Notice Information
Notice Title
PROJ10079, What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation
Notice Description
FCDO requires the services of a Supplier to lead and manage the programme, including design and oversight of a cutting-edge portfolio of scale and innovation projects and strategies to prevent violence, using deep technical knowledge on VAWG and gender equality. The supplier will manage and pre-finance a violence prevention fund of a minimum of PS31.5 million to be awarded to grantees for scale up (75%) and innovation (25%). They will provide sustained specialist support to grantees on VAWG/gender equality to co-design, pilot, refine, implement and monitor the interventions that will be funded under this programme. As the external face of the programme, the Supplier will also lead the strategic dissemination and use of evidence to influence policy and practice. HMT Approval to spend beyond June 2027 will be required.FCDO will process this requirement in good time. In the event that funds are not secured, there will be no liability for FCDO beyond the approved period to 30 June 2027.
Lot Information
Lot 1
FCDO sought a supplier to deliver an 84-month contract of up to 45 500 000 GBP from October 2021 until September 2028 for the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract. The timeframe may be extended by up to an additional 42 months beyond the original 84 month term until March 2032 subject to satisfactory performance of the supplier, continuing need, availability of funding, and the agreement of the supplier and FCDO, utilising a negotiated procedure. There is provision to scale up by up to an additional 27 750 000 GBP in cases where the programme has demonstrated a strong impact and has the potential to yield additional results or where there is an expansion of the scope of work. This is comprised of 22 750 000 extension costs and up to a further 5 000 000 GBP dependent on FCDO country office uptake of the separate budget allocated for them. The Mid-Term Review point will be used as an opportunity to consider extending the length and value of the contract to extend the geographic focus or increase the scale of the programme. The estimated value includes all applicable taxes and tenderers included all applicable taxes in their tenders. Please note that the estimated value of 73 250 000 GBP represents a maximum, and FCDO expected competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack). The main recipients of the services will be developing country governments and women and girls experiencing and/or at risk of gender-based violence in Sub-Saharan Africa, Asia, the Middle East and North Africa. Indirect recipients are expected to include national and international organisations (multilateral and bilateral agencies, civil society organisations and other stakeholders) designing, implementing and investing in policy and programming on VAWG and Violence Against Children (VAC). Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care of all personnel and any third part supply partners. The expected outcomes of the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract are detailed in the ITT Pack. Quantifiable targets will be finalised in the inception phase with the approval of FCDO. The expected outcomes will be delivered through the provision of: * Fund management services * Technical advice and capacity development to grantees * Technical advice and capacity development to c. five FCDO country offices/partner governments; * Demand-driven, bespoke expert advice and capacity support on VAWG and VAC across FCDO and HMG through management of a VAWG/VAC Helpdesk service; * Targeted research uptake, policy influencing, advocacy, communications and media activities A contract for Research and Evaluation of the innovation and scale-up interventions will be procured separately. The two contracts will be coordinated by FCDO to ensure complementarity of the programme's intervention and research components. The Supplier must fully understand the Terms of Reference (ToR) for the Research and Evaluation contract and be able to work effectively with the organisations delivering the Research and Evaluation component. An independent evaluation will also be separately commissioned by FCDO to assess the programme's performance and provide regular, rapid feedback on management and impact to improve learning and performance during the programme's lifetime. A hybrid payment by results model will be used for effective implementation of the support to the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract and will link achievement of agreed KPI's and milestones/delivery of targets to an agreed payment schedule. An FCDO standard service contract will be awarded. Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.
Options: The contract includes an extension of up to 42 months. The contract includes an option for additional services of the same type to be provided. The total contract duration including extension options shall be 126 months. There is an option to increase the contract by up to an additional 27 750 000 GBP over and above the original financial limit of the contract up to a maximum financial limit of 73 250 000 GBP.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0300a2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031019-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
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
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £45,500,000 £10M-£100M
Notice Dates
- Publication Date
- 13 Dec 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 30 Sep 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0300a2-2021-12-13T18:48:26Z",
"date": "2021-12-13T18:48:26Z",
"ocid": "ocds-h6vhtk-0300a2",
"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) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the authority be liable for any costs incurred by the candidates. The supply chain eligibility in relation to both the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation and the Research and evidence Contracts and their respective grant funds is as follows: * An organisation cannot be a Lead Supplier for both this Contract and the Research and Evaluation Contract. * An organisation cannot be a sub on both this Contract and the Research and Evaluation Contract. * An organisation cannot be a sub on this Contract and a Lead Supplier on the Research and Evaluation Contract, or vice versa. * Organisations that are Lead Suppliers on either this Contract or the Research and Evaluation Contract cannot bid for grant funds under either Contract. * Organisations that are a sub on either this Contract or the Research and Evaluation Contract cannot bid for grant funds under either Contract.",
"initiationType": "tender",
"tender": {
"id": "PROJ10079",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PROJ10079, What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"description": "FCDO requires the services of a Supplier to lead and manage the programme, including design and oversight of a cutting-edge portfolio of scale and innovation projects and strategies to prevent violence, using deep technical knowledge on VAWG and gender equality. The supplier will manage and pre-finance a violence prevention fund of a minimum of PS31.5 million to be awarded to grantees for scale up (75%) and innovation (25%). They will provide sustained specialist support to grantees on VAWG/gender equality to co-design, pilot, refine, implement and monitor the interventions that will be funded under this programme. As the external face of the programme, the Supplier will also lead the strategic dissemination and use of evidence to influence policy and practice. HMT Approval to spend beyond June 2027 will be required.FCDO will process this requirement in good time. In the event that funds are not secured, there will be no liability for FCDO beyond the approved period to 30 June 2027.",
"lots": [
{
"id": "1",
"description": "FCDO sought a supplier to deliver an 84-month contract of up to 45 500 000 GBP from October 2021 until September 2028 for the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract. The timeframe may be extended by up to an additional 42 months beyond the original 84 month term until March 2032 subject to satisfactory performance of the supplier, continuing need, availability of funding, and the agreement of the supplier and FCDO, utilising a negotiated procedure. There is provision to scale up by up to an additional 27 750 000 GBP in cases where the programme has demonstrated a strong impact and has the potential to yield additional results or where there is an expansion of the scope of work. This is comprised of 22 750 000 extension costs and up to a further 5 000 000 GBP dependent on FCDO country office uptake of the separate budget allocated for them. The Mid-Term Review point will be used as an opportunity to consider extending the length and value of the contract to extend the geographic focus or increase the scale of the programme. The estimated value includes all applicable taxes and tenderers included all applicable taxes in their tenders. Please note that the estimated value of 73 250 000 GBP represents a maximum, and FCDO expected competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack). The main recipients of the services will be developing country governments and women and girls experiencing and/or at risk of gender-based violence in Sub-Saharan Africa, Asia, the Middle East and North Africa. Indirect recipients are expected to include national and international organisations (multilateral and bilateral agencies, civil society organisations and other stakeholders) designing, implementing and investing in policy and programming on VAWG and Violence Against Children (VAC). Delivery may require visits to both fragile and non-fragile regions with the supplier(s) responsible for the Duty of Care of all personnel and any third part supply partners. The expected outcomes of the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract are detailed in the ITT Pack. Quantifiable targets will be finalised in the inception phase with the approval of FCDO. The expected outcomes will be delivered through the provision of: * Fund management services * Technical advice and capacity development to grantees * Technical advice and capacity development to c. five FCDO country offices/partner governments; * Demand-driven, bespoke expert advice and capacity support on VAWG and VAC across FCDO and HMG through management of a VAWG/VAC Helpdesk service; * Targeted research uptake, policy influencing, advocacy, communications and media activities A contract for Research and Evaluation of the innovation and scale-up interventions will be procured separately. The two contracts will be coordinated by FCDO to ensure complementarity of the programme's intervention and research components. The Supplier must fully understand the Terms of Reference (ToR) for the Research and Evaluation contract and be able to work effectively with the organisations delivering the Research and Evaluation component. An independent evaluation will also be separately commissioned by FCDO to assess the programme's performance and provide regular, rapid feedback on management and impact to improve learning and performance during the programme's lifetime. A hybrid payment by results model will be used for effective implementation of the support to the What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation Contract and will link achievement of agreed KPI's and milestones/delivery of targets to an agreed payment schedule. An FCDO standard service contract will be awarded. Scale up/down is provided for in ToR and contract clauses to allow flexibility to respond to emerging needs.",
"awardCriteria": {
"criteria": [
{
"name": "Quality of Personnel",
"type": "quality",
"description": "25"
},
{
"name": "Methodology",
"type": "quality",
"description": "35"
},
{
"name": "Commercial",
"type": "cost",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "The contract includes an extension of up to 42 months. The contract includes an option for additional services of the same type to be provided. The total contract duration including extension options shall be 126 months. There is an option to increase the contract by up to an additional 27 750 000 GBP over and above the original financial limit of the contract up to a maximum financial limit of 73 250 000 GBP."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "The main place of performance and delivery of the requirement will be FCDO priority countries across sub-Saharan Africa, South Asia and the Middle East and North Africa."
},
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "031019-2021-PO 10079-1",
"relatedLots": [
"1"
],
"title": "PROJ10079, What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-37583",
"name": "International Rescue Committee, UK"
}
]
}
],
"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"
},
"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"
}
]
}
},
{
"id": "GB-FTS-37583",
"name": "International Rescue Committee, UK",
"identifier": {
"legalName": "International Rescue Committee, UK"
},
"address": {
"streetAddress": "100 Wood Street, 6th Floor",
"locality": "London",
"region": "UKI",
"postalCode": "EC2V 7AN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-6099",
"name": "Foreign, Commonwealth and Development Office"
},
"contracts": [
{
"id": "031019-2021-PO 10079-1",
"awardID": "031019-2021-PO 10079-1",
"title": "PROJ10079, What Works to Prevent Violence: Impact at Scale. Programme Design and Implementation",
"status": "active",
"value": {
"amount": 45500000,
"currency": "GBP"
},
"dateSigned": "2021-10-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:417156-2020:TEXT:EN:HTML"
}
],
"language": "en"
}