Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
Contact person: Susan Lynch
Telephone: +44 1355843620
E-mail: susan.lynch@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://fcdo.proactisportal.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://fcdo.proactisportal.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://fcdo.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: Diplomatic Services and International Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)
Reference number: DN1270
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
This service, Evaluation Quality Assurance and Learning Service 2 (EQUALS 2), will provide support and assurance in a range of sectoral and methodological areas, with the responsiveness and quick turn-around times that countries and teams require. It will build on our experience of the current EQUALS (Evaluation Quality Assurances and Learning Service) which is due to end in March 2022.
The main objective of the programme is to contribute to the ongoing improvement of evaluative activities and products and their use across FCDO and Other Government Departments (OGD's). The programme will enable FCDO evaluations to continue to be high quality, where high quality is defined as: strategic, used for learning and improvement; independent and objective, with a robust methodology and the right expertise; following transparent processes; safe and ethical; and delivered in partnership with stakeholders. Better evaluation management, together with a more joined up approach, will allow for better synthesis and learning from the evaluation portfolio. FCDO evaluation evidence will continue to be a trusted source that can be used confidently in decision making.
EQUALS2 will retain the core functions of the current programme. It will:
• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.
• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.
• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.
Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, and (c) evaluation insights.
II.1.5) Estimated total value
Value excluding VAT:
5 580 000.00
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
Main site or place of performance:
The main place of performance will be in the UK.
II.2.4) Description of the procurement
FCDO is seeking a supplier to deliver an 38-month contract of up to 3915000 GBP exclusive of UK VAT from February 2022 until 31 March 2025 for the Evaluation Quality Assurance and Learning Service 2 (EQUALS 2) programme.
There is provision to scale up by up to an additional 1665000 GBP exclusive of UK VAT in cases where the programme has demonstrated a strong impact and has the potential to yield additional results. The estimated value includes all applicable local government taxes.
Please note that the estimated total value of 5580000 GBP represents a maximum, including scale up options, and FCDO expects competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) within the original budget of 3915000 GBP exclusive of UK VAT.
The main recipients of the services will be FCDO and Other Government Departments who can commission up to £208,000 exclusive of UK VAT of the 3915000 GBP contract budget.
EQUALS2 will retain the core functions of the current programme. It will:
• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.
• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.
• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.
Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, (c) evaluation insights. These activities are outlined in detail in ITT Volume 3 Terms of Reference. As EQUALS2 is designed to be a flexible and responsive service, the supplier should be prepared that these core services may evolve within the objective of improving and assuring the FCDO’s evaluative capabilities and products.
A hybrid payment by results model will be used for effective implementation of the EQUALS2 Contract and will link achievement of agreed KPI's and milestones to an agreed payment schedule.
An FCDO standard service contract will be awarded.
Scale up/down is provided for in ITT Volume 3 Terms of Reference and contract clauses to allow flexibility to respond to emerging needs.
II.2.5) Award criteria
Criteria below:
Quality criterion: Core Team Personnel and Panel Experts
/ Weighting: 19
Quality criterion: Methodology for Providing Service
/ Weighting: 31
Quality criterion: Social Value: Fighting Climate Change
/ Weighting: 5
Quality criterion: Social Value: Tackling Economic Inequality
/ Weighting: 5
Cost criterion: Commercial
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
3 915 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 38
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 contract includes an extension of up to an additional 24 months beyond the original term of 38 months. The contract includes an option for additional services of the same type to be provided.
There is an option to increase the contract by up to an additional 1665000 GBP excluding UK VAT over and above the original financial limit of the contract up to a maximum financial limit of 5580000 GBP excluding UK VAT.
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:
List and brief description of conditions:
Available via https://fcdo.proactisportal.com
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 FCDO Terms and Conditions and FCDO Supplier Code of Conduct and safeguarding measures as outlined in the procurement documents. Technical and commercial ability to deliver as per the published award criteria.
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:
29/10/2021
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:
29/10/2021
Local time: 14:00
Place:
https://fcdo.proactisportal.com
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The authority expressly reserves the right:
(i) not to award any contract(s) as a result of the procurement process commenced by publication of this notice; and, (ii) in no circumstances will the authority be liable for any costs incurred by the Bidders.
Procurement documents can be accessed through the FCDO Supply Partner Portal https://fcdo.proactisportal.com
VI.4) Procedures for review
VI.4.1) Review body
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
VI.5) Date of dispatch of this notice
23/09/2021