Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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
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 two 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 seven countries covered by two geographic Directorates within UK government: four Eastern Partnership countries (Armenia, Georgia, Moldova, Ukraine) and three 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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
63 528 229.00
GBP
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
Quality criterion: Expertise and capability to deliver projects
/ Weighting: 30
Quality criterion: Managing projects, risks and reporting
/ Weighting: 20
Quality criterion: Adaptiveness and resilience
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract value will be within the following range from GBP 14 000 000 to GBP 28 000 000 for the duration of 42 months from contract commencement. This will be at a value from GBP 4 000 000 up to GBP 8 000 000 per annum. There is provision to extend by up to a further 24 months and/or up to a further GBP 16 000 000 at the discretion of DFID, subject to satisfactory supplier performance, ongoing 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.
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
Quality criterion: Expertise and capability to deliver projects
/ Weighting: 30
Quality criterion: Managing projects, risks and reporting
/ Weighting: 20
Quality criterion: Adaptiveness and resilience
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract value will be within the following range from GBP 14 000 000 to GBP 28 000 000 for the duration of 42 months from contract commencement. This will be at a value from GBP 4 000 000 up to GBP 8 000 000 per annum. There is provision to extend by up to a further 24 months and/or up to a further GBP 16 000 000 at the discretion of DFID, subject to satisfactory supplier performance, ongoing 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.
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
Quality criterion: Approach to portfolio management
/ Weighting: 20
Quality criterion: Approach to pipeline development and mobilisation
/ Weighting: 17
Quality criterion: Stakeholder networks and managing partners
/ Weighting: 13
Quality criterion: Knowledge, learning and adapting
/ Weighting: 10
Cost criterion: Commercial
/ Weighting: 40
II.2.11) Information about options
Options:
Yes
Description of options:
The initial contract value will be within the following range from GBP 6 125 000 to GBP 7 875 000 for the duration of 42 months from contract commencement. This will be at a value from GBP 1 175 000 up to GBP 2 250 000 per annum. There is provision to extend by up to a further 24 months and/or up to a further GBP 4500 000 at the discretion of DFID, subject to satisfactory supplier performance, ongoing 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.
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 123-300609
Section V: Award of contract
Lot No: 2A
Contract No: 8617
Title: Good Governance Fund — Technical Assistance Facility: Eastern Partnership
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/05/2020
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Abt Britain Ltd
Hays Galleria, 1 Hays Lane
London
SE1 2RD
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 28 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2B
Contract No: 8618
Title: Good Governance Fund — Technical Assistance Facility: Western Balkans
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/05/2020
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Tetra Tech International Development Ltd (formerly Coffey International Development Ltd)
1 Northfield Road
Reading
RG1 8AG
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 28 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 1
Contract No: 8582
Title: Good Governance Fund — Programme Management Unit
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/05/2020
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Alinea International Ltd (formerly Agriteam Canada Consulting Ltd)
14707 Bannister Road South East, Suite 200
Calgary
T2X 1Z
CA
NUTS: 00
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 7 528 229.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
14/05/2020