Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department of Environment, Food and Rural Affairs
17 Nobel House
London
SW1P 3JR
UK
Contact person: Tom Redfearn
Telephone: +44 2072385921
E-mail: tom.redfearn@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra.bravosolution.co.uk/web/login.html
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra.bravosolution.co.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://defra.bravosolution.co.uk/web/login.html
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
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Fund Manager for the Biodiverse Landscape Fund
Reference number: project_32875
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
At the 2019 UN General Assembly the Prime Minister announced a new £100m Biodiverse Landscapes Fund (BLF) to restore key landscapes and their ecosystems and support human development objectives in global biodiversity hotspots.
The Authority is now tendering a requirement to appoint a Fund Manager (FM) to manage approx. £86.6m of Official Development Assistance (ODA) grant funding in 18 countries grouped into six landscapes, over a period of 9 financial years. The fund may be extended by a period, or periods, totalling 36 months.
The FM will be required to administer delivery partner competitions on the Authority's behalf, manage and monitor the grants, co-ordinate BLF-wide learning, and provide associated services.
II.1.5) Estimated total value
Value excluding VAT:
126 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71248000
72224000
75130000
75131100
79000000
79421000
90720000
98360000
98910000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
International delivery locations across 6 transborder landscapes
II.2.4) Description of the procurement
The scope of service has been summarised in section II.1.4). The Authority is calling for tenders via an open competition.
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:
126 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 108
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:
options for a 36 months extension
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:
The tenderers staff must have a level of skill as described 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.2.3) 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:
2021/S 000-010888
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/10/2021
Local time: 14:01
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
As described in the procurement documents, Tenderers must sign a Non-Disclosure Agreement to access part of the procurement documents.
The Authority has extended the timeline for receipt of bids by 5 days, from 30 days to 35 days, to account for this requirement.
VI.4) Procedures for review
VI.4.1) Review body
Department for Environment Food & Rural Affairs
17 Nobel House
London
SW1P 3JR
UK
E-mail: tom.redfearn@defra.gov.uk
VI.5) Date of dispatch of this notice
24/09/2021