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

The Evidence Fund

  • First published: 12 July 2021
  • Last modified: 12 July 2021

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)

Contents

Summary

OCID:
Published by:
Foreign, Commonwealth and Development Office
Authority ID:
AA79846
Publication date:
12 July 2021
Deadline date:
23 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Foreign, Commonwealth and Development Office (FCDO) Research and Evidence Division (RED) is seeking to appoint a Supplier to oversee and manage The Evidence Fund. The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research Pool providers, where relevant and manage research projects implemented by sub-contracted research organizations. 19. The expected impact of the programme is evidence-informed policies, programmes and practices which contribute to positive development outcomes and poverty reduction.

There are many different types of evidence that FCDO needs to provide and use in order to ensure that its programmes and policies are effective in achieving intended development impacts and that the maximum value is returned for every pound spent. To maximise the impact and return on investments, FCDO must put this evidence base to work – translating knowledge into state-of-the-art policies and supporting FCDO country programme teams and ODA-spending HMG partners to use evidence to add value to their programmes. The Evidence Fund will support responses to a broad spectrum of evidence needs by generating operationally relevant research, analysis, evaluation and syntheses to inform policy and programming decisions., This will operate as a single coordinated, research and evidence platform to facilitate knowledge synthesis, translation and engagement with policymakers – beyond a more traditional evidence generation function. In the process, The Evidence Fund will bring together several programmes previously delivered across RED.

The mission of the Research and Evidence Division (RED) within FCDO is to develop and deliver new technologies and innovations that can help solve development challenges, test high potential interventions, and support the delivery of HMG objectives particularly in education, climate change, prosperity, global security and global influence. It delivers strong technical economic, science and analytical functions in support of strategic and operational decision-making and quality assurance. It currently has staff based in seven locations: London, East Kilbride, New Delhi, Kathmandu, Nairobi, Lagos and Pretoria. Its Regional Research Hubs provide country-specific and regionally relevant evidence and research in response to local and regional priorities including strengthening science, innovation and research systems.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination, monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The direct recipients of these services will be three Regional Research Hubs (for East Africa, South Asia, and the Middle East and North Africa), and the Evaluation Unit. Delivery of two further components under the broader Evidence Fund programme will be managed directly by FCDO’s Director of Research Team and Evidence into Action team, however the Supplier will work with these components to incorporate their work in the Supplier’s delivery of cross-programme learning

The expected overall outcome of the programme will be accessible high-quality research, evaluation and evidence products targeting policy, country-specific and regional priorities available for use by FCDO and the international development sector.

The expected outputs from the programme are:

• Production of high-quality, policy, country and regionally relevant evidence products

demanded by FCDO country programme teams in the priority regions

• High-quality, evaluation products which address key priorities

• Peer reviewed research products, such as

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Foreign, Commonwealth and Development Office

East Kilbride

G74 3AQ

UK

Contact person: Elaine Collins

E-mail: elaine.collins@fcdo.gov.uk

NUTS: UKM95

Internet address(es)

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

Address of the buyer profile: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office/about/procurement

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://fcdo.proactisportal.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://fcdo.proactisportal.com/Account/Login


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

Other: International Development

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Evidence Fund

Reference number: PROJ10150

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Foreign, Commonwealth and Development Office (FCDO ) is seeking to appoint a Supplier to oversee and manage The Evidence Fund, a single coordinated, research and evidence platform that supports urgent, mid- and longer-term knowledge generation, synthesis, translation and engagement. The Evidence Fund brings together several programmes previously delivered across RED into a single coordinated platform programme.

The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research -Pool providers, and programme manage research projects implemented by sub-contracted research organisations.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination; monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO and wider-RED activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The initial duration of the programme will be 34 months with an initial budget of £35,800,000 inclusive of local government taxes, but exclusive of VAT. FCDO anticipates that the budget allocation for delivery of Core Team Portfolio Management Services does not exceed 12% (£4,296,000.00) of the initial budget. FCDO will retain options to enhance the programme budget, by up to £ 36,200,000 and extend the programme by an additional three years.

II.1.5) Estimated total value

Value excluding VAT: 72 000 000.00  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:

UKM95

II.2.4) Description of the procurement

The Foreign, Commonwealth and Development Office (FCDO) Research and Evidence Division (RED) is seeking to appoint a Supplier to oversee and manage The Evidence Fund. The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research Pool providers, where relevant and manage research projects implemented by sub-contracted research organizations. 19. The expected impact of the programme is evidence-informed policies, programmes and practices which contribute to positive development outcomes and poverty reduction.

There are many different types of evidence that FCDO needs to provide and use in order to ensure that its programmes and policies are effective in achieving intended development impacts and that the maximum value is returned for every pound spent. To maximise the impact and return on investments, FCDO must put this evidence base to work – translating knowledge into state-of-the-art policies and supporting FCDO country programme teams and ODA-spending HMG partners to use evidence to add value to their programmes. The Evidence Fund will support responses to a broad spectrum of evidence needs by generating operationally relevant research, analysis, evaluation and syntheses to inform policy and programming decisions., This will operate as a single coordinated, research and evidence platform to facilitate knowledge synthesis, translation and engagement with policymakers – beyond a more traditional evidence generation function. In the process, The Evidence Fund will bring together several programmes previously delivered across RED.

The mission of the Research and Evidence Division (RED) within FCDO is to develop and deliver new technologies and innovations that can help solve development challenges, test high potential interventions, and support the delivery of HMG objectives particularly in education, climate change, prosperity, global security and global influence. It delivers strong technical economic, science and analytical functions in support of strategic and operational decision-making and quality assurance. It currently has staff based in seven locations: London, East Kilbride, New Delhi, Kathmandu, Nairobi, Lagos and Pretoria. Its Regional Research Hubs provide country-specific and regionally relevant evidence and research in response to local and regional priorities including strengthening science, innovation and research systems.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination, monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The direct recipients of these services will be three Regional Research Hubs (for East Africa, South Asia, and the Middle East and North Africa), and the Evaluation Unit. Delivery of two further components under the broader Evidence Fund programme will be managed directly by FCDO’s Director of Research Team and Evidence into Action team, however the Supplier will work with these components to incorporate their work in the Supplier’s delivery of cross-programme learning

The expected overall outcome of the programme will be accessible high-quality research, evaluation and evidence products targeting policy, country-specific and regional priorities available for use by FCDO and the international development sector.

The expected outputs from the programme are:

• Production of high-quality, policy, country and regionally relevant evidence products

demanded by FCDO country programme teams in the priority regions

• High-quality, evaluation products which address key priorities

• Peer reviewed research products, such as academic papers

• Well planned and executed research uptake strategies of individual research projects that

ensure that this new evidence contributes to policies and programmes in the region and

globally

The initial duration of the programme will be 34 months with an initial budget of £35,800,000 inclusive of local government taxes, but exclusive of VAT. FCDO anticipates that the budget allocation for delivery of Core Team Portfolio Management Services does not exceed 12% (£4,296,000.00) of the initial budget. FCDO will retain options to enhance the programme budget, by up to £ 36,200,000 and extend the programme by an additional three years.

The programme will begin with a 6-month Inception Phase, followed by an Implementation Phase that is expected to last 28 months. Progression to the Implementation Phase will be contingent upon the Supplier’s delivery of required Inception deliverables that meet expected standards in respect of quality and completeness.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Proposal / Weighting: 45

Quality criterion: Social Values Proposal / Weighting: 10

Cost criterion: Fees, Expenses, Total Costs / Weighting: 35

II.2.6) Estimated value

Value excluding VAT: 72 000 000.00  GBP

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

Duration in months: 70

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: No

II.2.11) Information about options

Options: Yes

Description of options:

FCDO will award a contract for an initial term of 34 months for a maximum value of GBP 36 800 000, inclusive of local government taxes, but exclusive of VAT. The contract will include extension options of up to an additional 36 months, with a maximum value of GBP 36 200 000. FCDO reserves the right to scale back or discontinue this programme at any point in line with the terms and conditions and as per the tender documents.

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents including: mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery act 2015 requirements, minimum insurance requirements, tenderer's past performance, safeguarding and child protection policy, duty of care, international aid transparency initiative, confirmation of having signed up to the UN Global Compact, acceptance of FCDO terms and conditions and FCDO supply partner code of conduct, as outlined in the tender documentation. A tenderer must meet the criterion in relation to reliability namely that FCDO must be satisfied that:

(i) the contracts on the list to be provided by the tenderer have been satisfactorily performed in accordance with their terms; or

(ii) where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the contract to be awarded.

A tenderer that fails to meet this selection criterion will not proceed further in this competition.

The contract will be governed by English Law. Prices must be quoted in GBP. All payments for the contract will be made in GBP Sterling. FCDO reserves the right to annul the process at any point and not award the contract.

Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded — joint and several liabilities. FCDO reserves the right to require joint ventures to form a single legal entity.

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

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

Date: 23/08/2021

Local time: 14:00

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: 23/08/2021

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Foreign, Commonwealth and Development Office (FCDO)

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Date of dispatch of this notice

08/07/2021

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:
elaine.collins@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.