Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048a39
Published by:
Foreign Commonwealth and Development Office
Authority ID:
AA79861
Publication date:
26 February 2025
Deadline date:
24 February 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

British Consulate General Jerusalem (BCGJ) is seeking to appoint a supplier to deliver the Occupied Palestinian Territories Independent Monitoring Evaluation and Learning (OPTIMEL) programme. OPTIMEL will provide independent monitoring, evaluation, research and learning activities across BCGJ’s Country Plan Goals and programme portfolio. It will enhance the assurance, efficiency and effectiveness of the UK’s support to the OPTs by helping mitigate risks, validating what works, better understanding the context, and promoting learning and connectivity across the Overseas Development Assistance (ODA) programme portfolio and diplomatic activities.

OPTIMEL will be delivered across three flexible and adaptive workstreams so that activities can be prioritised as portfolio needs change or to respond to contextual changes. The contract will deliver against four outcomes: Greater Accountability, Increased Coherence and Alignment, Increased Impact and Influence, and Value for Money.

The value of the contract is £5,000,000 for a period of up to 3 years (36 months).

Subject to Supplier performance, budgets and the FCDO governance processes the contract can be extended for up to 18 months with an additional budget of up-to £2,000,000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Foreign Commonwealth and Development Office

King Charles Street

London

SW1A 2AH

UK

E-mail: Martha.Selvaratnam@fcdo.gov.uk

NUTS: UK

Internet address(es)

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://fcdo.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://fcdo.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

British Consulate General Jerusalem (BCGJ) is seeking to appoint a supplier to deliver the Occupied Palestinian Territories Independent Monitoring Evaluation and Learning (OPTIMEL) programme. OPTIMEL will provide independent monitoring, evaluation, research and learning activities across BCGJ’s Country Plan Goals and programme portfolio. It will enhance the assurance, efficiency and effectiveness of the UK’s support to the OPTs by helping mitigate risks, validating what works, better understanding the context, and promoting learning and connectivity across the Overseas Development Assistance (ODA) programme portfolio and diplomatic activities.

OPTIMEL will be delivered across three flexible and adaptive workstreams so that activities can be prioritised as portfolio needs change or to respond to contextual changes. The contract will deliver against four outcomes: Greater Accountability, Increased Coherence and Alignment, Increased Impact and Influence, and Value for Money.

The value of the contract is £5,000,000 for a period of up to 3 years (36 months).

Subject to Supplier performance, budgets and the FCDO governance processes the contract can be extended for up to 18 months with an additional budget of up-to £2,000,000.

II.1.5) Estimated total value

Value excluding VAT: 5 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

IL


Main site or place of performance:

Gaza

II.2.4) Description of the procurement

The primary goal of the OPTIMEL contract is to enable better UK support to OPTs and the people affected by the current crisis and long-term occupation. It will inform, provide verification and assurance that our investments deliver impact to the intended beneficiaries, are strategically aligned, offer VfM and are informed by Palestinian voices. OPTIMEL will also support the BCGJ’s decision making and risk management within its ODA portfolio. OPTIMEL will support BCGJ holistically across Country Business Plan (CBP) Goals, with both diplomatic and development activities. It will contribute to an evidence base for effective approaches in the OPTs and similar contexts.

Aligned to the three workstreams detailed in Section 2 (OPTIMEL Workstreams) OPTIMEL has four core outcomes:

1. Greater Accountability (Verification and Assurance): BCGJ has confidence in results and the quality of delivery of programmatic and non-programmatic activities and has sufficient information to assess and mitigate risks.

2. Increased Coherence and Alignment: BCGJ diplomatic and development activities are connected and strategically aligned.

3. Increased Impact and Influence: BCGJ has quality information and insight to influence others, inform timely decision-making and enable responsive adaptions to our programmatic and diplomatic activities.

4. Value for Money: BCGJ activities and investments offer demonstrable VfM against the 4 Es (Economy, Effectiveness, Efficiency, Equity).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

Extension option of up to 18 months with an additional budget of up to £2,000,000

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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: +44 203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK).

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-025560

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

Date: 24/02/2025

Local time: 13:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/01/2025

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk (itt_6811 - Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)

If you have any technical issues with the Portal, please call eTendering helpdesk: +44 203 868 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 also reported to Martha. Selvaratnam@fcdo.gov.uk.

Any queries related to the subject of this tender must be sent via the messaging function for itt_6811 - Occupied Palestinian Territories Independent Monitoring, Evaluation and Learning (OPTIMEL)

FCDO welcomes bids from across the sector, both from commercial and non-profit organisation through creation of consortia or joined ventures or sub-contracting.

Find a Tender Services (FTS) reference 2024/S 000-025560

VI.4) Procedures for review

VI.4.1) Review body

Tarin Jennings

London

UK

VI.5) Date of dispatch of this notice

27/01/2025

Coding

Commodity categories

ID Title Parent category
75211200 Foreign economic-aid-related services Foreign-affairs services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Martha.Selvaratnam@fcdo.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.