Tender

Forest Governance, Markets and Climate (FGMC2) Facilitation Service

  • Foreign, Commonwealth and Development Office

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039716

Procurement identifier (OCID): ocds-h6vhtk-0556a9 (view related notices)

Published 14 July 2025, 4:01pm



Scope

Reference

CPG/12638

Description

Phase 2 of the Forest Governance, Markets and Climate (FGMC2) is a 10-year £500m programme that aims to reduce the illegal and unsustainable use of forest resources, while benefitting poor, forest-dependent people, especially Indigenous People and Local Communities. FGMC2 builds on a successful first phase (FGMC1: 2011-24) which provided evidence and strong foundational partnerships that drove governance reforms and improved forest stewardship. A first tranche of £220m was approved for the first 5 years of the programme (2024-29), with the balance to be approved by Ministers subject to a positive mid-term evaluation in 2029 and resource availability.

The key delivery instruments for the programme are (i) Facilitation service, the subject of this procurement opportunity, (ii) the Programme Management Strategy and Support Team (PMSST), the contract for which has been awarded, and (iii) the Technical Assistance Portfolio Manager (TAPM) which is currently under tender evaluation . The Facilitation Service (contract value up to £15m) is designed to provide the services of politically astute, skilled and impartial facilitators to support multi stakeholder deliberations, at the invitation of government.

The objective of the Facilitation Services contract is to establish and operate a Facilitation service with the capacity to deploy country-based facilitators who will help encourage and support national stakeholders in forest sector policy and legal reforms decision making, encouraging well-informed stakeholder deliberations in partner countries. FGMC2 will not operate in all countries (potentially in up to 16) from the outset and is unlikely to work with Facilitators simultaneously across all countries. The nature of the work delivered in each country will depend upon the country context and the strategies and theories developed for it. The first group of 7 countries that will require facilitation services is Ghana, Liberia, Republic of Congo, DRC, Cameroon, Papua New Guinea, and Guyana. Other countries (bringing the total up to 10 countries at any given time) are likely to be drawn from Solomon Islands, Indonesia, Vietnam, and as further scoping is carried out, potentially from Laos, Gabon, Cote d'Ivoire, Bolivia, Cambodia, Mozambique, Myanmar, Thailand. Scope is, therefore, restricted identifying named facilitators for the 7 confirmed countries, but cost for a total of 10 facilitators.

Total value (estimated)

  • £12,500,000 excluding VAT
  • £15,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 9 October 2025 to 8 October 2029
  • Possible extension to 8 October 2034
  • 9 years

Description of possible extension:

The option of an extension is up to 60 months. The extension option will be at FCDO's sole discretion. In deciding whether the Contract should be extended, FCDO will have regard to the following non-exhaustive list of considerations:

a) performance based on Review Points;

b) ongoing future demand for interventions;

c) interventions continuing to be live at the end of the term;

d) the programme continuing to be an FCDO priority and aligned to geographic and thematic strategies;

e) FCDO affordability assessment

f) available funds through future Spending Reviews.

g) subject to a business case addendum being approved by Ministers for the second 5 year period of FGMC2.

Main procurement category

Services

CPV classifications

  • 75211200 - Foreign economic-aid-related services

Contract locations

  • GH - Ghana
  • LR - Liberia
  • CD - Congo (Democratic Republic)
  • CG - Congo
  • CM - Cameroon
  • PG - Papua New Guinea
  • GY - Guyana
  • SB - Solomon Islands
  • ID - Indonesia
  • VN - Vietnam

Participation

Legal and financial capacity conditions of participation

FINANCIAL CAPACITY

Low Risk - Potential Suppliers must have a yearly turnover which equals at least 50% of the maximum Contract value as set out in the FTS Notice.

Medium Risk - Potential Suppliers have a yearly turnover which is less than 50% of the maximum Contract value, but more than 20% of the maximum contract value.

High Risk - Potential Suppliers with a yearly turnover which is less than 20% of the maximum Contract value.

A Potential Supplier who lacks the appropriate financial capacity could represent a risk to satisfactory contract delivery. Where financial capacity is in question, the Response may be failed on this basis, irrespective of a Potential Supplier's performance in other non-financial areas.

Technical ability conditions of participation

Bidders should include examples of experience that are relevant to the requirement set out in the Terms of Reference. More information is available under Para 2.6 Technical Ability of ITT Vol 1 Instructions Document.

Additional Project Related Question 1:

Demonstrate through up to three of your examples a minimum level* of institutional experience and capability in the lead agency and/or consortium members, in each of the following and where applicable, indicate outcomes or results achieved:

(a) managing large, complex aid funded multi-country programmes in Africa and the Pacific region (at least 5 countries concurrently);

(b) challenging environments, including security, conflict risks and political instability; and

(c) managing politically sensitive forestry programmes in fragile states;

More recent and more relevant experience and/or FCDO experience preferable

* A "minimum level" of institutional experience and capability is defined as having played a leading management and technical role in at least two (2) multi-year programmes that demonstrate relevant experience and capability. 

Not to exceed 2 A4 pages (2 x A4 single side) 

Additional Project Related Question 2

Demonstrate through your examples experience, capability and evidence of support to multi stakeholder driven governance reform processes including ensuring inclusion of women and marginalised stakeholders and managing diverse stakeholder interests.

Not to exceed 2 A4 pages (1 x A4 single side) 

Additional Project Related Question 3: 

Demonstrate through your examples organisational experience and evidence of working with international forestry policy processes including Forest Law Enforcement Governance and Trade (FLEGT) voluntary partnership agreements, or equivalent trade linked processes, market regulations, forest governance and transparency, compliance monitoring and results auditing

Not to exceed 1 A4 pages (1 x A4 single side) 

Additional Project Related Question 4

Demonstrate through your examples organisational experience and evidence of projects fostering cross-country south-south and north-south learning that lead to policy developments

Not to exceed 1 A4 pages (1 x A4 single side)

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

18 August 2025, 5:00pm

Tender submission deadline

25 August 2025, 5:00pm

Submission address and any special instructions

https://fcdo.bravosolution.co.uk

The procedure will be conducted in accordance with the Procurement Act 2023 and the associated Procurement Regulations 2024, specifically under the provisions applicable to Light Touch Contracts Section 9 and Schedule 1, which replace the previous regime under regulations 74 to 76 of Section 7 (Social and Other Specific Services) of Chapter 3 of the PCR 2015. The relevant service falls under the Common Procurement Vocabulary (CPV) code 75211200 - Foreign economic-aid related services, which is listed under Schedule 1 (Light Touch Services) of the Procurement Regulations 2024.

The Procedure will be conducted through the following process: -  

FCDO intends to conduct this exercise in up to 3 stages (noting that the Procedure may be concluded at Stage 1 - more details in Invitation to Tender (ITT) Vol 1 Document that will be published in FCDO e-sourcing Portal (https://fcdo.bravosolution.co.uk/web/login.html)

STAGE 1 - Tender Submission

STAGE 2 - Negotiation (if applicable)

STAGE 3 - Best and Final Offer (if applicable)

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

9 October 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
T2 Facilitators in country

Demonstrate professional skills and expertise of proposed facilitator for each of the seven identified countries (Guyana, Ghana, Liberia, Cameroon, Republic of Congo, Democratic Republic of Congo,...

Quality 42%
T5 Understanding of the role of a facilitator: Demonstrate approach to and understanding of deliberation and facilitation

Please provide an answer for both of the following scenarios. Draw on your understanding of deliberation (see Box 1 section A and Annex 2 of the ToRs)) 

Scenario 1: (10 marks) 

In Country A, a...

Quality 20%
T1a & b Quality of team leadership, and country-based facilitators

Core Facilitation Service team as outlined in the Section G of the ToRs-  

1a (5 Marks) For the team leader: Demonstrate strong leadership to oversee all aspects of the programme, including...

Quality 12%
T6 Understanding the Theory of Change and approach to policy influencing at national level.

Based on the Terms of Reference (section A and Annexes 1 and 2) provided, the potential Supplier should demonstrate their understanding of the Theory of Change. This should include a succinct,...

Quality 10%
T3 Approach to effective management of the deployment of facilitators in country

Provide your approach to deployment of facilitators in country and operational arrangement for managing facilitators across multiple countries: (draw from Sections C, D, E, and Annex 2 of the ToRs)...

Quality 8%
T4 Approach to effective programme management of the facilitation service

Demonstrate the efficiency of your operational arrangements and approach to VfM, including your approach to risk assessment and the management of risks, finances, results, staff performance in varied...

Quality 8%

Other information

Payment terms

Inception

100% of suppliers' fees will be linked to fixed milestone payments with expenses reimbursed on actuals, up to the proposed ceiling for inception.

Implementation

25% of suppliers' fees will be contingent on KPIs which will be scored quarterly. Payments for all costs and expenses will be strictly in arrears. All expenditure will be against pre-agreed fee rates and project costs.

Description of risks to contract performance

Cashflow - Monthly payment terms are required for downstream/SME/local partners.

Security - The programme operates across a number of countries with different risk levels, mitigation is clearly built in to the specific country strategy.

PLEASE NOTE: This Notice does not allow for the selection of the correct award criteria. The final score awarded to the Potential Supplier will be calculated using the Price Per Quality Point (PPQP) methodology. This is an absolute methodology which divides the Potential Supplier's Commercial Evaluation Total Cost by their Technical Score to calculate the Final Score. For details, please refer to Volume 1 of the tender documents.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

Foreign, Commonwealth and Development Office

  • Public Procurement Organisation Number: PXRR-8771-PHVX

King Charles Street

London

SW1A 2AH

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government