million. The maximum value of the contract, including the optional up to 1.5 years extension is up to £1.8 million.

The objective of the MEL project is to support FCDO and GoR to monitor and assess progress against the implementation of the national Social Protection Programme, to assess its effectiveness in reducing poverty and vulnerability in Rwanda, and to generate evidence and learning that will help improve the Programme and strengthen social protection policy and programming in Rwanda.

There are 4 outputs for this programme include:

1. DLI verification - The MEL provider will develop a verification manual and conduct independent verification of the of disbursement-linked indicators (DLIs)at regular intervals throughout the duration of the EPR programme. The objective of the verification is to ensure independent monitoring of the DLIs, that will enable disbursement of results-based financing.

2. EPR Mid-term Review - At the half-way point of the EPR programme (2023), the MEL provider will conduct a mid-term review (MTR) of the programme. The objective of the MTR is to establish recommendations that will inform programme implementation and adaptation for the second half of the programme.

3. The MEL provider will conduct a qualitative and quantitative impact evaluation of VUP.

The objective of the VUP evaluation is a two-fold:

to estimate the impact of the national social protection programme on poverty dynamics.

to provide the contextual analysis and deepen the evidence base around how and why outcomes differ by programme intervention (as well as gender, disability, poverty levels etc.).The Supplier will support the National Institute of Statistics of Rwanda (NISR) to collect consumption data as part of their VUP over-sample, collected through the household living standards survey

4. The MEL provider will allocate £100,000 of the contract value for small scale and strategic research and evidence work, to plug emerging evidence gaps in the sector and strengthen the evidence base for social protection. The objective of this research is to generate evidence that will build support for the most effective programming options and inform on-going programme implementation, and the design of future programming.

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 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 be reported to Mahzabin.Ahmed@fcdo.gov.uk

Any queries related to the subject of this tender must be sent via the messaging function for itt_5378 - Monitoring and Evaluation Provider for the Exiting Poverty in Rwanda 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: £1,200,000

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

Start date

1 March 2023

End date

31 March 2026

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

possible extension of up to 1.5 years at up to £600,000

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

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 eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).


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

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers.

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

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

Date

6 January 2023

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

four.2.7) Conditions for opening of tenders

Date

12 January 2023

Local time

2:00pm


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 & Development Office (FCD)

London

Country

United Kingdom