Tender

Investment in Forests and Sustainable Land Use Phase 2 (IFSLU2) Component 3

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

18 Jul 2024 at 14:07

Summary of the contracting process

The Foreign Commonwealth and Development Office is conducting a tender titled "Investment in Forests and Sustainable Land Use Phase 2 (IFSLU2) Component 3" in the Foreign economic-aid-related services category. The tender, valued at up to £82.25 million, involves developing sustainable supply chains, supporting smallholder farmers, and improving the national enabling environment across the Democratic Republic of Congo, Republic of Congo, Cameroon, and Gabon. The procurement method is defined under regulations of the Public Contract Regulations 2015, with a tender deadline of September 12, 2024, and a contract period starting on March 3, 2025, ending on March 3, 2030.

This tender presents opportunities for businesses in the forestry and sustainable land use sector, especially those interested in international development projects and foreign economic-aid-related services. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise (VCSE) organisations are well-suited to compete in this tender. Businesses looking to engage in capacity-building projects, sustainable supply chain development, and policy support in the targeted countries would find this tender beneficial for business growth and expansion.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Investment in Forests and Sustainable Land Use Phase 2 (IFSLU2) Component 3

Notice Description

The IFSLU2 Programme is a commitment of up to PS500 million over a 10-year period which aims to catalyse private sector investment into forest protection and restoration, address deforestation associated with agricultural commodity production, scale up support to smallholder farmers and support jobs and strengthen livelihoods in poor rural communities. The IFSLU2 programme as a whole will operate in a range of countries across East Africa, West Africa, Central Africa, Southeast Asia and Latin America. IFSLU2 will be delivered through five linked components: - Component 1: Business incubation, pipeline development and business enabling conditions - Component 2: Enhanced support for smallholder farmers - Component 3: Business and market development in the Congo Basin - Component 4: Policy support to catalyse transformational change and action at scale - Component 5: Monitoring, evaluation and learning (MEL) and knowledge Delivery of Components 1, 2, 4 and 5 is not part of this requirement. The core objectives for Component 3 are to: 1. Build the capacity of local organisations and institutions (e.g. cooperatives) to provide support and services to improve livelihoods through sustainable land use. 2. Support businesses and entrepreneurs to develop sustainable supply chains, partner with local communities and organisations, and increase readiness for sustainable land use investment. 3. Improve the national enabling environment and access to finance for businesses and communities, to support adoption of and investment into sustainable land use, forest protection and restoration. For Component 3, the following countries are in scope: the Democratic Republic of Congo (DRC), the Republic of Congo (ROC), and Cameroon and Gabon. Please note the estimated maximum value of this requirement is up to a maximum of PS82.25million. This figures includes an initial 60-month core Contract period at a value of up to PS31.5million followed by a possible 60-month extension at a value of up to PS35million. There is also an optional scale up (value extension only) of PS15.75million over the life of the contract (including the extension period). The contract will be initially awarded for the core period only. Additional information: To access the tender documents, please login or register to FCDO Tendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call eTendering helpdesk: +44 0203 868 2859 or use the "Call me Back!" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should be also reported to Clio.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e3901e9a-7e15-4696-a7e7-4f713e5f974c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/4ddfedd8-e37f-4def-913a-740fe2848a9d
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - Procedure defined under regulations 74 to 76 of Section 7 Social and Other Specific Services of Chapter 3 Particular Procurement Regimes, Public Contract Regulations 2015 (Light Touch Regime)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75211200 - Foreign economic-aid-related services

Notice Value(s)

Tender Value
£82,250,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jul 20241 years ago
Submission Deadline
12 Sep 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
3 Mar 2025 - 3 Mar 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e3901e9a-7e15-4696-a7e7-4f713e5f974c-2024-07-18T15:07:14+01:00",
    "date": "2024-07-18T15:07:14+01:00",
    "ocid": "ocds-b5fd17-e3901e9a-7e15-4696-a7e7-4f713e5f974c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_390139/1384295",
        "title": "Investment in Forests and Sustainable Land Use Phase 2 (IFSLU2) Component 3",
        "description": "The IFSLU2 Programme is a commitment of up to PS500 million over a 10-year period which aims to catalyse private sector investment into forest protection and restoration, address deforestation associated with agricultural commodity production, scale up support to smallholder farmers and support jobs and strengthen livelihoods in poor rural communities. The IFSLU2 programme as a whole will operate in a range of countries across East Africa, West Africa, Central Africa, Southeast Asia and Latin America. IFSLU2 will be delivered through five linked components: - Component 1: Business incubation, pipeline development and business enabling conditions - Component 2: Enhanced support for smallholder farmers - Component 3: Business and market development in the Congo Basin - Component 4: Policy support to catalyse transformational change and action at scale - Component 5: Monitoring, evaluation and learning (MEL) and knowledge Delivery of Components 1, 2, 4 and 5 is not part of this requirement. The core objectives for Component 3 are to: 1. Build the capacity of local organisations and institutions (e.g. cooperatives) to provide support and services to improve livelihoods through sustainable land use. 2. Support businesses and entrepreneurs to develop sustainable supply chains, partner with local communities and organisations, and increase readiness for sustainable land use investment. 3. Improve the national enabling environment and access to finance for businesses and communities, to support adoption of and investment into sustainable land use, forest protection and restoration. For Component 3, the following countries are in scope: the Democratic Republic of Congo (DRC), the Republic of Congo (ROC), and Cameroon and Gabon. Please note the estimated maximum value of this requirement is up to a maximum of PS82.25million. This figures includes an initial 60-month core Contract period at a value of up to PS31.5million followed by a possible 60-month extension at a value of up to PS35million. There is also an optional scale up (value extension only) of PS15.75million over the life of the contract (including the extension period). The contract will be initially awarded for the core period only. Additional information: To access the tender documents, please login or register to FCDO Tendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call eTendering helpdesk: +44 0203 868 2859 or use the \"Call me Back!\" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should be also reported to Clio.",
        "datePublished": "2024-07-18T15:07:14+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75211200",
            "description": "Foreign economic-aid-related services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1A 2AH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 31500000,
            "currency": "GBP"
        },
        "value": {
            "amount": 82250000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Procedure defined under regulations 74 to 76 of Section 7 Social and Other Specific Services of Chapter 3 Particular Procurement Regimes, Public Contract Regulations 2015 (Light Touch Regime)",
        "tenderPeriod": {
            "endDate": "2024-09-12T10:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-03-03T00:00:00Z",
            "endDate": "2030-03-03T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/4ddfedd8-e37f-4def-913a-740fe2848a9d",
                "datePublished": "2024-07-18T15:07:14+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-151067",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Foreign Commonwealth and Development Office",
                "email": "cliodhna.simpson@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-151067",
        "name": "Foreign Commonwealth and Development Office"
    }
}