Tender

PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

23 Sep 2021 at 16:36

Summary of the contracting process

The Foreign, Commonwealth and Development Office is currently undertaking a procurement process for the "PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)" project. This tender falls under the services category, specifically focusing on foreign economic-aid-related services. It is located in East Kilbride, United Kingdom, and is currently in the tender stage, with submissions due by 29 October 2021. The estimated value of the contract is £3,915,000, with potential for scalability up to £5,580,000 depending on the project's impact and results. The procurement method is open, allowing a broad pool of interested suppliers to compete for this opportunity.

This contract provides an excellent opportunity for businesses specialising in evaluation, quality assurance, and learning services, particularly those experienced in public sector consultancy or international development. Companies that can demonstrate expertise in various evaluation methodologies and a strong understanding of official development assistance would be particularly well-suited to participate. With the potential for a flexible, responsive service model, businesses that can adapt to the changing needs of the FCDO and offer innovative solutions stand to benefit significantly from this procurement.

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

PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)

Notice 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.

Lot Information

Lot 1

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 PS208,000 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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e42a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023735-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
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
£5,580,000 £1M-£10M
Lots Value
£3,915,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Sep 20214 years ago
Submission Deadline
29 Oct 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Susan Lynch
Contact Email
susan.lynch@fcdo.gov.uk
Contact Phone
+44 1355843620

Buyer Location

Locality
EAST KILBRIDE
Postcode
G75 8EA
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
East Kilbride West
Westminster Constituency
East Kilbride and Strathaven

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-h6vhtk-02e42a-2021-09-23T17:36:40+01:00",
    "date": "2021-09-23T17:36:40+01:00",
    "ocid": "ocds-h6vhtk-02e42a",
    "description": "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",
    "initiationType": "tender",
    "tender": {
        "id": "DN1270",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75211200",
            "description": "Foreign economic-aid-related services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "value": {
            "amount": 5580000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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 PS208,000 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Core Team Personnel and Panel Experts",
                            "type": "quality",
                            "description": "19"
                        },
                        {
                            "name": "Methodology for Providing Service",
                            "type": "quality",
                            "description": "31"
                        },
                        {
                            "name": "Social Value: Fighting Climate Change",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Social Value: Tackling Economic Inequality",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 3915000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1140
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "The main place of performance will be in the UK."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://fcdo.proactisportal.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-10-29T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 240
            }
        },
        "awardPeriod": {
            "startDate": "2021-10-29T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-10-29T14:00:00+01:00",
            "address": {
                "streetAddress": "https://fcdo.proactisportal.com"
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-6099",
            "name": "Foreign, Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign, Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "Abercrombie House, Eaglesham Road",
                "locality": "East Kilbride",
                "region": "UKM95",
                "postalCode": "G75 8EA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Susan Lynch",
                "telephone": "+44 1355843620",
                "email": "susan.lynch@fcdo.gov.uk",
                "url": "https://fcdo.proactisportal.com"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "buyerProfile": "https://fcdo.proactisportal.com",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Diplomatic Services and International Development"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6099",
        "name": "Foreign, Commonwealth and Development Office"
    },
    "language": "en"
}