Award

Expert Advisory Call Down Service 2 (EACDS 2)

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 3 releases in its history.

Award

17 May 2023 at 13:33

TenderUpdate

04 Aug 2022 at 09:39

Tender

22 Jul 2022 at 14:31

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) has concluded the "Expert Advisory Call Down Service 2 (EACDS 2)" procurement process. The framework agreement is split into 4 lots, covering diverse areas such as Women and Girls, Life-Saving Humanitarian Work, British Investment Partnerships, and Climate Change, Nature & Global Health. With an annual value of GBP 13,000,000, the framework aims to provide accessible technical expertise to FCDO departments and UK government departments delivering programs funded by UK Official Development Assistance. The procurement stage is 'Award', and the deadline for submissions was on the 16th September 2022.

This tender provides business growth opportunities for suppliers committed to providing expert development services aligned with the UK's International Development Strategy. Businesses focusing on foreign economic-aid-related services will find this tender appealing. The FCDO's aim is to ensure a forefront position in international development best practices, making it suitable for businesses with expertise in the designated areas. The procurement method is an 'Open procedure', and interested businesses should align their offerings with the technical requirements outlined in the tender's framework agreement.

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

Expert Advisory Call Down Service 2 (EACDS 2)

Notice Description

The Expert Advisory Call Down Service 2 (EACDS 2) Framework Agreement is split into 4 Lots: Lot 1. Women and Girls, ITT_5143 Lot 2. Life-Saving Humanitarian Work, ITT_5144 Lot 3. British Investment Partnerships, ITT_5145 Lot 4. Climate Change, Nature & Global Health, ITT_5146 It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, commencing in March 2023. The Framework provides the call down service, equating to an annual value of GBP 13 000 000. If all extension options are fully exercised the maximum total value that can be spent through the Framework will be GBP 39 000 000. FCDO wishes to work with Framework Suppliers who are committed to ensuring that the best technical development expertise is quickly and efficiently accessible to FCDO staff and colleagues across the civil service. The aim is to ensure that the UK development programmeis at the forefront of international development best practice. FCDO's professional advisers and programme teams need up-to-date knowledge, evidence, and expert support in order to ensure that our policies and programmes are well designed and managed, achieving maximum impact and value for money. FCDO requires expertise in four broad areas which will support the delivery of the UK's International Development Strategy. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The other UK government departments are: Home Office Department of Health & Social Care Department for Business, Energy & Industrial Strategy Department for Environment Food and Rural Affairs Department for Digital, Culture Media and Sports Office for National Statistics Ministry of Defence HM Revenue and Customs HM Treasury Department for Education Department for International Trade Department for Work & Pensions Department for Transport The Scottish Government Welsh Government This list is not exhaustive. A complete list of OGDs who are entitled to use the FrameworkAgreement can be found at https://www.gov.uk/government/organisations This list may be updated from time to time due to re-structuring or re-organisation.

Lot Information

Lot 1: Women and Girls, ITT_5143

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 1 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 1: Women and Girls, ITT_5143 Unlocking the full potential and power of women and girls accelerates progress on all our global priorities, from economic prosperity to security. The UK has long been at the vanguard of standing up for the rights of women and girls around the world, through our development, diplomatic and legislative efforts, including the International Development (Gender Equality) Act 2014. This is not just good development, but also symbolises UK ideals, and is part of what we offer to the world. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attained the highest score.

Options: The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Renewal: It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

Life-Saving Humanitarian Work, ITT_5144

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 2 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 2: Life-Saving Humanitarian Work, ITT_5144 The UK is a global leader in driving more effective approaches to crises. We have led international efforts to strengthen crisis solutions and reduce humanitarian need. As a champion of digital cash payments, we have made humanitarian responses faster and more effective. Drawing on our expertise in disaster risk financing and insurance, we have helped to set up all four of the world's regional insurance schemes, enabling rapid responses that save lives and livelihoods. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attained the highest score.

Options: The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Renewal: It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

British Investment Partnerships, ITT_5145

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 3 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 3: British Investment Partnerships, ITT_4145 We will help countries get the investment they need to grow secure, open, thriving economies. Countries need to avoid loading their balance sheets with unsustainable debt and mortgaging their future economies against bad loans. We can help, by putting our national economic power at the centre of our development approach: capital markets, investment and growth expertise, independent trade policies. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attain the highest score.

Options: The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Renewal: It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

Climate Change, Nature & Global Health, ITT_5146

FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 4 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments (OGDs) who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and OGDs that deliver programmes funded by UK ODA. The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and OGDs in the delivery of ODA. This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 4: Climate Change, Nature & Global Health, ITT_5146 To build economic, security and technological partnerships of the future we will continue to put shared global challenges at the heart of our offer to low- and middle-income countries: as a responsible international actor and a trusted strategic partner. We will turn our historic global leadership at COP26 and throughout the COVID-19 pandemic into lasting progress for our allies and partners and for British people. And through the Prime Minister's Clean Green Initiative we will partner with low- and middle-income countries to ensure they can access the funding and support needed for them to deliver on their climate ambitions. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attain the highest score.

Options: The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure.

Renewal: It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0354ef
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014066-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, 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
£39,000,000 £10M-£100M
Lots Value
£16,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£4,000,000 £1M-£10M

Notice Dates

Publication Date
17 May 20232 years ago
Submission Deadline
2 Sep 2022Expired
Future Notice Date
Not specified
Award Date
1 Mar 20232 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

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Additional Buyers

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

Contact Name
Susan Lynch
Contact Email
susan.lynch@fcdo.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
4
Supplier Names

CROWN AGENTS

DAI GLOBAL

PRICEWATERHOUSECOOPERS

TRIPLE LINE CONSULTING

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-0354ef-2023-05-17T14:33:54+01:00",
    "date": "2023-05-17T14:33:54+01:00",
    "ocid": "ocds-h6vhtk-0354ef",
    "description": "The authority expressly reserves the right: (i) not to award any Framework Agreements 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. Procurement documents can be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk Please note that this contract notice covers 4 ITT references on the FCDO Supplier Portal - one for each of the 4 Lots: * ITT_5143, Lot 1. Women and Girls * ITT_5144, Lot 2. Life-Saving Humanitarian Work * ITT_5145 Lot 3. British Investment Partnerships * ITT_5146 Lot 4. Climate Change, Nature & Global Health The ITT Pack is the same for each Lot apart from the \"ITT Volume 6 Pro Forma Cost Template\" that has been tailored to each of the 4 Lots with their respective \"Expert Band Capped Ceiling Rates\". Suppliers should submit their Bids against the Lot and ITT number they are to be considered for.",
    "initiationType": "tender",
    "tender": {
        "id": "ITT_5143, ITT_5144, ITT_5145 and ITT_5146",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Expert Advisory Call Down Service 2 (EACDS 2)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75211200",
            "description": "Foreign economic-aid-related services"
        },
        "mainProcurementCategory": "services",
        "description": "The Expert Advisory Call Down Service 2 (EACDS 2) Framework Agreement is split into 4 Lots: Lot 1. Women and Girls, ITT_5143 Lot 2. Life-Saving Humanitarian Work, ITT_5144 Lot 3. British Investment Partnerships, ITT_5145 Lot 4. Climate Change, Nature & Global Health, ITT_5146 It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, commencing in March 2023. The Framework provides the call down service, equating to an annual value of GBP 13 000 000. If all extension options are fully exercised the maximum total value that can be spent through the Framework will be GBP 39 000 000. FCDO wishes to work with Framework Suppliers who are committed to ensuring that the best technical development expertise is quickly and efficiently accessible to FCDO staff and colleagues across the civil service. The aim is to ensure that the UK development programmeis at the forefront of international development best practice. FCDO's professional advisers and programme teams need up-to-date knowledge, evidence, and expert support in order to ensure that our policies and programmes are well designed and managed, achieving maximum impact and value for money. FCDO requires expertise in four broad areas which will support the delivery of the UK's International Development Strategy. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The other UK government departments are: Home Office Department of Health & Social Care Department for Business, Energy & Industrial Strategy Department for Environment Food and Rural Affairs Department for Digital, Culture Media and Sports Office for National Statistics Ministry of Defence HM Revenue and Customs HM Treasury Department for Education Department for International Trade Department for Work & Pensions Department for Transport The Scottish Government Welsh Government This list is not exhaustive. A complete list of OGDs who are entitled to use the FrameworkAgreement can be found at https://www.gov.uk/government/organisations This list may be updated from time to time due to re-structuring or re-organisation.",
        "value": {
            "amount": 39000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot in which they have attained their highest score. FCDO reserve the right to award more than one Lot to a Lead Supplier in exceptional circumstances where they are the only Lead Supplier to demonstrate sufficient capability against the published criteria, and meet the requirements set out in ITT Volume 2, Technical scoring and grounds for exclusion, page 11, after securing their first Lot award."
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1: Women and Girls, ITT_5143",
                "description": "FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 1 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 1: Women and Girls, ITT_5143 Unlocking the full potential and power of women and girls accelerates progress on all our global priorities, from economic prosperity to security. The UK has long been at the vanguard of standing up for the rights of women and girls around the world, through our development, diplomatic and legislative efforts, including the International Development (Gender Equality) Act 2014. This is not just good development, but also symbolises UK ideals, and is part of what we offer to the world. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attained the highest score.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality of Personnel and Team Structure",
                            "type": "quality",
                            "description": "20 %"
                        },
                        {
                            "name": "Framework Management Methodology",
                            "type": "quality",
                            "description": "25 %"
                        },
                        {
                            "name": "Technical Ability - Lot 1: Women and Girls",
                            "type": "quality",
                            "description": "15 %"
                        },
                        {
                            "name": "Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome",
                            "type": "quality",
                            "description": "10 %"
                        },
                        {
                            "name": "Competitiveness of your Individual Expert Band Ceiling Rates",
                            "type": "cost",
                            "description": "23 %"
                        },
                        {
                            "name": "Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates",
                            "type": "cost",
                            "description": "7 %"
                        }
                    ]
                },
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure."
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Life-Saving Humanitarian Work, ITT_5144",
                "description": "FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 2 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 2: Life-Saving Humanitarian Work, ITT_5144 The UK is a global leader in driving more effective approaches to crises. We have led international efforts to strengthen crisis solutions and reduce humanitarian need. As a champion of digital cash payments, we have made humanitarian responses faster and more effective. Drawing on our expertise in disaster risk financing and insurance, we have helped to set up all four of the world's regional insurance schemes, enabling rapid responses that save lives and livelihoods. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attained the highest score.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality of Personnel and Team Structure",
                            "type": "quality",
                            "description": "20 %"
                        },
                        {
                            "name": "Framework Management Methodology",
                            "type": "quality",
                            "description": "25 %"
                        },
                        {
                            "name": "Technical Ability - Lot 2: Life-Saving Humanitarian Work",
                            "type": "quality",
                            "description": "15 %"
                        },
                        {
                            "name": "Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome",
                            "type": "quality",
                            "description": "10 %"
                        },
                        {
                            "name": "Competitiveness of your Individual Expert Band Ceiling Rates",
                            "type": "cost",
                            "description": "23 %"
                        },
                        {
                            "name": "Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates",
                            "type": "cost",
                            "description": "7 %"
                        }
                    ]
                },
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "British Investment Partnerships, ITT_5145",
                "description": "FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 3 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and Other Government Departments in the delivery of Official Development Assistance (ODA). This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 3: British Investment Partnerships, ITT_4145 We will help countries get the investment they need to grow secure, open, thriving economies. Countries need to avoid loading their balance sheets with unsustainable debt and mortgaging their future economies against bad loans. We can help, by putting our national economic power at the centre of our development approach: capital markets, investment and growth expertise, independent trade policies. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Framework Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attain the highest score.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality of Personnel and Team Structure",
                            "type": "quality",
                            "description": "20 %"
                        },
                        {
                            "name": "Framework Management Methodology",
                            "type": "quality",
                            "description": "25 %"
                        },
                        {
                            "name": "Technical Ability - Lot 3: British Investment Partnerships",
                            "type": "quality",
                            "description": "15 %"
                        },
                        {
                            "name": "Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome",
                            "type": "quality",
                            "description": "10 %"
                        },
                        {
                            "name": "Competitiveness of your Individual Expert Band Ceiling Rates",
                            "type": "cost",
                            "description": "23 %"
                        },
                        {
                            "name": "Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates",
                            "type": "cost",
                            "description": "7 %"
                        }
                    ]
                },
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure."
                },
                "status": "cancelled"
            },
            {
                "id": "4",
                "title": "Climate Change, Nature & Global Health, ITT_5146",
                "description": "FCDO is seeking Supplier to deliver a 12-month Framework Agreement of up to GBP 13 000 000 from February 2023 until February 2024 to provide Expert Advisory Call Down Services. The value of Lot 4 may be up to GBP 4 000 000, however, the total estimated Framework Agreement value will be managed across all 4 Lots up to a maximum budget of GBP 13 000 000. This Framework is solely for work in relation to ODA (Official Development Assistance) for FCDO and Other Government Departments (OGDs) who have ODA budgets. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure. Please note the estimated value of this Framework Agreement is up to a maximum of GBP 39 000 000 split across all four lots. This figure includes a value of GBP 13 000 000 split across all four lots for the initial 12 month term and the possible 2 x 12 month extensions at a total value of GBP 26 000 000 split across all four lots and extension options. The estimated value includes all applicable taxes, and tenderers should include all applicable taxes in their tenders. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The main recipients of the services will be UK aid programmes. The service will be accessible by FCDO and OGDs that deliver programmes funded by UK ODA. The expected outcomes are to provide additional technical expertise to FCDO departments, overseas offices and OGDs in the delivery of ODA. This will include but is not limited to programme design and development, business case development, independent advice/inputs into new and innovative thinking and products and rapid provision of technical teams to deliver specific requirements where there is a time-sensitive need. Lot 4: Climate Change, Nature & Global Health, ITT_5146 To build economic, security and technological partnerships of the future we will continue to put shared global challenges at the heart of our offer to low- and middle-income countries: as a responsible international actor and a trusted strategic partner. We will turn our historic global leadership at COP26 and throughout the COVID-19 pandemic into lasting progress for our allies and partners and for British people. And through the Prime Minister's Clean Green Initiative we will partner with low- and middle-income countries to ensure they can access the funding and support needed for them to deliver on their climate ambitions. This will be a single supplier Lot with quick turnaround timescales of 2-3 weeks to get expertise and teams on the ground, direct call-off contracts, pre-determined Expert Band Ceiling Rates linked to expertise, agreed discounts based on number of input days, use of the HMRC ceiling policy for travel and subsistence with payments reimbursed based on actual expenditure, and contractual SLA's and KPIs. Suppliers should be aware that through the life of the Framework, FCDO expect that some roles may fall under the UK Governments off payroll working rules (IR35). FCDO will provide to the Supplier a determination as to the technical expert's employment status. The Framework Suppliers, as the worker's fee payer, will be responsible for deducting Tax and National Insurance contributions, paying these to HMRC, in line with the associated reporting requirements as detailed in: https://www.gov.uk/topic/business-tax/ir35 Lead Suppliers are not eligible to Sub-contract on other bids for the Framework Agreement. If a Lead Supplier is identified as a sub-contractor on another bid for the Framework Agreement, FCDO will exclude the Bid submitted by the Lead Supplier from our evaluation. An FCDO standard Framework Agreement will be awarded. Additional information: Lead Suppliers are eligible to bid for more than one Lot, however, Lead Suppliers can only be successful on one Lot. The successful Lead Supplier will be determined by achieving the highest combined technical and commercial score in a Lot. Where a Lead Supplier has achieved the highest total score in more than one Lot, FCDO will award the Lead Supplier the Lot they attain the highest score.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality of Personnel and Team Structure",
                            "type": "quality",
                            "description": "20 %"
                        },
                        {
                            "name": "Framework Management Methodology",
                            "type": "quality",
                            "description": "25 %"
                        },
                        {
                            "name": "Technical Ability - Lot 4: Climate Change, Nature & Global Health",
                            "type": "quality",
                            "description": "15 %"
                        },
                        {
                            "name": "Social Value: Increase Supply Chain Resilience and Capacity Policy Outcome",
                            "type": "quality",
                            "description": "10 %"
                        },
                        {
                            "name": "Competitiveness of your Individual Expert Band Ceiling Rates",
                            "type": "cost",
                            "description": "23 %"
                        },
                        {
                            "name": "Competitiveness of the proposed % discounts on the Supplier's tendered Expert Band Capped Ceiling Rates",
                            "type": "cost",
                            "description": "7 %"
                        }
                    ]
                },
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is an interim Framework Agreement to replace the current EACDS Framework for one year, with two (2) one year extension options, due to commence February 2023. FCDO intends to tender for a new requirement following the completion of EACDS2, subject to the continued need for the services provided."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The timeframe may be extended by up to an additional 2 x 12 months beyond the original 12 month term until February 2026 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO, utilising a negotiated procedure."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states."
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "Support may be required for all countries in which FCDO and OGDs work using ODA funding, including those in conflict affected and fragile states."
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://fcdo.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Available via https://fcdo.bravosolution.co.uk",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-02T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 240
            }
        },
        "awardPeriod": {
            "startDate": "2022-09-02T14:01:00+01:00"
        },
        "bidOpening": {
            "date": "2022-09-02T14:01:00+01:00"
        },
        "hasRecurrence": true,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-09-02T14:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2022-09-16T14:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for receipt of tenders or requests to participate, Date"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-09-02T14:01:00+01:00"
                        },
                        "newValue": {
                            "date": "2022-09-16T14:01:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders, Date"
                        }
                    }
                ],
                "description": "The deadline for receipt of tenders has been extended to 14:00 UK time on Friday 16th September 2022."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-6099",
            "name": "Foreign, Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign, Commonwealth and Development Office",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "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.bravosolution.co.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "buyerProfile": "https://fcdo.bravosolution.co.uk",
                "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-6101",
            "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",
                "email": "susan.lynch@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "buyerProfile": "https://fcdo.bravosolution.co.uk",
                "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": "International Development"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-76176",
            "name": "Triple Line Consulting Limited",
            "identifier": {
                "legalName": "Triple Line Consulting Limited"
            },
            "address": {
                "streetAddress": "Tintagel House, 92 Albert Embankment,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE17TY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-82985",
            "name": "Crown Agents Limited",
            "identifier": {
                "legalName": "Crown Agents Limited"
            },
            "address": {
                "streetAddress": "Blue Fin Building, 110 Southwark Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 0SU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-20807",
            "name": "PricewaterhouseCoopers LLP",
            "identifier": {
                "legalName": "PricewaterhouseCoopers LLP"
            },
            "address": {
                "streetAddress": "1 Embankment Place",
                "locality": "London",
                "region": "UKI",
                "postalCode": "WC2N 6RH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-82986",
            "name": "DAI Global UK Ltd",
            "identifier": {
                "legalName": "DAI Global UK Ltd"
            },
            "address": {
                "streetAddress": "3rd Floor, Block C, Westside, London Road",
                "locality": "Apsley",
                "region": "UKH2",
                "postalCode": "HP3 9TD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-6101",
        "name": "Foreign Commonwealth and Development Office"
    },
    "language": "en",
    "awards": [
        {
            "id": "014066-2023-ECM_4855-1",
            "relatedLots": [
                "1"
            ],
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 1 - Women and Girls",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-76176",
                    "name": "Triple Line Consulting Limited"
                }
            ]
        },
        {
            "id": "014066-2023-ECM_4860-2",
            "relatedLots": [
                "2"
            ],
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 2 - Life-Saving Humanitarian Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-82985",
                    "name": "Crown Agents Limited"
                }
            ]
        },
        {
            "id": "014066-2023-ECM_4862-3",
            "relatedLots": [
                "3"
            ],
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 3 - British Investment Partnerships",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-20807",
                    "name": "PricewaterhouseCoopers LLP"
                }
            ]
        },
        {
            "id": "014066-2023-ECM_4863-4",
            "relatedLots": [
                "4"
            ],
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 4 - Climate Change, Nature & Global Health",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-82986",
                    "name": "DAI Global UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "014066-2023-ECM_4855-1",
            "awardID": "014066-2023-ECM_4855-1",
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 1 - Women and Girls",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-01T00:00:00Z"
        },
        {
            "id": "014066-2023-ECM_4860-2",
            "awardID": "014066-2023-ECM_4860-2",
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 2 - Life-Saving Humanitarian Work",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-01T00:00:00Z"
        },
        {
            "id": "014066-2023-ECM_4862-3",
            "awardID": "014066-2023-ECM_4862-3",
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 3 - British Investment Partnerships",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-01T00:00:00Z"
        },
        {
            "id": "014066-2023-ECM_4863-4",
            "awardID": "014066-2023-ECM_4863-4",
            "title": "Expert Advisory Call Down Service 2 (EACDS 2), Lot 4 - Climate Change, Nature & Global Health",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-01T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "2",
                "value": 3
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "3",
                "value": 2
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "4",
                "value": 2
            }
        ]
    }
}