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 Award Notice

Good Governance Fund

  • First published: 15 May 2020
  • Last modified: 15 May 2020

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
Authority ID:
AA77174
Publication date:
15 May 2020
Deadline date:
-
Notice type:
Contract Award 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 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

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.