Tender

MOBILIST Financial Consultancy Services ITT_7952

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 3 releases in its history.

Tender

19 Mar 2026 at 18:31

Planning

04 Dec 2025 at 14:10

Planning

04 Dec 2025 at 12:20

Summary of the contracting process

The Foreign, Commonwealth and Development Office (FCDO) is actively seeking to procure financial consultancy services to support its Mobilising Institutional Capital through Listed Products (MOBILIST) programme, which focuses on investment solutions aligned with the Global Goals for Sustainable Development and climate transition efforts. Located in London, the FCDO is a central government public authority. The procurement is currently at the tender stage, with key dates including the enquiry period ending on 16 April 2026 and the tender period concluding on 23 April 2026. The subsequent award process is expected to wrap up by 12 June 2026. The total contract value is £750,000 (exclusive of VAT), and the procurement follows an open procedure method, focusing on services related to foreign economic-aid. Interested parties can submit enquiries and tenders electronically in English via the designated submission platform.

This tender presents significant opportunities for businesses with expertise in financial consultancy, market intelligence, investment assessments, and portfolio monitoring. As the FCDO's programme underlines the importance of climate transition, ESG (Environmental, Social, and Governance) oriented firms, as well as those experienced in emerging markets and sustainable investment strategies, are particularly well-suited to compete for this contract. Moreover, the potential for a contract extension further amplifies the opportunity for long-term collaboration and business growth. It holds attractiveness for SMEs and organisations willing to navigate the complex financial consultancy landscape while also contributing to global sustainable development goals. The procurement process adheres to stringent FCA authorisation, ensuring compliance with financial regulations, which underscores the need for well-qualified financial experts to participate.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

MOBILIST Financial Consultancy Services ITT_7952

Notice Description

The Foreign, Commonwealth & Development Office (FCDO) is seeking to aquire financial consultancy services to support the UK government's flagship Mobilising Instituational Capital through Listed Products (MOBILIST) programme. This initiaive aims to develop investment solutions that contribute to achieving the Global Goals for Sustainable Development and advancing climate transition. The contract will have a duration of 24 months, with an additional 12 month extension option based on supplier performace and need. The total contract value is PS750,000 (ExVat) which includes a PS500,000 (ExVAT) finanacial limit and PS250,000 (ExVAT) financial uplift option. The selected supplier will be expected to deliver market intelligence, investment expertise (such as exit readiness analysis, valuation services, and investment pack reviews), and ongoing portfolio monitoring (including broker research, regulatory updates, and performance reporting).

Lot Information

Lot 1

Renewal: 12 Months time extension subject to satisfactory performance and programme need. Scale up option PS250,000 (ExVat)

Planning Information

An online Early Market Enagement session is scheduled for Thursday 8th January 10:00 - 11:30 GMT Register here: https://forms.office.com/pages/responsepage.aspx?id=09Ci08h8Uk-7-YW9Q9lCecrVSZRgRcpDtJxVU1ZowUdUNlVNR0ZXWVFIR0RIWlo0WTNHUjY1V0ZPUSQlQCNjPTEu&route=shorturl

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05eeb4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025503-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

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
£750,000 £500K-£1M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
23 Apr 2026Expired
Future Notice Date
14 Jan 2026Expired
Award Date
Not specified
Contract Period
18 Jun 2026 - 18 Jun 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-05eeb4-2026-03-19T18:31:03Z",
    "date": "2026-03-19T18:31:03Z",
    "ocid": "ocds-h6vhtk-05eeb4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXRR-8771-PHVX",
            "name": "Foreign, Commonwealth and Development Office",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXRR-8771-PHVX"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "postalCode": "SW1A 2AH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Regan Hughes",
                "email": "regan.hughes@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXRR-8771-PHVX",
        "name": "Foreign, Commonwealth and Development Office"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "An online Early Market Enagement session is scheduled for Thursday 8th January 10:00 - 11:30 GMT Register here: https://forms.office.com/pages/responsepage.aspx?id=09Ci08h8Uk-7-YW9Q9lCecrVSZRgRcpDtJxVU1ZowUdUNlVNR0ZXWVFIR0RIWlo0WTNHUjY1V0ZPUSQlQCNjPTEu&route=shorturl",
                "dueDate": "2026-01-08T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "079704-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079704-2025",
                "datePublished": "2025-12-04T12:20:09Z",
                "format": "text/html"
            },
            {
                "id": "079778-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/079778-2025",
                "datePublished": "2025-12-04T14:10:11Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "MOBILIST Financial Consultancy Services ITT_7592",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "MOBILIST Financial Consultancy Services ITT_7952",
        "description": "The Foreign, Commonwealth & Development Office (FCDO) is seeking to aquire financial consultancy services to support the UK government's flagship Mobilising Instituational Capital through Listed Products (MOBILIST) programme. This initiaive aims to develop investment solutions that contribute to achieving the Global Goals for Sustainable Development and advancing climate transition. The contract will have a duration of 24 months, with an additional 12 month extension option based on supplier performace and need. The total contract value is PS750,000 (ExVat) which includes a PS500,000 (ExVAT) finanacial limit and PS250,000 (ExVAT) financial uplift option. The selected supplier will be expected to deliver market intelligence, investment expertise (such as exit readiness analysis, valuation services, and investment pack reviews), and ongoing portfolio monitoring (including broker research, regulatory updates, and performance reporting).",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 900000,
            "amount": 750000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-19T00:00:00+01:00",
                    "endDate": "2028-06-18T23:59:59+01:00",
                    "maxExtentDate": "2029-06-18T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 900000,
                    "amount": 750000,
                    "currency": "GBP"
                },
                "renewal": {
                    "description": "12 Months time extension subject to satisfactory performance and programme need. Scale up option PS250,000 (ExVat)"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "T1 Project Understanding & Methodology",
                            "description": "The Potential Supplier must demonstrate a clear, contract specific understanding of MOBILIST's objectives and requirements and provide a practical, workable, forward-looking plan for delivering both Service Line 1 and Service Line 2. Evaluation will focus on how bidders: Understand the Requirement: Show a nuanced understanding of MOBILIST's objectives, portfolio characteristics, reporting needs, and the role of financial, mobilisation, impact, and risk metrics in decision making. Explain How They Will Deliver the Work: Provide a concrete, step-by-step methodology describing how services will be delivered for this contract -- not generic approaches. Show Operational Detail: Describe the tools, workflows, analytical processes, data handling methods, and QA/QC systems they will use specifically for MOBILIST. Demonstrate Forward-looking Planning: Provide future focused examples showing who will do what, how responsibilities will be allocated, and how Accuracy, Timeliness, and Quality KPIs will be met. Provide a Credible Delivery Plan: Present a delivery structure tailored to MOBILIST that is feasible, coherent, and clearly aligned to the programme's requirements and outputs.",
                            "numbers": [
                                {
                                    "number": 12,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality of Proposed Quarterly Report",
                            "description": "Potential Suppliers must submit a draft \"Quarterly Comprehensive Portfolio and Market Performance Report\" (D4) covering 1 July-30 September 2025. This practical test is the primary way FCDO will assess the Potential Supplier's capability. Instructions for the draft D4 The draft must: Serve as the primary strategic document for the SRO, integrating financial, mobilisation, impact, and risk/demonstration data. Focus on three MOBILIST investments and use publicly available data, with clear placeholders where data is unavailable. Demonstrate the ability to track and synthesise data, including: Portfolio financials (Annual Return, Dividends, Change in Equity, Total Return) Private capital mobilisation (PCM, mobilisation ratios) Impact indicators (GHG emissions avoided, renewable energy capacity, jobs created, customers reached) Risk & governance metrics (BII Development Impact Score, Transaction Demonstration Effects Score, etc) Evaluation sub criteria and weights Comprehensiveness & Accuracy (30%): Assessment of how well the draft covers all required metrics, uses appropriate definitions and methods, and transparently documents assumptions and placeholders. Quality of Analysis & Insight (40%): Assessment of whether the draft provides meaningful insight, not transcription, including clear sections such as Key Insights, SRO Briefing, Strategic Implications, and shows a structured approach to analytical rigour and internal QA/QC. Clarity, Structure & Usability (30%): Assessment of how clearly the draft is organised, how effectively complex data is visualised and summarised, and how well the report supports rapid decision making by governance bodies. Overall expectation The Potential Supplier must show a forward-looking, repeatable approach to producing high-quality quarterly reports that integrate multiple data pillars, are decision ready, and consistently meet Accuracy",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Dashboard Design & Implementation Capability",
                            "description": "The Potential Supplier must present a clear, contract specific plan to design, build, deploy, maintain, and hand over the Portfolio Management Dashboard (D2) during the Inception Phase. Evaluation will focus on how the Potential Supplier will: Technical Architecture: Deliver a robust, scalable design with reliable data integration, automation, and interoperability. Functionality: Present financial, mobilisation, impact, and risk/demonstration metrics with daily updates in a clear, usable interface. Security & Compliance: Ensure alignment with FCDO security standards, GDPR, access controls, and auditability. Delivery Approach: Set out how the dashboard will be built, tested, quality assured, and handed over, including roles, workflows, and update processes. Expectation: The approach must show how the dashboard will consistently meet Accuracy, Timeliness, and Quality KPIs throughout delivery and operation.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Delivery Capability & Risk Management",
                            "description": "The Potential Supplier must set out a clear, forward-looking plan showing how they will manage delivery, governance, and risk throughout the contract. Evaluation will focus on: Delivery Approach: How the Potential Supplier will organise people, processes, and internal controls to ensure timely, accurate, high-quality delivery of all Service Line 1 and Service Line 2 outputs. Risk Management: How risks will be identified, monitored, escalated, and mitigated in real time, covering delivery, operational, data, and external risks. Governance & Oversight: How decision making, QA procedures, and performance monitoring will operate during implementation to meet KPI standards. Value for Money: How the Potential Supplier's delivery model will ensure efficiency, consistency, and disciplined use of resources across the contract. (NO PRICING TO BE INCLUDED)",
                            "numbers": [
                                {
                                    "number": 8,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "MAC2.2: Employment",
                            "description": "Demonstrate how, I delivery of this contract, you will create employment and training opportunities particularly for those who face barriers to employment and/or who are located in deprived areas, and for people in industries with known skills shortages or in high growth sectors. Activities that demonstrate and describe the tenderer's existing or planned: * Understanding of employment and skills issues, and of the skills and employment shortages of high growth sectors relating to the contract. Illustrative examples: demographics, skills shortages, new opportunities in high growth sectors, groups under-represented in the workforce (e.g. prison leavers, disabled people), geographic/local community and skills/employment challenges. * Implementation of recruitment practices and employment conditions, such as the five foundational principles of quality work set out in the Good Work Plan (e.g. fair pay, participation and progression, voice and autonomy), in relation to the contract that will attract good candidates from all backgrounds, minimise turnover of staff and improve productivity. * Creation of employment opportunities particularly for those who face barriers to employment, such as prison leavers, and/or who are located in deprived areas, and for people in industries with known skills shortages or in high growth sectors. * Promotion of awareness of careers and recruitment opportunities relating to known skills shortages or in high growth sectors relating to the subject matter of the contract. * Support for the contract workforce by providing career advice, and providing opportunities for staff working on the contract with in-work progression career development into known skills shortages or high growth areas. Illustrative examples: mentoring; mock interviews; CV advice and careers guidance; learning and development; volunteering; influencing staff, suppliers, customers and communities through the delivery of the contract to support employment and skills opportunities in high growth sectors. * Offer of opportunities for work experience or similar activities under the contract. Illustrative examples: work placements, pre-employment courses, paid/unpaid student placements, or paid internships of 6 weeks or more. * Support for educational attainment relevant to the contract, including training schemes that address skills gaps and result in recognised qualifications. * Delivery of training schemes and programmes to address any identified skills gaps and under-representation in the workforce for the contract (e.g. prison leavers, disabled people). * Other activities to support relevant sector related skills growth and sustainability such as delivering the following, in relation to the contract. Illustrative examples: careers talks, curriculum support, literacy support and safety talks. * Delivery of apprenticeships, traineeships and T Level industry placement opportunities (Level 2, 3, and 4+) in relation to the contract. * Measures to ensure equality and accessibility, without discrimination, to employment and workforce related opportunities on the contract, and promote them to be fully",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Total Cost Fixed-Price Element",
                            "description": "comparison to other tenderers Example calculation: (Lowest Total Fixed Price Cost / Your Total Fixed Price Cost Cost)* Maximum Score Achievable (60)",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Fee Rate Card",
                            "description": "Competitiveness of fee rates in the Rate Card in direct comparison to all other tenderers Example calculation: (lowest Complaint Rate / Bidders Rate) x Maximum score achievable (60) Sub weightings: Programme Leadership - 10 % (max score - 6) Technical Expert - 50% (max score - 30) Programme management - 35% (max score - 21) Programme Support & Admin- 5% (max score - 3)",
                            "numbers": [
                                {
                                    "number": 15,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must demonstrate that they have the legal capacity to perform regulated financial consultancy and advisory activities under this contract. Given the nature of the requirement, providing specialist financial analysis, investment related assessments, valuation services, and market intelligence in support of FCDO'S MOBILIST activities, suppliers must hold Financial Conduct Authority (FCA) authorisation under the UK regulatory framework or an equivalent regulatory licence issued by a competent recognised authority in the bidder's home jurisdiction. This ensures suppliers are legally permitted to undertake financial analysis and associated activities in a manner compliant with applicable financial regulations. Bidders will be required to evidence their authorisation status as part of the Procurement Specific Questionnaire (PSQ). Assessment will include verification of: Current FCA registration number (if UK based); or Equivalent financial regulatory licence issued by an overseas authority (for non-UK suppliers) Confirmation that the authorisation covers the types of analytical, advisory, or investment related services anticipated under this contract. This requirement will be assessed on a Pass/Fail basis. Failure to provide evidence of valid authorisation (or equivalent legal capacity) will result in the bid being deemed non-compliant and therefore excluded from further evaluation. Submission of a Tender that has been deemed compliant by FCDO in accordance with these Instructions and the FCDO Tender Compliance Checklist (below). To be deemed compliant, Potential Suppliers MUST answer each applicable question in line with the guidance. An assessment of the Potential Suppliers financial standing that is: Metric 1 - Turnover Ratio = Expected Annual Contract Value /Bidder Annual Revenue For this contract: Turnover Ratio = Bidder Annual Revenue/PS500,000 Benchmark Thresholds Low risk turnover ratio = 2.0x (Annual Revenue required >PS1,000,000) and where financial capacity (via analysis of the financial evidence) is not in question*. Decreasing risk turnover ratio = >1.5x (Annual Revenue required > PS750,000 and where financial capacity (via analysis of the financial evidence) is not in question*. Medium risk turnover ratio = 1.5x (Annual Revenue required PS750,00) and where financial capacity (via analysis of the financial evidence) is not in question*. Increasing risk turnover ratio = <1.5x (Annual Revenue required <PS750,000) and where financial capacity (via analysis of the financial evidence) is not in question High risk turnover ratio = <1.0x (Annual Revenue required PS<PS500,00) and where financial capacity (via analysis of the financial evidence) is not in question*. Analysis of financial evidence may include, but is not limited to, profitability, liquidity, stock and debtors, current assets, equity base, current funding, and debt dependency. Where a Potential Supplier is assessed as Medium Risk or higher FCDO may request a guarantee from the Potential Supplier. If the Potential Supplier does not agree to provide a guarantee in a form acceptable to FCDO in the event, they are successful FCDO may reject the Potential Supplier's Response, and the Potential Supplier will not continue further in this Procurement Process"
                        },
                        {
                            "type": "technical",
                            "description": "Demonstrate your organisation's experience in monitoring and assessing financial, market, and strategic risk for investment portfolios, including emerging-market risks. The response should demonstrate: Experience successfully monitoring macro risks, market shocks, geopolitical events, and policy/regulatory changes. 3 Examples of integrating financial risk with strategic, development, or impact risk frameworks (desirable for alignment with MOBILIST)."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-14T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-23T14:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-16T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-12T23:59:59+01:00"
        },
        "submissionMethodDetails": "https://fcdo.bravosolution.co.uk",
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "025503-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025503-2026",
                "datePublished": "2026-03-19T18:31:03Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payments will be linked to the satisfactory completion of distinct contract phases and the acceptance of key deliverables by the FCDO SRO/PRO, Phase 1 Inception - Fixed price Miletone Payement Phase 2 Implementaion fixed price quarterly Tranches Linked to KPI based Service Credits Phase 2 Implementation Input based Tasking Orders quaterly in arraers linked to KPI based Service Credits"
        }
    },
    "language": "en"
}