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

Proj 10174 Global Evaluation and Monitoring Framework Agreement (GEMFA)

  • First published: 07 September 2021
  • Last modified: 07 September 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:
07 September 2021
Deadline date:
01 November 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 - Monitoring High Value Lot (>£600k) with mini-competition

This monitoring lot will cover all independent and third-party monitoring assignments with a value of over £600K .

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Foreign, Commonwealth and Development Office

Abercrombie House, Eaglesham Road

East Kilbride

G75 8AE

UK

Contact person: Jan Gillon

Telephone: +44 1355843292

E-mail: jan.gillon@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://dfid.proactisportal.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://dfid.proactisportal.com


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 Monitoring and Evaluation

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Proj 10174 Global Evaluation and Monitoring Framework Agreement (GEMFA)

Reference number: DN1261

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

FCDO seeks to establish a new Global Evaluation Monitoring Framework Agreement (GEMFA) to ensure the provision of efficient and effective expert services for the design and implementation of monitoring and/or monitoring evaluation and learning (MEL) of programmes delivered by FCDO and other Government Departments.

The Framework will be awarded for an initial two year period with the option for two x twelve month extensions.

The Framework will be awarded under a lotted structure with provision for competition between framework suppliers for higher value assignments (over £600K) and with a rotational round robin approach for lower value assignments (under £600K) . Framework participants will be required to provide monitoring and/or monitoring, evaluation and learning expertise across a range of geographical regions and thematic areas for development and diplomacy work.

The lots are:

Lot 1 - Monitoring High Value Lot (>£600k) with mini-competition

Lot 2 - Monitoring Low Value Lot (< £600k) with round robin

Lot 3 - Monitoring, Evaluation and Learning (MEL) High Value Lot (>£600k) with mini-competition

Lot 4 - Monitoring, Evaluation and Learning (MEL) Low Value Lot (< £600k) with round robin

Frameworks Participants may submit tenders for either high value lots (Lots 1 & 3) OR low value lots (Lots 2 & 4) .

Lead Framework participants on high value lots will not be permitted to participate on any of the low value lots as either a lead supplier or a subcontractor. Lead Framework participants on the low value lots (Lots 2 & 4) will be permitted to act as a subcontractor on the high value lots.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  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:

Frameworks Participants may submit tenders and be awarded a place on up to two high value lots (Lots 1 & 3) OR up to two low value lots (Lots 2 & 4) .

Lead Framework participants on high value lots will not be permitted to participate on any of the low value lots as either a lead supplier or a subcontractor.

Lead Framework participants on the low value lots (Lots 2 & 4) will be permitted to act as a subcontractor on the high value lots.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Monitoring High Value Lot (>£600k) with mini-competition

II.2.2) Additional CPV code(s)

79400000

79419000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Lot 1 - Monitoring High Value Lot (>£600k) with mini-competition

This monitoring lot will cover all independent and third-party monitoring assignments with a value of over £600K .

II.2.5) Award criteria

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

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

Start: 30/05/2022

End: 29/05/2024

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:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need)

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2 - Monitoring Low Value Lot (< £600k) with round robin

II.2.2) Additional CPV code(s)

79400000

79419000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Lot 2 - Monitoring Low Value Lot (< £600k) with round robin

This monitoring lot will cover all independent and third-party monitoring assignments with a value of up to and including £600K .

II.2.5) Award criteria

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

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

Start: 30/05/2022

End: 29/05/2024

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:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need)

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Monitoring, Evaluation and Learning (MEL) High Value Lot (>£600k) with mini-competition

II.2.2) Additional CPV code(s)

79400000

79419000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Monitoring, Evaluation and Learning (MEL) High Value Lot (>£600k) with mini-competition

This monitoring, evaluation, and learning (MEL) lot will cover all evaluation assignments as well as assignments that include both monitoring and evaluation, including the procurement of MEL units which act as a learning partner throughout the lifespan of the programme. These MEL lots will cover all types of evaluations, including impact evaluations, process evaluations and value for money evaluation. They will also cover any additional learning assignments such as portfolio evaluations, synthesis work, reviews, evaluability assessments or results verification exercises.

This lot will cover all Monitoring, Evaluation and Learning assignments with a value of over £600K .

II.2.5) Award criteria

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

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

Start: 30/05/2022

End: 29/05/2024

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:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need)

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Monitoring, Evaluation and Learning (MEL) Low Value Lot (< £600k) with round robin

II.2.2) Additional CPV code(s)

79400000

79419000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

Monitoring, Evaluation and Learning (MEL) Low Value Lot (< £600k) with round robin

The monitoring, evaluation, and learning (MEL) lot will cover all evaluation assignments as well as assignments that include both monitoring and evaluation, including the procurement of MEL units which act as a learning partner throughout the lifespan of the programme. These MEL lots will cover all types of evaluations, including impact evaluations, process evaluations and value for money evaluation. They will also cover any additional learning assignments such as portfolio evaluations, synthesis work, reviews, evaluability assessments or results verification exercises. This lot will cover all Monitoring, Evaluation and Learning assignments with a value of up to and including £600K .

II.2.5) Award criteria

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

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

Start: 30/05/2022

End: 29/05/2024

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:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need)

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 40

Justification for any framework agreement duration exceeding 4 years:

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:

2020/S 233-576570

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

Date: 01/11/2021

Local time: 12:00

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

IV.2.7) Conditions for opening of tenders

Date: 01/11/2021

Local time: 12:00

Place:

Electronic through Esourcing system

Information about authorised persons and opening procedure:

Buyer as detailed above and or Procurements tender team only accessing the FCDO eSourcing platform.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Foreign Commonwealth and Development Office

Eaglesham Road, East Kilbride G75 8EA United Kingdom

East Kilbride

G75 8EA

UK

Telephone: +44 1355843509

E-mail: pauline.walsh@fcdo.gov.uk

Internet address(es)

URL: https://dfid.proactisportal.com

VI.5) Date of dispatch of this notice

06/09/2021

Coding

Commodity categories

ID Title Parent category
79400000 Business and management consultancy and related services Business services: law, marketing, consulting, recruitment, printing and security
79419000 Evaluation consultancy services Business and management consultancy services
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:
jan.gillon@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.