Contract

Technical Assistance (TA) Facility to strengthen Rwanda's Social Protection Sector: Exiting Poverty Rwanda Programme

  • Foreign Commonwealth and Development Office

F20: Modification notice

Notice identifier: 2025/S 000-064000

Procurement identifier (OCID): ocds-h6vhtk-05ac53

Published 10 October 2025, 9:24am



Section one: Contracting authority/entity

one.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

G75 8EA

Contact

Wasonga Misumi

Email

wasonga.misumi@fcdo.gov.uk

Telephone

+44 1355844062

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

www.fcdo.bravosolution.co.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Technical Assistance (TA) Facility to strengthen Rwanda's Social Protection Sector: Exiting Poverty Rwanda Programme

Reference number

PROJ_10147

two.1.2) Main CPV code

  • 75211200 - Foreign economic-aid-related services

two.1.3) Type of contract

Services

two.2) Description

two.2.1) Title

Technical Assistance Facility to strengthen Rwanda's Social Protection Sector

two.2.3) Place of performance

NUTS codes
  • RW - Rwanda
Main site or place of performance

Rwanda

two.2.4) Description of the procurement at the time of conclusion of the contract:

The TA Facility will provide technical expertise and capacity building to the Government of Rwanda and support the effective implementation of its Social Protection Sector Strategic Plan (SP-SSP) and ultimately a strengthened national social protection system, as well as the delivery of FCDO's Exiting Poverty in Rwanda (EPR) programme which aims to eradicate extreme poverty and reduce overall poverty.

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

Start date

3 March 2021

End date

30 June 2027

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 five. Award of contract/concession

Contract No

PO 10063

Title

Technical Assistance facility to strengthen Rwanda’s Social Protection Sector as part of FCDO’s Exiting Poverty in Rwanda Programme

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract/concession award decision:

9 October 2025

five.2.2) Information about tenders

The contract/concession has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Cowater International

109 Murray Street, Second Floor, Suite 4

Ottawa

KP1N 5N5

Country

Canada

NUTS code
  • CA - Canada
The contractor/concessionaire is an SME

No

five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)

Total value of the procurement: £7,677,885


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Foreign Commonwealth & Development Office

East Kilbride

G75 8EA

Country

United Kingdom


Section seven: Modifications to the contract/concession

seven.1) Description of the procurement after the modifications

seven.1.1) Main CPV code

  • 75211200 - Foreign economic-aid-related services

seven.1.3) Place of performance

NUTS code
  • RW - Rwanda

seven.1.4) Description of the procurement:

The TA Facility will provide technical expertise and capacity building to the Government of Rwanda and support the effective implementation of its Social Protection Sector Strategic Plan (SP-SSP) and ultimately a strengthened national social protection system, as well as the delivery of FCDO's Exiting Poverty in Rwanda (EPR) programme which aims to eradicate extreme poverty and reduce overall poverty.

The work package agreed with the supplier will:

i. Sustain critical work currently being carried out by TAF and maintain support to government counterparts

ii. Work to make TAF more effective, evaluating how it works to ensure effectiveness across:

a. Policy support to GoR ministries

b. Renew focus on sub-national support and capacity building (LODA)

iii. Build sustainable capacity (as requested by the Steering Committee) in:

• Systems development: IT SP systems which last

• Support the training framework (to improve sub-national delivery)

iv. Set the groundwork for an expanded basket fund through sustainable interventions

seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Start date

3 March 2021

End date

30 June 2027

seven.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession:

£7,677,885

seven.1.7) Name and address of the contractor/concessionaire

Cowater International

109 Murray Street

Ottawa, Ontario

K1N 5N5

Country

Canada

NUTS code
  • CA - Canada
The contractor/concessionaire is an SME

No

seven.2) Information about modifications

seven.2.1) Description of the modifications

Nature and extent of the modifications (with indication of possible earlier changes to the contract):

This contract modification will increase the contractual value by £1.8m as set out in the terms of the original procurement and a increase the contract term by 15 months, extension.

seven.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire.

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

In line with the VEAT notice - 2025/S 000-058956 (https://www.find-tender.service.gov.uk/Notice/058956-2025?) the contract modification is necessary to allow FCDO unlock £15m in additional donor funding that is crucial to enable a responsible exit from the programme in a way that minimises harm to its beneficiaries. The nature and scope of the contract remain unchanged. This amendment does not materially expand the contract scope. Cowter International will continue to deliver the same core services.

Proceeding with a new procurement would introduce significant risks, including loss of the additional donor funding, the potential for duplication of costs already borne, reputational risk, adverse development impact on the most beneficial beneficiaries.

seven.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)

Value excluding VAT: £5,906,650

Total contract value after the modifications

Value excluding VAT: £7,677,885