Notice Information
Notice Title
Global Development Delivery Framework (GDD)
Notice Description
This a Framework Agreement to replace and build upon the current International Multidisciplinary Programme (IMDP) Framework and the current Global Economic Development Framework (GEDF). The key objectives of the Framework Agreement are: a) To secure a pool of high- quality suppliers pre-qualified to work in FCDO thematic areas, to deliver improved value for money through further competition b) Development and improved management of supplier base c) Access to niche/specialist skills d) Shortened timescales for call-down process due to pre-qualification of suppliers e) Improved Management Information for managing framework and supplier base e.g., tracking bidding patterns and recurring issues to improve competition. This Framework Agreement will enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. Successful Suppliers will provide overseas development assistance advice and expertise to FCDO and other users of the Framework Agreement related to the thematic areas of: * Lots 1 and 8: Climate Change and Nature * Lots 2 and 9: Health and Humanitarian * Lots 3 and 10: Education, Gender and Social Inclusion * Lots 4 and 11: Economic Development and Trade * Lots 5 and 12: Finance and Investment * Lots 6 and 13: Research * Lots 7 and 14: Governance and Conflict The Lots were split into 2 tiers. Tier 1 for the High Value Lots comprised ITT_5435. Tier 2 for the Low Value Lots comprised ITT_5436. Lead Suppliers decided which tier to bid on - Tier 1 High Value Lots (1-7) or Tier 2 Low Value Lots (8-14). Within each tier Lead Suppliers could bid on one or multiple lots. The Framework Agreement commenced in December 2023 for the period of 2 years with two (2) one year extension options each subject to ongoing need. The maximum throughput of the Framework Agreement will be GBP 3 000 000 000 with GBP 1 500 000 000 for the initial term and GBP 750 000 000 for each of the 2 extensions.
Lot Information
Climate and Nature >PS7m
FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Health and Humanitarian >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Education, Gender and Social Inclusion >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Economic Development and Trade >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Finance and Investment >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Research >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Governance and Conflict >PS7mFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Climate and NatureFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Health and HumanitarianFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Education, Gender and Social InclusionFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Economic Development and TradeFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Finance and InvestmentFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
ResearchFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Governance and ConflictFCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.
Options: Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met.
Renewal: FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038ca5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/003389-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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
- £3,000,000,000 £1B-£10B
- Lots Value
- £14 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £425,000,000 £100M-£1B
Notice Dates
- Publication Date
- 1 Feb 20242 years ago
- Submission Deadline
- 17 Mar 2023Expired
- Future Notice Date
- 30 Dec 2022Expired
- Award Date
- 18 Dec 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- William Shanks
- Contact Email
- william.shanks@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
Supplier Information
- Number of Suppliers
- 55
- Supplier Names
ALBANY ASSOCIATES INTERNATIONAL
CLOVEK V TISNI, O.P.S. (PEOPLE IN NEED
DT GLOBAL INTERNATIONAL DEVELOPMENT
INSTITUTE OF DEVELOPMENT STUDIES (IDS
INTERNATIONAL RESCUE COMMITTEE
POLICY AND MANAGEMENT CONSULTING GROUP
TETRA TECH INTERNATIONAL DEVELOPMENT
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-038ca5-2024-02-01T14:41:56Z",
"date": "2024-02-01T14:41:56Z",
"ocid": "ocds-h6vhtk-038ca5",
"description": "The authority expressly reserved the right: (i) not to award any Framework Agreements as a result of the procurement process commenced by publication of the contract notice; and (ii) to make whatever changes it saw fit to the content and structure of the tendering competition and Procurement documents that could be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk Please note that the contract notice covered 2 ITT references on the FCDO Supplier Portal - one for each of the Lot Tiers: * ITT_5435, High Value Lots 1-7 * ITT_5436, Low Value Lots 8-14 The ITT Packs were tailored to the specific requirements of the High and Low Value Lots. Suppliers submitted their Bids against the Lot and ITT number they were to be considered for. Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this is provided in Annex 6 of the Terms of Reference. If a Lead Supplier submitted proposals for both High Value Lots and Low Value Lots, FCDO reserved the right to reject these proposals. However, FCDO confirmed that if this were to hanppen, we would send a clarification to Lead Suppliers to ask which proposal(s) we should consider i.e., High Value lot proposal(s) or Low Value lot proposal(s) based on the Lead Supplier's response we would reject the other proposal(s). An illustration of this is provided in Annex 6 of the Terms of Reference. A Lead Supplier could be a sub-contractor on High Value Lot(s) and Low Value Lot(s), but not on the lot(s) they have bid on as a Lead Supplier (i.e., a supplier could not be a Lead and a sub-contractor in the same Lot). If a Lead Supplier bid on a specific lot and also joined as a sub-contractor to another Supplier on the same lot, they were rejected as a Lead Supplier on that specific lot. An illustration of this is provided in Annex 6 of the Terms of Reference. Lead Suppliers should have checked with all sub-contractors ahead of adding to their supply chain to ensure they did not submit a proposal as a Lead Supplier for the same lot.",
"initiationType": "tender",
"tender": {
"id": "ITT_5435 and ITT_5436",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Global Development Delivery Framework (GDD)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"description": "This a Framework Agreement to replace and build upon the current International Multidisciplinary Programme (IMDP) Framework and the current Global Economic Development Framework (GEDF). The key objectives of the Framework Agreement are: a) To secure a pool of high- quality suppliers pre-qualified to work in FCDO thematic areas, to deliver improved value for money through further competition b) Development and improved management of supplier base c) Access to niche/specialist skills d) Shortened timescales for call-down process due to pre-qualification of suppliers e) Improved Management Information for managing framework and supplier base e.g., tracking bidding patterns and recurring issues to improve competition. This Framework Agreement will enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. Successful Suppliers will provide overseas development assistance advice and expertise to FCDO and other users of the Framework Agreement related to the thematic areas of: * Lots 1 and 8: Climate Change and Nature * Lots 2 and 9: Health and Humanitarian * Lots 3 and 10: Education, Gender and Social Inclusion * Lots 4 and 11: Economic Development and Trade * Lots 5 and 12: Finance and Investment * Lots 6 and 13: Research * Lots 7 and 14: Governance and Conflict The Lots were split into 2 tiers. Tier 1 for the High Value Lots comprised ITT_5435. Tier 2 for the Low Value Lots comprised ITT_5436. Lead Suppliers decided which tier to bid on - Tier 1 High Value Lots (1-7) or Tier 2 Low Value Lots (8-14). Within each tier Lead Suppliers could bid on one or multiple lots. The Framework Agreement commenced in December 2023 for the period of 2 years with two (2) one year extension options each subject to ongoing need. The maximum throughput of the Framework Agreement will be GBP 3 000 000 000 with GBP 1 500 000 000 for the initial term and GBP 750 000 000 for each of the 2 extensions.",
"value": {
"amount": 3000000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 7,
"awardCriteriaDetails": "Suppliers can be awarded Tier 1 Lots 1-7, or, tier 2 Lots 8 to 14",
"maximumLotsBidPerSupplier": 7
},
"lots": [
{
"id": "1",
"title": "Climate and Nature >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "2",
"title": "Health and Humanitarian >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "3",
"title": "Education, Gender and Social Inclusion >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "4",
"title": "Economic Development and Trade >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "5",
"title": "Finance and Investment >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "6",
"title": "Research >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "7",
"title": "Governance and Conflict >PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "8",
"title": "Climate and Nature <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "9",
"title": "Health and Humanitarian <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "10",
"title": "Education, Gender and Social Inclusion <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "11",
"title": "Economic Development and Trade <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "12",
"title": "Finance and Investment <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "13",
"title": "Research <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
},
{
"id": "14",
"title": "Governance and Conflict <PS7m",
"description": "FCDO sought a Supplier to deliver a 24-month Framework Agreement of up to GBP 1 500 000 000 (GBP 3 000 000 000 inclusive of all extension and scale up options) from December 2023 until December 2025 to enable FCDO to access advice, expertise and delivery capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with greater agility and innovation whilst maintaining fair competition. The value of each Lot (1-14) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 14 Lots up to a maximum budget of GBP 3 000 000 000. The timeframe may be extended by up to an additional 2 x 12 months beyond the original 24 month term until December 2026 and then December 2027 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. 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 recipients of the services will be determined in each call-down contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA). Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_5435 and ITT_5436 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Suppliers decided whether to bid for the High Value lot(s) or Low Value lot(s). The High Value lot(s) represents Tier 1, and the Low Value lot(s) represents Tier 2. Lead Suppliers selected which tier to bid on. Within a tier, Lead Suppliers could bid for one lot or multiple lots. An illustration of this was provided in Annex 6 of the Terms of Reference provided in the ITT Pack.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Methodology - Call Down Capability",
"type": "quality",
"description": "12.5"
},
{
"name": "Methodology - Fund Management",
"type": "quality",
"description": "7.5"
},
{
"name": "Methodology - Contract and Framework management",
"type": "quality",
"description": "5"
},
{
"name": "Methodology - Lot Specific Technical Questions",
"type": "quality",
"description": "25"
},
{
"name": "Mathematical calculation of the cost of your individual Total Daily Job Family Ceiling Rates.",
"type": "cost",
"description": "28"
},
{
"name": "Mathematical calculation of competitiveness of the proposed % discounts in direct comparison to all Potential Suppliers in the lot competition",
"type": "cost",
"description": "12"
}
]
},
"value": {
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GDD, subject to the continued need for the services provided."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend and increase value Please note the estimated value of this requirement is up to a maximum of GBP 3 000 000 000 split across 14 lots. This figure includes a value of GBP 1 500 000 000 covering all fourteen lots for the initial 24-month term and the possible 2 x 12-month extensions at a value of GBP 1 500 000 000 covering all fourteen lots. 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 Framework value. The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Options on awarding places on the Framework. Following the completion of the evaluation the Framework Agreement was offered to the Top 15 Potential Suppliers who met the required capability and achieved the highest combined Social Value Score, Technical Score, and Commercial score for each Lot. In each Lot, with the exception of Lot 11, FCDO reserved the right to increase to 20 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in any Lot was defined as when there are any capabilities relevant to that Lot (as per the Capability Matrix column B, see ITT Volume 3, Annex 3), that fewer than 3 of the top 15 ranked suppliers for that Lot have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 16 to 20 would be awarded a place in the Lot if there is insufficient coverage amongst the top 15 ranked suppliers and adding the suppliers ranked 16 to 20 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. For Lot 11, FCDO reserved the right to increase to 10 suppliers if FCDO determined that there was insufficient coverage in thematic expertise. Insufficient coverage in Lot 11 is defined as when there are any relevant capabilities (as per the Lot 11 Capability Matrix column A, see ITT Volume 3, Annex 3), that none of the top ranked 7 suppliers for Lot 11 have indicated they have capability to deliver (per the Capability Matrix returns). The suppliers ranked 8 to 10 would be awarded a place in the Lot if there is insufficient coverage amongst the top 7 ranked suppliers and adding the suppliers ranked 8 to 10 would increase the suppliers with the capability that has insufficient coverage by at least one supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met. In the event that the highest combined Technical, Social Value, and Commercial Score resulted in a tie, the Contract/Framework Agreement would be offered to the Potential Supplier who achieved the highest overall score for the Technical criteria. In the event that the highest scoring Potential Supplier declined to enter into the Contract/Framework Agreement, FCDO could choose to proceed to contract award with the next highest scoring Potential Supplier. This option was not exercised by FCDO following the evaluation process because the above criteria were not met."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "5",
"deliveryLocation": {
"description": "Global"
}
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "11"
},
{
"id": "12",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "12"
},
{
"id": "13",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "13"
},
{
"id": "14",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "14"
}
],
"communication": {
"futureNoticeDate": "2022-12-30T00:00:00Z",
"atypicalToolUrl": "https://fcdo.bravosolution.co.uk/web/login.html"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://fcdo.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Available via https://fcdo.bravosolution.co.uk Tier 1 High Value Lots ITT_3435 Tier 2 Low Value Lots ITT_3436",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 270
}
},
"tenderPeriod": {
"endDate": "2023-03-17T14:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2023-03-17T14:01:00Z"
},
"bidOpening": {
"date": "2023-03-17T14:01:00Z",
"address": {
"streetAddress": "via https://fcdo.bravosolution.co.uk"
}
},
"hasRecurrence": true
},
"parties": [
{
"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": "William Shanks",
"telephone": "+44 1355843620",
"email": "william.shanks@fcdo.gov.uk",
"url": "https://fcdo.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office/about/procurement",
"buyerProfile": "https://fcdo.bravosolution.co.uk/web/login.html",
"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-6099",
"name": "Foreign, Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign, Commonwealth and Development Office"
},
"address": {
"streetAddress": "Abercrombie House, Eaglesham Road",
"locality": "East Kilbride",
"postalCode": "G75 8EA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited",
"identifier": {
"legalName": "Abt Britain Limited"
},
"address": {
"streetAddress": "1 Chamberlain Square Cs,",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B3 3AX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited",
"identifier": {
"legalName": "Adam Smith International Limited"
},
"address": {
"streetAddress": "Tallis House, 2 Tallis Street,",
"locality": "London",
"region": "UKI",
"postalCode": "EC4Y 0AB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited",
"identifier": {
"legalName": "Chemonics Group UK Limited"
},
"address": {
"streetAddress": "1 Benjamin Street, Farringdon,",
"locality": "London,",
"region": "UKI",
"postalCode": "EC1M 5QL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd.",
"identifier": {
"legalName": "Alinea International Ltd."
},
"address": {
"streetAddress": "200, 14707 Bannister Road SE,",
"locality": "Calgary",
"region": "CA",
"postalCode": "T2X 1Z2",
"countryName": "Canada"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104105",
"name": "BDO LLP",
"identifier": {
"legalName": "BDO LLP"
},
"address": {
"streetAddress": "56 Baker Street,",
"locality": "London",
"region": "UKI",
"postalCode": "W1U 7EU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104106",
"name": "Integrity Global",
"identifier": {
"legalName": "Integrity Global"
},
"address": {
"streetAddress": "Somerset House, The Strand,",
"locality": "London,",
"region": "UKI",
"postalCode": "WC2R 1LA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104107",
"name": "Albany Associates International Limited",
"identifier": {
"legalName": "Albany Associates International Limited"
},
"address": {
"streetAddress": "201 Borough High Street,",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 1JA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104108",
"name": "Christian Aid",
"identifier": {
"legalName": "Christian Aid"
},
"address": {
"streetAddress": "35 Lower Marsh, Waterloo,",
"locality": "London,",
"region": "UKI",
"postalCode": "SE1 7RT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc.",
"identifier": {
"legalName": "Cowater International Inc."
},
"address": {
"streetAddress": "200 Laurier Avenue West, 5th floor,",
"locality": "Ottawa,",
"region": "CA",
"postalCode": "K1P 6M7",
"countryName": "Canada"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"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-82986",
"name": "DAI Global UK Ltd",
"identifier": {
"legalName": "DAI Global UK Ltd"
},
"address": {
"streetAddress": "3rd Floor, Block C, Westside, London Road",
"locality": "Apsley",
"region": "UKH23",
"postalCode": "HP3 9TD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104110",
"name": "DT Global International Development UK Ltd",
"identifier": {
"legalName": "DT Global International Development UK Ltd"
},
"address": {
"streetAddress": "64-68 London Road,",
"locality": "Redhill",
"region": "UKJ2",
"postalCode": "RH11LG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104111",
"name": "KPMG LLP",
"identifier": {
"legalName": "KPMG LLP"
},
"address": {
"streetAddress": "15 Canada Square,",
"locality": "London,",
"region": "UKI",
"postalCode": "E14 5GL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited",
"identifier": {
"legalName": "Mott MacDonald Limited"
},
"address": {
"streetAddress": "Mott MacDonald House, 8-10 Sydenham Road",
"locality": "Croydon",
"region": "UKI62",
"postalCode": "CR0 2EE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104112",
"name": "NIRAS Group (UK) Ltd",
"identifier": {
"legalName": "NIRAS Group (UK) Ltd"
},
"address": {
"streetAddress": "Kings Ride Court, Kings Road,",
"locality": "Ascot",
"region": "UKJ11",
"postalCode": "SL5 7JR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104113",
"name": "Arup International Projects Limited",
"identifier": {
"legalName": "Arup International Projects Limited"
},
"address": {
"streetAddress": "8 Fitzroy Street,",
"locality": "London,",
"region": "UKI",
"postalCode": "W1T 4BJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited",
"identifier": {
"legalName": "Oxford Policy Management Limited"
},
"address": {
"streetAddress": "Level 3, Clarendon House, 52 Cornmarket Street,",
"locality": "Oxford",
"region": "UKJ14",
"postalCode": "OX1 3HJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited",
"identifier": {
"legalName": "Palladium International Limited"
},
"address": {
"streetAddress": "2nd Floor Turnberry House, 100 Bunhill Row,",
"locality": "London",
"region": "UKI",
"postalCode": "EC1Y 8ND",
"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-104115",
"name": "Family Health International",
"identifier": {
"legalName": "Family Health International"
},
"address": {
"streetAddress": "359 Blackwell Street, Suite 200,",
"locality": "Durham,",
"region": "US",
"postalCode": "NC 27701",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89517",
"name": "International Rescue Committee UK",
"identifier": {
"legalName": "International Rescue Committee UK"
},
"address": {
"streetAddress": "100 Wood Street",
"locality": "London",
"region": "UKI",
"postalCode": "EC2V 7AN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104116",
"name": "Options Consultancy Services Limited",
"identifier": {
"legalName": "Options Consultancy Services Limited"
},
"address": {
"streetAddress": "3rd Floor MSI Reproductive Choices Building, 1 Conway St, Fitzroy Square",
"locality": "London",
"region": "UKI",
"postalCode": "W1T 6LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104117",
"name": "World Vision UK",
"identifier": {
"legalName": "World Vision UK"
},
"address": {
"streetAddress": "World Vision House, Opal Drive, Fox Milne,",
"locality": "Milton Keynes",
"region": "UKJ12",
"postalCode": "MK15 0ZR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104118",
"name": "Concern Worldwide (UK)",
"identifier": {
"legalName": "Concern Worldwide (UK)"
},
"address": {
"streetAddress": "13/14 Calico House, Clove Hitch Quay,",
"locality": "London",
"region": "UKI",
"postalCode": "SW11 3TN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104119",
"name": "Education Development Trust",
"identifier": {
"legalName": "Education Development Trust"
},
"address": {
"streetAddress": "Highbridge House, 16-18 Duke Street,",
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 4RU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104120",
"name": "NIRAS Group (UK) Ltd",
"identifier": {
"legalName": "NIRAS Group (UK) Ltd"
},
"address": {
"streetAddress": "Kings Court Ride, Kings Ride,",
"locality": "Ascot",
"region": "UKJ11",
"postalCode": "SL5 7JR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104121",
"name": "Nathan Associates LLC",
"identifier": {
"legalName": "Nathan Associates LLC"
},
"address": {
"streetAddress": "1777 North Kent Street, Suite 1400,",
"locality": "Arlington,",
"region": "US",
"postalCode": "22209",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104122",
"name": "Tetra Tech International Development Limited",
"identifier": {
"legalName": "Tetra Tech International Development Limited"
},
"address": {
"streetAddress": "1 Northfield Road,",
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 8AH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104123",
"name": "WSP USA Solutions Inc.",
"identifier": {
"legalName": "WSP USA Solutions Inc."
},
"address": {
"streetAddress": "350 Mount Kemble Ave., Ste 200 Morristown,",
"locality": "Morristown",
"region": "US",
"postalCode": "NJ 07960",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104124",
"name": "Institute of Development Studies (IDS)",
"identifier": {
"legalName": "Institute of Development Studies (IDS)"
},
"address": {
"streetAddress": "Andrew Cohen Building at the University of Sussex, Library Road,",
"locality": "Brighton",
"region": "UKJ21",
"postalCode": "BN1 9RE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104125",
"name": "TAG International Development Limited",
"identifier": {
"legalName": "TAG International Development Limited"
},
"address": {
"streetAddress": "63-65 Petty France Ground Floor,",
"locality": "London",
"region": "UKI",
"postalCode": "SW1H 9EU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104126",
"name": "Ecorys UK Ltd",
"identifier": {
"legalName": "Ecorys UK Ltd"
},
"address": {
"streetAddress": "Albert House, Quay Place 92-93 Edward Street,",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B1 2RA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104127",
"name": "ICF Consulting Services Limited",
"identifier": {
"legalName": "ICF Consulting Services Limited"
},
"address": {
"streetAddress": "Riverscape, 10 Queen St Place,",
"locality": "London,",
"region": "UKI",
"postalCode": "EC4R 1BE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104128",
"name": "Itad Ltd",
"identifier": {
"legalName": "Itad Ltd"
},
"address": {
"streetAddress": "International House Queens Road,",
"locality": "Brighton",
"region": "UKJ21",
"postalCode": "BN1 3XE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104129",
"name": "Landell Mills International Ltd",
"identifier": {
"legalName": "Landell Mills International Ltd"
},
"address": {
"streetAddress": "The Old Station House, 15a Main Street,",
"locality": "Blackrock,",
"region": "IE",
"postalCode": "A94 T8P8",
"countryName": "Ireland"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP",
"identifier": {
"legalName": "Montrose International LLP"
},
"address": {
"streetAddress": "2nd Floor, 168 Shoreditch High Street,",
"locality": "London,",
"region": "UKI",
"postalCode": "E1 6RA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104131",
"name": "Near East Foundation UK",
"identifier": {
"legalName": "Near East Foundation UK"
},
"address": {
"streetAddress": "7-14 Great Dover Street,",
"locality": "London,",
"region": "UKI",
"postalCode": "SE1 4YR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104132",
"name": "Pegasys Limited",
"identifier": {
"legalName": "Pegasys Limited"
},
"address": {
"streetAddress": "85 Great Portland Street, First Floor,",
"locality": "London,",
"region": "UKI",
"postalCode": "W1W 7LT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104133",
"name": "The Asia Foundation",
"identifier": {
"legalName": "The Asia Foundation"
},
"address": {
"streetAddress": "465 California Street, 9th Floor,",
"locality": "San Francisco,",
"region": "US",
"postalCode": "CA 94104",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104134",
"name": "Triple Line Consulting Ltd.",
"identifier": {
"legalName": "Triple Line Consulting Ltd."
},
"address": {
"streetAddress": "Tintagel House, 92 Albert Embankment,",
"locality": "London",
"region": "UKI",
"postalCode": "SE17TY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104135",
"name": "Voluntary Service Overseas",
"identifier": {
"legalName": "Voluntary Service Overseas"
},
"address": {
"streetAddress": "100 London Road,",
"locality": "Kingston-Upon-Thames",
"region": "UKI63",
"postalCode": "KT2 6QJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104136",
"name": "CARE International UK",
"identifier": {
"legalName": "CARE International UK"
},
"address": {
"streetAddress": "C/o Ashurst LLP, London Fruit & Wool Exchange, 1 Duval Square,",
"locality": "London",
"region": "UKI",
"postalCode": "E1 6PW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104137",
"name": "CDAC Network Limited",
"identifier": {
"legalName": "CDAC Network Limited"
},
"address": {
"streetAddress": "Sayer Vincent-Invicta House, 108-114 Golden Lane,",
"locality": "London,",
"region": "UKI",
"postalCode": "EC1Y 0TL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104138",
"name": "Mannion Daniels Limited",
"identifier": {
"legalName": "Mannion Daniels Limited"
},
"address": {
"streetAddress": "Lynton House, 7-12 Tavistock Square,",
"locality": "London,",
"region": "UKI",
"postalCode": "WC1H 9BQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104139",
"name": "Clovek v tisni, o.p.s. (People in Need)",
"identifier": {
"legalName": "Clovek v tisni, o.p.s. (People in Need)"
},
"address": {
"streetAddress": "Safarikova 635/34 Prague 2,",
"locality": "Prague",
"region": "CZ0",
"postalCode": "120 00",
"countryName": "Czechia"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104140",
"name": "Social Development Direct Ltd",
"identifier": {
"legalName": "Social Development Direct Ltd"
},
"address": {
"streetAddress": "24 Old Burlington Street,",
"locality": "London,",
"region": "UKI",
"postalCode": "W1S 3AW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104141",
"name": "The British Council",
"identifier": {
"legalName": "The British Council"
},
"address": {
"streetAddress": "1 Redman Place, Stratford,",
"locality": "London",
"region": "UKI",
"postalCode": "E20 1JQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104142",
"name": "WEglobal Danismanlik Anonim Sirketi",
"identifier": {
"legalName": "WEglobal Danismanlik Anonim Sirketi"
},
"address": {
"streetAddress": "Ahlatlibel Mahallesi, 1902 Sokak, No: 43 Cankaya/Ankara",
"locality": "Ankara",
"region": "TR51",
"countryName": "Turkey"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104143",
"name": "Cygnum Capital Advisory Limited",
"identifier": {
"legalName": "Cygnum Capital Advisory Limited"
},
"address": {
"streetAddress": "130 Buckingham Palace Road,",
"locality": "London",
"region": "UKI",
"postalCode": "SW1W 9S",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104144",
"name": "International Alert",
"identifier": {
"legalName": "International Alert"
},
"address": {
"streetAddress": "Offley Works, 1 Pickle Mews,",
"locality": "London",
"region": "UKI",
"postalCode": "SW9 0FJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104145",
"name": "Blumont International",
"identifier": {
"legalName": "Blumont International"
},
"address": {
"streetAddress": "1777 N. Kent Street,",
"locality": "Arlington",
"region": "US",
"postalCode": "VA 22209",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104146",
"name": "Kivu International Ltd",
"identifier": {
"legalName": "Kivu International Ltd"
},
"address": {
"streetAddress": "1A Abbey Road,",
"locality": "Oxford,",
"region": "UKJ14",
"postalCode": "OX2 0AD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104147",
"name": "Peaceful Change Initiative",
"identifier": {
"legalName": "Peaceful Change Initiative"
},
"address": {
"streetAddress": "25b Lloyd Baker Street,",
"locality": "London,",
"region": "UKI",
"postalCode": "WC1X 9AT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104148",
"name": "Policy and Management Consulting Group",
"identifier": {
"legalName": "Policy and Management Consulting Group"
},
"address": {
"streetAddress": "#35 Orbeliani Street 0105,",
"locality": "Tbilisi,",
"region": "GE",
"countryName": "Georgia"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-104149",
"name": "Search for Common Ground",
"identifier": {
"legalName": "Search for Common Ground"
},
"address": {
"streetAddress": "Rue Belliard 205,",
"locality": "Bruxelles",
"region": "BE",
"postalCode": "1040",
"countryName": "Belgium"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-104150",
"name": "Transparency International UK",
"identifier": {
"legalName": "Transparency International UK"
},
"address": {
"streetAddress": "10 Queen Street Place,",
"locality": "London,",
"region": "UKI",
"postalCode": "EC4R 1AG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-6101",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en",
"awards": [
{
"id": "003389-2024-ecm_5750, 5763, 5764, 5765, 5767, 5768, 5769, 5770, 5771, 5772, 5773, 5774, 5775, 5776, 5777-1",
"relatedLots": [
"1"
],
"title": "Climate and Nature >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited"
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-104108",
"name": "Christian Aid"
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc."
},
{
"id": "GB-FTS-82985",
"name": "Crown Agents Limited"
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104110",
"name": "DT Global International Development UK Ltd"
},
{
"id": "GB-FTS-104111",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-104112",
"name": "NIRAS Group (UK) Ltd"
},
{
"id": "GB-FTS-104113",
"name": "Arup International Projects Limited"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
}
]
},
{
"id": "003389-2024-ecm_5778, 5779, 5780, 5781, 5782, 5783, 5784, 5785, 5786, 5787, 5788, 5789, 5790-2",
"relatedLots": [
"2"
],
"title": "Health and Humanitarian >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited"
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-82985",
"name": "Crown Agents Limited"
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104115",
"name": "Family Health International"
},
{
"id": "GB-FTS-89517",
"name": "International Rescue Committee UK"
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-104116",
"name": "Options Consultancy Services Limited"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-104117",
"name": "World Vision UK"
}
]
},
{
"id": "003389-2024-ecm_5791, 5792, 5793, 5794, 5795, 5796, 5797, 5798, 5799, 5800, 5801, 5802, 5803, 5804, 5805-3",
"relatedLots": [
"3"
],
"title": "Education, Gender and Social Inclusion >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited"
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-104118",
"name": "Concern Worldwide (UK)"
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc."
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104119",
"name": "Education Development Trust"
},
{
"id": "GB-FTS-104115",
"name": "Family Health International"
},
{
"id": "GB-FTS-89517",
"name": "International Rescue Committee UK"
},
{
"id": "GB-FTS-104111",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-104120",
"name": "NIRAS Group (UK) Ltd"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
}
]
},
{
"id": "003389-2024-ecm_5806, 5807, 5808, 5809, 5810, 5811, 5812, 5813, 5814, 5815, 5816, 5817, 5818, 5821, 5822-4",
"relatedLots": [
"4"
],
"title": "Economic Development and Trade >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited"
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc."
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104110",
"name": "DT Global International Development UK Ltd"
},
{
"id": "GB-FTS-104111",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-104121",
"name": "Nathan Associates LLC"
},
{
"id": "GB-FTS-104120",
"name": "NIRAS Group (UK) Ltd"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-104122",
"name": "Tetra Tech International Development Limited"
},
{
"id": "GB-FTS-104123",
"name": "WSP USA Solutions Inc."
}
]
},
{
"id": "003389-2024-ecm_5823, 5824, 5825, 5826, 5827, 5828, 5829, 5830, 5831, 5832-5",
"relatedLots": [
"5"
],
"title": "Finance and Investment >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104111",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-45757",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-104121",
"name": "Nathan Associates LLC"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-104122",
"name": "Tetra Tech International Development Limited"
}
]
},
{
"id": "003389-2024-ecm_5833, 5834, 5835, 5836, 5837, 5838, 5839, 5840, 5841-6",
"relatedLots": [
"6"
],
"title": "Research >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc."
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104110",
"name": "DT Global International Development UK Ltd"
},
{
"id": "GB-FTS-104120",
"name": "NIRAS Group (UK) Ltd"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-104122",
"name": "Tetra Tech International Development Limited"
},
{
"id": "GB-FTS-104124",
"name": "Institute of Development Studies (IDS)"
}
]
},
{
"id": "003389-2024-ecm_5842, 5843, 5844, 5845, 5846, 5847, 5848, 5849, 5850, 5851, 5852, 5853, 5855, 5856, 5857-7",
"relatedLots": [
"7"
],
"title": "Governance and Conflict >PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104101",
"name": "Abt Britain Limited"
},
{
"id": "GB-FTS-104102",
"name": "Adam Smith International Limited"
},
{
"id": "GB-FTS-104125",
"name": "TAG International Development Limited"
},
{
"id": "GB-FTS-104103",
"name": "Chemonics Group UK Limited"
},
{
"id": "GB-FTS-104108",
"name": "Christian Aid"
},
{
"id": "GB-FTS-104109",
"name": "Cowater International Inc."
},
{
"id": "GB-FTS-82985",
"name": "Crown Agents Limited"
},
{
"id": "GB-FTS-82986",
"name": "DAI Global UK Ltd"
},
{
"id": "GB-FTS-104110",
"name": "DT Global International Development UK Ltd"
},
{
"id": "GB-FTS-104115",
"name": "Family Health International"
},
{
"id": "GB-FTS-104120",
"name": "NIRAS Group (UK) Ltd"
},
{
"id": "GB-FTS-76167",
"name": "Oxford Policy Management Limited"
},
{
"id": "GB-FTS-104114",
"name": "Palladium International Limited"
},
{
"id": "GB-FTS-20807",
"name": "PricewaterhouseCoopers LLP"
},
{
"id": "GB-FTS-104122",
"name": "Tetra Tech International Development Limited"
}
]
},
{
"id": "003389-2024-ecm_5860, 5861, 5862, 5863, 5864, 5865, 5866, 5867, 5868, 5869, 5870, 5871-8",
"relatedLots": [
"8"
],
"title": "Climate and Nature <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd."
},
{
"id": "GB-FTS-104126",
"name": "Ecorys UK Ltd"
},
{
"id": "GB-FTS-104127",
"name": "ICF Consulting Services Limited"
},
{
"id": "GB-FTS-104106",
"name": "Integrity Global"
},
{
"id": "GB-FTS-104128",
"name": "Itad Ltd"
},
{
"id": "GB-FTS-104129",
"name": "Landell Mills International Ltd"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104131",
"name": "Near East Foundation UK"
},
{
"id": "GB-FTS-104132",
"name": "Pegasys Limited"
},
{
"id": "GB-FTS-104133",
"name": "The Asia Foundation"
},
{
"id": "GB-FTS-104134",
"name": "Triple Line Consulting Ltd."
},
{
"id": "GB-FTS-104135",
"name": "Voluntary Service Overseas"
}
]
},
{
"id": "003389-2024-ecm_5872, 5873, 5874, 5875, 5876, 5877, 5878-9",
"relatedLots": [
"9"
],
"title": "Health and Humanitarian <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd."
},
{
"id": "GB-FTS-104136",
"name": "CARE International UK"
},
{
"id": "GB-FTS-104137",
"name": "CDAC Network Limited"
},
{
"id": "GB-FTS-104106",
"name": "Integrity Global"
},
{
"id": "GB-FTS-104138",
"name": "Mannion Daniels Limited"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104134",
"name": "Triple Line Consulting Ltd."
}
]
},
{
"id": "003389-2024-ecm_5879, 5880, 5881, 5882, 5883, 5884, 5885, 5886, 5887, 5888, 5889-10",
"relatedLots": [
"10"
],
"title": "Education, Gender and Social Inclusion <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd."
},
{
"id": "GB-FTS-104136",
"name": "CARE International UK"
},
{
"id": "GB-FTS-104139",
"name": "Clovek v tisni, o.p.s. (People in Need)"
},
{
"id": "GB-FTS-104127",
"name": "ICF Consulting Services Limited"
},
{
"id": "GB-FTS-104138",
"name": "Mannion Daniels Limited"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104140",
"name": "Social Development Direct Ltd"
},
{
"id": "GB-FTS-104141",
"name": "The British Council"
},
{
"id": "GB-FTS-104134",
"name": "Triple Line Consulting Ltd."
},
{
"id": "GB-FTS-104135",
"name": "Voluntary Service Overseas"
},
{
"id": "GB-FTS-104142",
"name": "WEglobal Danismanlik Anonim Sirketi"
}
]
},
{
"id": "003389-2024-ecm_5890, 5891, 5892, 5893, 5894, 5895, 5896-11",
"relatedLots": [
"11"
],
"title": "Economic Development and Trade <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd."
},
{
"id": "GB-FTS-104126",
"name": "Ecorys UK Ltd"
},
{
"id": "GB-FTS-104127",
"name": "ICF Consulting Services Limited"
},
{
"id": "GB-FTS-104129",
"name": "Landell Mills International Ltd"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104131",
"name": "Near East Foundation UK"
},
{
"id": "GB-FTS-104132",
"name": "Pegasys Limited"
}
]
},
{
"id": "003389-2024-ecm_5897, 5898, 5899-12",
"relatedLots": [
"12"
],
"title": "Finance and Investment <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104105",
"name": "BDO LLP"
},
{
"id": "GB-FTS-104143",
"name": "Cygnum Capital Advisory Limited"
},
{
"id": "GB-FTS-104132",
"name": "Pegasys Limited"
}
]
},
{
"id": "003389-2024-ecm_5900, 5901, 5902, 5903-13",
"relatedLots": [
"13"
],
"title": "Research <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104106",
"name": "Integrity Global"
},
{
"id": "GB-FTS-104144",
"name": "International Alert"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104132",
"name": "Pegasys Limited"
}
]
},
{
"id": "003389-2024-ecm_5904, 5905, 5906, 5907, 5908, 5909, 5910, 5911, 5912, 5913, 5914, 5915, 5916, 5917, 5918-14",
"relatedLots": [
"14"
],
"title": "Governance and Conflict <PS7m",
"status": "active",
"hasSubcontracting": true,
"suppliers": [
{
"id": "GB-FTS-104107",
"name": "Albany Associates International Limited"
},
{
"id": "GB-FTS-104104",
"name": "Alinea International Ltd."
},
{
"id": "GB-FTS-104105",
"name": "BDO LLP"
},
{
"id": "GB-FTS-104145",
"name": "Blumont International"
},
{
"id": "GB-FTS-104136",
"name": "CARE International UK"
},
{
"id": "GB-FTS-104126",
"name": "Ecorys UK Ltd"
},
{
"id": "GB-FTS-104144",
"name": "International Alert"
},
{
"id": "GB-FTS-104128",
"name": "Itad Ltd"
},
{
"id": "GB-FTS-104146",
"name": "Kivu International Ltd"
},
{
"id": "GB-FTS-104130",
"name": "Montrose International LLP"
},
{
"id": "GB-FTS-104147",
"name": "Peaceful Change Initiative"
},
{
"id": "GB-FTS-104148",
"name": "Policy and Management Consulting Group"
},
{
"id": "GB-FTS-104149",
"name": "Search for Common Ground"
},
{
"id": "GB-FTS-104141",
"name": "The British Council"
},
{
"id": "GB-FTS-104150",
"name": "Transparency International UK"
}
]
}
],
"contracts": [
{
"id": "003389-2024-ecm_5750, 5763, 5764, 5765, 5767, 5768, 5769, 5770, 5771, 5772, 5773, 5774, 5775, 5776, 5777-1",
"awardID": "003389-2024-ecm_5750, 5763, 5764, 5765, 5767, 5768, 5769, 5770, 5771, 5772, 5773, 5774, 5775, 5776, 5777-1",
"title": "Climate and Nature >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5778, 5779, 5780, 5781, 5782, 5783, 5784, 5785, 5786, 5787, 5788, 5789, 5790-2",
"awardID": "003389-2024-ecm_5778, 5779, 5780, 5781, 5782, 5783, 5784, 5785, 5786, 5787, 5788, 5789, 5790-2",
"title": "Health and Humanitarian >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5791, 5792, 5793, 5794, 5795, 5796, 5797, 5798, 5799, 5800, 5801, 5802, 5803, 5804, 5805-3",
"awardID": "003389-2024-ecm_5791, 5792, 5793, 5794, 5795, 5796, 5797, 5798, 5799, 5800, 5801, 5802, 5803, 5804, 5805-3",
"title": "Education, Gender and Social Inclusion >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5806, 5807, 5808, 5809, 5810, 5811, 5812, 5813, 5814, 5815, 5816, 5817, 5818, 5821, 5822-4",
"awardID": "003389-2024-ecm_5806, 5807, 5808, 5809, 5810, 5811, 5812, 5813, 5814, 5815, 5816, 5817, 5818, 5821, 5822-4",
"title": "Economic Development and Trade >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5823, 5824, 5825, 5826, 5827, 5828, 5829, 5830, 5831, 5832-5",
"awardID": "003389-2024-ecm_5823, 5824, 5825, 5826, 5827, 5828, 5829, 5830, 5831, 5832-5",
"title": "Finance and Investment >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5833, 5834, 5835, 5836, 5837, 5838, 5839, 5840, 5841-6",
"awardID": "003389-2024-ecm_5833, 5834, 5835, 5836, 5837, 5838, 5839, 5840, 5841-6",
"title": "Research >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5842, 5843, 5844, 5845, 5846, 5847, 5848, 5849, 5850, 5851, 5852, 5853, 5855, 5856, 5857-7",
"awardID": "003389-2024-ecm_5842, 5843, 5844, 5845, 5846, 5847, 5848, 5849, 5850, 5851, 5852, 5853, 5855, 5856, 5857-7",
"title": "Governance and Conflict >PS7m",
"status": "active",
"value": {
"amount": 300000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5860, 5861, 5862, 5863, 5864, 5865, 5866, 5867, 5868, 5869, 5870, 5871-8",
"awardID": "003389-2024-ecm_5860, 5861, 5862, 5863, 5864, 5865, 5866, 5867, 5868, 5869, 5870, 5871-8",
"title": "Climate and Nature <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5872, 5873, 5874, 5875, 5876, 5877, 5878-9",
"awardID": "003389-2024-ecm_5872, 5873, 5874, 5875, 5876, 5877, 5878-9",
"title": "Health and Humanitarian <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5879, 5880, 5881, 5882, 5883, 5884, 5885, 5886, 5887, 5888, 5889-10",
"awardID": "003389-2024-ecm_5879, 5880, 5881, 5882, 5883, 5884, 5885, 5886, 5887, 5888, 5889-10",
"title": "Education, Gender and Social Inclusion <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5890, 5891, 5892, 5893, 5894, 5895, 5896-11",
"awardID": "003389-2024-ecm_5890, 5891, 5892, 5893, 5894, 5895, 5896-11",
"title": "Economic Development and Trade <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5897, 5898, 5899-12",
"awardID": "003389-2024-ecm_5897, 5898, 5899-12",
"title": "Finance and Investment <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5900, 5901, 5902, 5903-13",
"awardID": "003389-2024-ecm_5900, 5901, 5902, 5903-13",
"title": "Research <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
},
{
"id": "003389-2024-ecm_5904, 5905, 5906, 5907, 5908, 5909, 5910, 5911, 5912, 5913, 5914, 5915, 5916, 5917, 5918-14",
"awardID": "003389-2024-ecm_5904, 5905, 5906, 5907, 5908, 5909, 5910, 5911, 5912, 5913, 5914, 5915, 5916, 5917, 5918-14",
"title": "Governance and Conflict <PS7m",
"status": "active",
"value": {
"amount": 125000000,
"currency": "GBP"
},
"dateSigned": "2023-12-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 17
},
{
"id": "4",
"measure": "bids",
"relatedLot": "2",
"value": 13
},
{
"id": "7",
"measure": "bids",
"relatedLot": "3",
"value": 18
},
{
"id": "10",
"measure": "bids",
"relatedLot": "4",
"value": 16
},
{
"id": "13",
"measure": "bids",
"relatedLot": "5",
"value": 10
},
{
"id": "16",
"measure": "bids",
"relatedLot": "6",
"value": 9
},
{
"id": "19",
"measure": "bids",
"relatedLot": "7",
"value": 16
},
{
"id": "22",
"measure": "bids",
"relatedLot": "8",
"value": 19
},
{
"id": "25",
"measure": "bids",
"relatedLot": "9",
"value": 9
},
{
"id": "28",
"measure": "bids",
"relatedLot": "10",
"value": 13
},
{
"id": "31",
"measure": "bids",
"relatedLot": "11",
"value": 11
},
{
"id": "34",
"measure": "bids",
"relatedLot": "12",
"value": 5
},
{
"id": "37",
"measure": "bids",
"relatedLot": "13",
"value": 11
},
{
"id": "40",
"measure": "bids",
"relatedLot": "14",
"value": 19
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "3",
"value": 2
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "14",
"measure": "smeBids",
"relatedLot": "5",
"value": 1
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "6",
"value": 1
},
{
"id": "20",
"measure": "smeBids",
"relatedLot": "7",
"value": 2
},
{
"id": "23",
"measure": "smeBids",
"relatedLot": "8",
"value": 12
},
{
"id": "26",
"measure": "smeBids",
"relatedLot": "9",
"value": 8
},
{
"id": "29",
"measure": "smeBids",
"relatedLot": "10",
"value": 7
},
{
"id": "32",
"measure": "smeBids",
"relatedLot": "11",
"value": 7
},
{
"id": "35",
"measure": "smeBids",
"relatedLot": "12",
"value": 4
},
{
"id": "38",
"measure": "smeBids",
"relatedLot": "13",
"value": 7
},
{
"id": "41",
"measure": "smeBids",
"relatedLot": "14",
"value": 13
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 17
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "2",
"value": 13
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "3",
"value": 18
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "4",
"value": 16
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "5",
"value": 10
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "6",
"value": 9
},
{
"id": "21",
"measure": "electronicBids",
"relatedLot": "7",
"value": 16
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "8",
"value": 19
},
{
"id": "27",
"measure": "electronicBids",
"relatedLot": "9",
"value": 9
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "10",
"value": 13
},
{
"id": "33",
"measure": "electronicBids",
"relatedLot": "11",
"value": 11
},
{
"id": "36",
"measure": "electronicBids",
"relatedLot": "12",
"value": 5
},
{
"id": "39",
"measure": "electronicBids",
"relatedLot": "13",
"value": 11
},
{
"id": "42",
"measure": "electronicBids",
"relatedLot": "14",
"value": 19
}
]
}
}