Notice Information
Notice Title
Land Facility Decision Support Unit
Notice Description
The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational. Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The supplier contract will be up to 7 years, subject to break clauses and resource availability. The total initial budget and contract value for the services to be delivered under this contract is up to PS4.5m. i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up and/or 3 years extension option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
Lot Information
Land Facility Main Component
The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational. Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The supplier contract will be up to 7 years, subject to break clauses and resource availability. The total initial budget and contract value for the services to be delivered under this contract is expected to be up to PS4.5m (inclusive of all applicable taxes) (subject to change up until ITT is published). i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
Options: The contract was awarded from April 2024 - December 2030 with an initial contract up to PS4.5m (inclusive of all applicable taxes: FCDO programmes are not automatically tax exempt and therefore suppliers will be liable to pay local tax in focus countries) A further PS1.5m may become available during the initial contract period, subject to further approvals. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.
Decision Support Unit Lot 2The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF contract, initially for approx 72 months subject to review points: In month 9, at the end of the Inception Phase In March 2025 (at the end of the current Spending Review period (SR21)) In month 30 (approx. at the mid-point of the Implementation Phase) And/or At the beginning of any subsequent Spending Review periods that follow SR21 if necessary Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The total initial budget and contract value for the services to be delivered under this contract is expected to be up to PS4.5m (inclusive of all applicable taxes) (subject to change up until ITT is published). i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results; The contract will be divided into three phases: The Inception Phase: 9 months (1-9) Implementation Phase: 51 months (10-60) Exit and Closure Phase: 12 months (61-72) Potential extension phase if approved by FCDO: up to 36 months (73-108) Key characteristics and skills we are seeking in a Supplier will be detailed in the Terms of Reference (ToR). FCDO would welcome the participation of both national and international organisations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e09a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014261-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75210000 - Foreign affairs and other services
75211200 - Foreign economic-aid-related services
Notice Value(s)
- Tender Value
- £118,000,000 £100M-£1B
- Lots Value
- £118,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £54,500,000 £10M-£100M
Notice Dates
- Publication Date
- 2 May 20241 years ago
- Submission Deadline
- 30 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Apr 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Fiona Crawford
- Contact Email
- fiona.crawford@fcdo.gov.uk
- Contact Phone
- +44 2070080932
Buyer Location
- Locality
- EAST KILBRIDE
- Postcode
- G75 8EA
- Post Town
- Glasgow
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-03e09a-2024-05-02T16:49:11+01:00",
"date": "2024-05-02T16:49:11+01:00",
"ocid": "ocds-h6vhtk-03e09a",
"description": "To access the tender documents, please login or register to FCDO's eTendering Portal https://fcdo.bravosolution.co.uk. If you have any technical issues with the Portal, please call the eTendering helpdesk: +44 0203 868 2859 or use the \"Call me Back!\" functionality (recommended, especially if contacting from outside of UK). Any issues with accessing the tender documents should also be reported to fiona.crawford@fcdo.gov.uk. Any queries related to the subject of this tender must be sent via the messaging function for Lot 1 Land Facility itt_5789 and Lot 2 Decision Support Unit itt_5799",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03e09a",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Land Facility Decision Support Unit",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"description": "The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational. Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The supplier contract will be up to 7 years, subject to break clauses and resource availability. The total initial budget and contract value for the services to be delivered under this contract is up to PS4.5m. i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up and/or 3 years extension option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.",
"value": {
"amount": 118000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1,
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Land Facility Main Component",
"description": "The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF programme, initially for 7 years broadly covering the same countries in which the LF is operational. Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The supplier contract will be up to 7 years, subject to break clauses and resource availability. The total initial budget and contract value for the services to be delivered under this contract is expected to be up to PS4.5m (inclusive of all applicable taxes) (subject to change up until ITT is published). i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results.",
"value": {
"amount": 110000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "technical",
"type": "quality",
"description": "70"
},
{
"name": "commercial",
"type": "quality",
"description": "30"
},
{
"name": "comm",
"type": "cost",
"description": "30"
}
]
},
"options": {
"description": "The contract was awarded from April 2024 - December 2030 with an initial contract up to PS4.5m (inclusive of all applicable taxes: FCDO programmes are not automatically tax exempt and therefore suppliers will be liable to pay local tax in focus countries) A further PS1.5m may become available during the initial contract period, subject to further approvals. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results."
}
},
{
"id": "2",
"title": "Decision Support Unit Lot 2",
"description": "The purpose of the DSU is to support balanced and evidence-based decision-making by FCDO and the suppliers of the LF in the context of complexity and uncertainty and a changing operational context. It will support the flexible and adaptive implementation of the LF in focus countries by providing FCDO and suppliers with independent advice and a challenge function, drawing on process evaluations, local insights and ongoing research by others. The DSU will run for the duration of the LF contract, initially for approx 72 months subject to review points: In month 9, at the end of the Inception Phase In March 2025 (at the end of the current Spending Review period (SR21)) In month 30 (approx. at the mid-point of the Implementation Phase) And/or At the beginning of any subsequent Spending Review periods that follow SR21 if necessary Specific objectives of the DSU are: 1. to support evidence-based, outcome-oriented and VfM-driven decision-making by FCDO and the LF Lead Supplier throughout the inception phase and implementation; 2. to support and enhance effective programme learning and programmatic action in response to that learning; 3. to support and undertake targeted global dissemination based on a joint communications strategy. The total initial budget and contract value for the services to be delivered under this contract is expected to be up to PS4.5m (inclusive of all applicable taxes) (subject to change up until ITT is published). i. A further PS1.5m may become available during the initial contract period, subject to further approvals; ii. An additional PS2m scale up option will also be available - subject to a business case addendum should the programme have a strong impact and potential to yield better results; The contract will be divided into three phases: The Inception Phase: 9 months (1-9) Implementation Phase: 51 months (10-60) Exit and Closure Phase: 12 months (61-72) Potential extension phase if approved by FCDO: up to 36 months (73-108) Key characteristics and skills we are seeking in a Supplier will be detailed in the Terms of Reference (ToR). FCDO would welcome the participation of both national and international organisations.",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75210000",
"description": "Foreign affairs and other services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://fcdo.bravosolution.co.uk/",
"communication": {
"atypicalToolUrl": "https://fcdo.bravosolution.co.uk/"
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-08-30T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 240
}
},
"awardPeriod": {
"startDate": "2023-08-30T14:00:00+01:00"
},
"bidOpening": {
"date": "2023-08-30T14:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "The contract will be awarded for an initial term of 72 months or up to December 2030, whichever is reached first. The programme will comprise of 3 phases: The Inception Phase: 9 months (1-9) Implementation Phase: 51 months (10-60) Exit and Closure Phase: 12 months (61-72) Potential extension phase if approved by FCDO: up to 36 months (73-108)"
},
"newValue": {
"text": "The contract will run for an Initial Term of 81 months or to December 2030, whichever is sooner, depending on the contract start date. A term of 81 months assumes a start date at the beginning of April 2024 but the project could start earlier or later which will affect the overall term. The programme will comprise 3 phases: a) The Inception Phase: 9 months (1-9) b) Implementation Phase: 60 months (10-69) c) Exit and Closure Phase: 12 months (70-81) d) Potential extension phase if approved by FCDO: up to 36 months (82-117)"
},
"where": {
"section": "II.2.4",
"label": "Description"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "72 months"
},
"newValue": {
"text": "81 months"
},
"where": {
"section": "II.2.7",
"label": "Duration"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "30 August 2023"
},
"newValue": {
"text": "6 September 2023"
},
"where": {
"section": "IV2.2",
"label": "Date"
}
},
{
"oldValue": {
"text": "30 August 2023 at 2.00pm"
},
"newValue": {
"text": "6 September at 2.00pm"
},
"where": {
"section": "IV2.7",
"label": "Date"
}
},
{
"oldValue": {
"text": "72 months The contract will be divided into three phases: The Inception Phase: 9 months (1-9) Implementation Phase: 51 months (10-60) Exit and Closure Phase: 12 months (61-72) Potential extension phase if approved by FCDO: up to 36 months (73-108)"
},
"newValue": {
"text": "81 months 60. The programme will comprise 3 phases: a) The Inception Phase: 9 months (1-9) b) Implementation Phase: 60 months (10-69) c) Exit and Closure Phase: 12 months (70-81) d) Potential extension phase if approved by FCDO: up to 36 months (82-117)"
},
"where": {
"section": "II.2.4",
"label": "Description"
},
"relatedLot": "2"
},
{
"oldValue": {
"text": "72 months"
},
"newValue": {
"text": "81 months"
},
"where": {
"section": "II.2.7",
"label": "Duration"
},
"relatedLot": "2"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-21975",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "Abercrombie House",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G75 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Fiona Crawford",
"telephone": "+44 2070080932",
"email": "fiona.crawford@fcdo.gov.uk",
"url": "https://fcdo.bravosolution.co.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.gov/fcdo/",
"buyerProfile": "https://fcdo.bravosolution.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-576",
"name": "FCDO",
"identifier": {
"legalName": "FCDO"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Fiona Crawford",
"telephone": "+44 2070080932",
"email": "fiona.crawford@fcdo.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.gov/fcdo/",
"buyerProfile": "https://fcdo.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-112780",
"name": "Tetra Tech International Development Limited",
"identifier": {
"legalName": "Tetra Tech International Development Limited"
},
"address": {
"streetAddress": "1 Northfield Road, Reading",
"locality": "Berkshire",
"region": "UK",
"postalCode": "RG1 8AH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-112836",
"name": "Abt Britain Limited",
"identifier": {
"legalName": "Abt Britain Limited"
},
"address": {
"streetAddress": "207 Old Street",
"locality": "London",
"region": "UK",
"postalCode": "EC1V 9NR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-131",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en",
"awards": [
{
"id": "014249-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-112780",
"name": "Tetra Tech International Development Limited"
}
]
},
{
"id": "014261-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-112836",
"name": "Abt Britain Limited"
}
]
}
],
"contracts": [
{
"id": "014249-2024-1",
"awardID": "014249-2024-1",
"status": "active",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"dateSigned": "2024-04-22T00:00:00+01:00"
},
{
"id": "014261-2024-1",
"awardID": "014261-2024-1",
"status": "active",
"value": {
"amount": 4500000,
"currency": "GBP"
},
"dateSigned": "2024-04-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
}
]
}
}