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

Good Governance Fund

  • First published: 28 June 2019
  • Last modified: 28 June 2019

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:
Department for International Development (DFID)
Authority ID:
AA21350
Publication date:
28 June 2019
Deadline date:
29 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Programme Management Unit: the supplier will be responsible for supporting Her Majesty's Government (HMG) in assessing beneficiary needs and supporting HMG’s identification of areas in which targeted technical assistance can support domestic reforms in target countries. This will require the supplier to be committed to working closely and collaboratively with British Embassies, the GGF Joint Unit in London and government and non-government counterparts in key institutions and sectors in target countries. The supplier will provide appropriately skilled personnel in target countries who are able to effectively manage a complex network of stakeholders, and to understand and consider how targeted interventions can support HMG strategic objectives. This will enable the development of a pipeline of project concepts which will be used to commission further proposal development by the TechnIcal Assistance Facilities (TAF — Lots 2A and 2B). This pipeline will respond to HMG’s strategic priorities in the region and reflect a strong technical understanding of relevant thematic areas. The supplier will also provide a quality-assurance function in assessing proposals, drawing on appropriate technical knowledge to ensure these reflect emerging evidence in the relevant thematic areas.

The supplier will also be responsible for monitoring the delivery of approved projects by the TAFs, and will act as the primary agent of HMG for routine management of TAF-delivered projects: this means ensuring that projects are delivered according to agreed timelines and budgets, and ensuring that risks (including contextual, reputational, fiduciary, operational and safeguarding risks) are managed and escalated appropriately. The supplier will be responsible for providing regular, consolidated reporting to HMG at both a country and portfolio-level, detailing project delivery, risk management and key financial information. The supplier will also ensure that emerging risks or issues are proactively and promptly highlighted to HMG where required. This will require the supplier to provide appropriately skilled personnel and systems to ensure the successful monitoring of projects delivered by the TAF through this programme, as well as the production and dissemination of high-quality reports.

Delivery of this programme will require the suppliers of each lot to establish and maintain a close and collaborative relationship.

DFID reserves the right to change the geographic focus within the regions within the lifetime of the programme based on HMG’s assessment of changes to the continued viability of delivering results through this programme as a result of contextual changes and/or an assessment of the continuing strategic prioritisation of these countries for HMG.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

Contact person: Dawn Hutchison

Telephone: +44 1355843207

E-mail: dawn-hutchison@dfid.gov.uk

NUTS: UKM95

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-international-development

Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-international-development/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://supplierportal.dfid.gov.uk/selfservice/


Additional information can be obtained from the abovementioned address


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

Other: International development

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Good Governance Fund

Reference number: 8582

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Good Governance Fund's primary objective is to build resilience in targeted countries by providing support for domestic reform agendas which reduce corruption; promote transparent and accountable institutions; and build open, inclusive economies and societies.

DFID requires a Programme Management Unit and 2 regional Technical Assistance Facilities (TAF) to support the delivery of a flexible portfolio of technical assistance and capacity building projects to support domestic reform efforts in target countries. The GGF will operate in 7 countries covered by 2 geographic Directorates within UK government: 4 Eastern Partnership countries (Armenia, Georgia, Moldova, Ukraine) and 3 Western Balkans countries (Bosnia, Serbia and North Macedonia). DFID reserves the right to scale up or down the geographic focus within the lifetime of the programme based on HMG’s assessment of changes to the continued viability of delivering results through this programme.

II.1.5) Estimated total value

Value excluding VAT: 82 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

For perceived conflict of interest reasons, tenderers (leads and delivery partners) bidding for lot 1 will not be able to bid for lots 2A or 2B, and vice versa, tenderers bidding for lot 2A and/or 2B will not be able to bid for lot 1. Tenderers will be able to bid for both lots 2A and 2B if they desire. This will still require a full tender for each separate lot.

II.2) Description

Lot No: 2A

II.2.1) Title

Good Governance Fund — Technical Assistance Facility: Eastern Partnership

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Technical Assistance Facility (TAF) — Eastern Partnership (Armenia, Georgia, Moldova, Ukraine). The supplier will be responsible for the development and delivery of high-quality technical assistance projects responding to concepts and Terms of Reference developed by the PMU and HMG through this programme. The supplier will draw upon expertise and experience in delivering capacity building projects to support long-term behavioural change across the relevant thematic areas and demonstrate an ability to adapt projects during both design and implementation in response to emerging evidence and complex, dynamic political and economic contexts. This will require the supplier to drawn upon a combination of international technical experts, and also to possess a sophisticated understanding of the local political and economic environment in each of the target countries in the relevant lot. The supplier will need to demonstrate an ability to draw together and mobilise project teams rapidly in response to commissioned projects, as rapidity and flexibility is a key added-value of this programme.

The supplier will need to demonstrate the capacity to effectively manage technical assistance projects: including through effective mobilisation of project resources; managing the delivery of projects and milestones to agreed timescales; effective management of budgets and risks (including contextual, reputational, fiduciary, operational and safeguarding risks); and the production of quality project reporting. This will require the supplier to provide appropriately skilled personnel and processes to effectively manage projects, and to cooperate with the PMU in overseeing the delivery of projects.

Delivery of this programme will require the suppliers of each lot to establish and maintain a close and collaborative relationship.

DFID reserves the right to change the geographic focus within the region within the lifetime of the programme based on HMG’s assessment of changes to the continued viability of delivering results through this programme as a result of contextual changes and/or an assessment of the continuing strategic prioritisation of these countries for HMG.

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: 44 000 000.00  GBP

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

Duration in months: 42

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:

The initial contract value will be within the following range from 14 000 000 GBP to 28 000 000 GBP for the duration of 42 months from Contract Commencement. This will be at a value from 4 000 000 GBP up to 8 000 000 GBP per annum. There is provision to extend by up to a further 24 months and/or up to a further 16 000 000 GBP at the discretion of DFID, subject to satisfactory supplier performance, on-going programme need and availability of additional funding. The value published is the maximum budget available and should any local or UK tax be applicable this must be incorporated into the maximum budget as published.

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

The contract will be governed by English Law. Prices must be quoted in GBP. The value published is the maximum budget available and should any local or UK tax be applicable this must be incorporated into the maximum budget as published. All payments for the contract will be made in GBP. DFID reserves the right to annul the process at any point and not award the contract.

Lot No: 2B

II.2.1) Title

Good Governance Fund — Technical Assistance Facility: Western Balkans

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Technical Assistance Facility (TAF) — Western Balkans (Bosnia, Serbia and North Macedonia). The supplier will be responsible for the development and delivery of high-quality technical assistance projects responding to concepts and Terms of Reference developed by the PMU and HMG through this programme. The supplier will draw upon expertise and experience in delivering capacity building projects to support long-term behavioural change across the relevant thematic areas and demonstrate an ability to adapt projects during both design and implementation in response to emerging evidence and complex, dynamic political and economic contexts. This will require the supplier to drawn upon a combination of international technical experts, and also to possess a sophisticated understanding of the local political and economic environment in each of the target countries in the relevant lot. The supplier will need to demonstrate an ability to draw together and mobilise project teams rapidly in response to commissioned projects, as rapidity and flexibility is a key added-value of this programme.

The supplier will need to demonstrate the capacity to effectively manage technical assistance projects: including through effective mobilisation of project resources; managing the delivery of projects and milestones to agreed timescales; effective management of budgets and risks (including contextual, reputational, fiduciary, operational and safeguarding risks); and the production of quality project reporting. This will require the supplier to provide appropriately skilled personnel and processes to effectively manage projects, and to cooperate with the PMU in overseeing the delivery of projects.

Delivery of this programme will require the suppliers of each lot to establish and maintain a close and collaborative relationship.

DFID reserves the right to change the geographic focus within the region within the lifetime of the programme based on HMG’s assessment of changes to the continued viability of delivering results through this programme as a result of contextual changes and/or an assessment of the continuing strategic prioritisation of these countries for HMG.

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: 44 000 000.00  GBP

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

Duration in months: 42

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:

The initial contract value will be within the following range from 14 000 000 GBP to 28 000 000 GBP for the duration of 42 months from Contract Commencement. This will be at a value from 4 000 000 GBP up to 8 000 000 GBP per annum. There is provision to extend by up to a further 24 months and/or up to a further 16 000 000 GBP at the discretion of DFID, subject to satisfactory supplier performance, on-going programme need and availability of additional funding. The value published is the maximum budget available and should any local or UK tax be applicable this must be incorporated into the maximum budget as published.

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

The contract will be governed by English Law. Prices must be quoted in GBP. The value published is the maximum budget available and should any local or UK tax be applicable this must be incorporated into the maximum budget as published. All payments for the contract will be made in GBP. DFID reserves the right to annul the process at any point and not award the contract.

Lot No: 1

II.2.1) Title

Good Governance Fund — Programme Management Unit

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Programme Management Unit: the supplier will be responsible for supporting Her Majesty's Government (HMG) in assessing beneficiary needs and supporting HMG’s identification of areas in which targeted technical assistance can support domestic reforms in target countries. This will require the supplier to be committed to working closely and collaboratively with British Embassies, the GGF Joint Unit in London and government and non-government counterparts in key institutions and sectors in target countries. The supplier will provide appropriately skilled personnel in target countries who are able to effectively manage a complex network of stakeholders, and to understand and consider how targeted interventions can support HMG strategic objectives. This will enable the development of a pipeline of project concepts which will be used to commission further proposal development by the TechnIcal Assistance Facilities (TAF — Lots 2A and 2B). This pipeline will respond to HMG’s strategic priorities in the region and reflect a strong technical understanding of relevant thematic areas. The supplier will also provide a quality-assurance function in assessing proposals, drawing on appropriate technical knowledge to ensure these reflect emerging evidence in the relevant thematic areas.

The supplier will also be responsible for monitoring the delivery of approved projects by the TAFs, and will act as the primary agent of HMG for routine management of TAF-delivered projects: this means ensuring that projects are delivered according to agreed timelines and budgets, and ensuring that risks (including contextual, reputational, fiduciary, operational and safeguarding risks) are managed and escalated appropriately. The supplier will be responsible for providing regular, consolidated reporting to HMG at both a country and portfolio-level, detailing project delivery, risk management and key financial information. The supplier will also ensure that emerging risks or issues are proactively and promptly highlighted to HMG where required. This will require the supplier to provide appropriately skilled personnel and systems to ensure the successful monitoring of projects delivered by the TAF through this programme, as well as the production and dissemination of high-quality reports.

Delivery of this programme will require the suppliers of each lot to establish and maintain a close and collaborative relationship.

DFID reserves the right to change the geographic focus within the regions within the lifetime of the programme based on HMG’s assessment of changes to the continued viability of delivering results through this programme as a result of contextual changes and/or an assessment of the continuing strategic prioritisation of these countries for HMG.

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: 12 375 000.00  GBP

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

Duration in months: 42

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:

The initial contract value will be within the following range from 6 125 000 GBP to 7 875 000 GBP for the duration of 42 months from Contract Commencement. This will be at a value from 1 175 000 GBP up to 2 250 000 GBP per annum. There is provision to extend by up to a further 24 months and/or up to a further 4 500 000 GBP at the discretion of DFID, subject to satisfactory supplier performance, on-going programme need and availability of additional funding. The value published is the maximum budget available and should any local or UK tax be applicable this must be incorporated into the maximum budget as published.

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

The contract will be governed by English Law. Prices must be quoted in GBP. The value published is the maximum budget available and should any local or UK tax be applicable; this must be incorporated into the maximum budget as published. All payments for the contract will be made in GBP. DFID reserves the right to annul the process at any point and not award the contract.

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:

Mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery Act 2015 requirements, minimum insurance requirements, tenderers' past performance, duty of care, international aid transparency initiative, acceptance of DFID Terms and Conditions and DFID Supplier Code of Conduct and safeguarding measures as outlined in the procurement documents.

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.2.2) Contract performance conditions

Review points will involve a substantive discussion on performance against targets, KPIs and challenges. The Good Governance Fund will be partly demand-led (TAF needs will be determined as the project proceeds) and adaptive. Given this, the supplier will need approval from DFID (including pricing) on each TAF project, following a strict approval process.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 021-045875

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

Date: 29/08/2019

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

IV.2.7) Conditions for opening of tenders

Date: 29/08/2019

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.3) Additional information

The Authority expressly reserves the right not to award any contract as a result of the procurement process commenced by publication of this notice and in no circumstances will the Authority be liable for any costs incurred by the candidates. Procurement documents can be accessed through the DFID Supplier portal (https://supplierportal.dfid.gov.uk/selfservice/).

VI.4) Procedures for review

VI.4.1) Review body

Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.4.2) Body responsible for mediation procedures

Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Date of dispatch of this notice

25/06/2019

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:
dawn-hutchison@dfid.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.