Tender

Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

  • Contract Timeline

    Publication Date

    9th August 2024 14:48:28 PM

    Tender Deadline

    12th September 2024 13:00:00 PM   Expired

  • Contract Summary

    This is a Framework Agreement to replace and build upon the current Global Evaluation and Monitoring Agreement (GEMFA). The key objectives of the Framework Agreement are: a) To secure a pool of high-quality suppliers pre-qualified to deliver Monitoring, Evaluation and Learning services, b) To achieve improved value for money through further competition c) Development and improved management of the supplier base d) Access to niche/specialist skills and geographically specific expertise. e) Shortened timescales for Call Down process due to pre-qualification of suppliers. f) 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 (and other Government Departments) access to a range of Lead Framework Suppliers who are able to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/ or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. This includes expertise in specialist areas such as measuring influence; portfolio monitoring, evaluation and learning (PMEL); emergency monitoring, evaluation and learning (EMEL); Independent Commission for Aid Impact (ICAI) reviews, evaluation, monitoring and learning within adaptive programmes; and third-party monitoring. The Framework will be awarded for an initial three year period with the option for up to one twelve month extension. The Framework will be awarded in 8 Lots which will consist of: • Lot 1: Global High Value Contracts (above £750k in value) • Lot 2: Regional Lot – West Africa (all contract values) • Lot 3: Regional Lot – Central & Southern Africa (all contract values) • Lot 4: Regional Lot – East Africa (all contract values) • Lot 5: Regional Lot – MENA & AFPAK* (all contract values) • Lot 6: Regional Lot – Indo-Pacific (all contract values) • Lot 7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values) • Lot 8: Global Low Value Contracts (below £750k in value) * Middle East and North Africa + Afghanistan and Pakistan Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level. Lead Framework Suppliers in the Regional Lots will be offered the opportunity to bid in mini-competitions for contracts exclusively focused in their specific region. They will not participate in mini-competitions for contracts that span more than one region. They will compete alongside Lead Framework Suppliers from either one of the Global Lots (Lot 1 or Lot 8) depending on the size of the contract. Lead Framework Suppliers in the Regional Lots will only be eligible for contracts that will be delivered above £750k and compete against Lead Framework Suppliers in Global Lot 1, if they demonstrate sufficient Financial Standing and insurance coverage at SQ stage of the original Framework tender. The maximum throughput of the Framework Agreement will be £500m covering all eight lots.

  • Contract Details

    Open Contracting ID

    ocds-h6vhtk-042e02

    Publication Source

    Find a Tender Service

    Procurement Stage

    Tender

    Procurement Method

    Selective

    Procurement Method Details

    Restricted Procedure

    Procurement Category

    Services

    Tender Suitability

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    75211200

    CPV Division(s)

    75 - Administration, defence and social security services

  • Awarding Authority

    FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

    Buyer Name

    Susan Lynch

    Buyer Email

    susan.lynch@fcdo.gov.uk

    Buyer Phone

    Buyer Address

    Abercrombie House, Eaglesham Road

    East Kilbride

    G75 8EA

    United Kingdom


Planning

Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

  • Contract Timeline

    Publication Date

    17th January 2024 16:58:36 PM

  • Contract Summary

    This a Framework Agreement to replace and build upon the current Global Evaluation and Monitoring Framework Agreement (GEMFA). The key objectives of the Framework Agreement are: a) To secure a pool of high- quality suppliers pre-qualified to deliver Monitoring Evaluation and Learning services for FCDO and other Government Departments that spend ODA money b) To secure improved value for money through further competition c) Development and improved management of supplier base d) Access to niche/specialist skills e) Shortened timescales for call-down process due to pre-qualification of suppliers f) 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 areas of Monitoring Evaluation and Learning expertise. Monitoring Evaluation and Learning are needed for the purpose of accountability, to demonstrate the effectiveness and impact of programme spend to taxpayers, partners and other stakeholders. The purpose also goes beyond accountability to ensure learning from investments – identifying what works, course correction on interventions and informing future policy and investment decisions. The GEMFA2 framework will enable FCDO to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Successful Suppliers will provide Monitoring Evaluation and Learning services across a range of geographical regions and thematic areas for development and diplomacy work. The Framework Agreement will commence in December 2024 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 £500m for the initial term, with no additional throughput gained for each of the 2 extensions. Maximum number of lots that may be awarded to one tenderer: 2 (number of Lots and their name/scope may be subject to change after further Market Engagement and will be clarified in the final ITT documents)

  • Contract Details

    Open Contracting ID

    ocds-h6vhtk-042e02

    Publication Source

    Find a Tender Service

    Procurement Stage

    Planning

    Procurement Method

    N/A

    Procurement Method Details

    N/A

    Procurement Category

    Services

    Tender Suitability

    Framework / DPS

    Framework

  • Contract Classification

    CPV Code(s)

    75211200

    CPV Division(s)

    75 - Administration, defence and social security services

  • Awarding Authority

    FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

    Buyer Name

    Susan Lynch

    Buyer Email

    susan.lynch@fcdo.gov.uk

    Buyer Phone

    Buyer Address

    Abercrombie House, Eaglesham Road

    East Kilbride

    G75 8EA

    United Kingdom