Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

The Evidence Fund

  • Cyhoeddwyd gyntaf: 12 Gorffennaf 2021
  • Wedi'i addasu ddiwethaf: 12 Gorffennaf 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Foreign, Commonwealth and Development Office
ID Awudurdod:
AA79846
Dyddiad cyhoeddi:
12 Gorffennaf 2021
Dyddiad Cau:
23 Awst 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Foreign, Commonwealth and Development Office (FCDO) Research and Evidence Division (RED) is seeking to appoint a Supplier to oversee and manage The Evidence Fund. The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research Pool providers, where relevant and manage research projects implemented by sub-contracted research organizations. 19. The expected impact of the programme is evidence-informed policies, programmes and practices which contribute to positive development outcomes and poverty reduction.

There are many different types of evidence that FCDO needs to provide and use in order to ensure that its programmes and policies are effective in achieving intended development impacts and that the maximum value is returned for every pound spent. To maximise the impact and return on investments, FCDO must put this evidence base to work – translating knowledge into state-of-the-art policies and supporting FCDO country programme teams and ODA-spending HMG partners to use evidence to add value to their programmes. The Evidence Fund will support responses to a broad spectrum of evidence needs by generating operationally relevant research, analysis, evaluation and syntheses to inform policy and programming decisions., This will operate as a single coordinated, research and evidence platform to facilitate knowledge synthesis, translation and engagement with policymakers – beyond a more traditional evidence generation function. In the process, The Evidence Fund will bring together several programmes previously delivered across RED.

The mission of the Research and Evidence Division (RED) within FCDO is to develop and deliver new technologies and innovations that can help solve development challenges, test high potential interventions, and support the delivery of HMG objectives particularly in education, climate change, prosperity, global security and global influence. It delivers strong technical economic, science and analytical functions in support of strategic and operational decision-making and quality assurance. It currently has staff based in seven locations: London, East Kilbride, New Delhi, Kathmandu, Nairobi, Lagos and Pretoria. Its Regional Research Hubs provide country-specific and regionally relevant evidence and research in response to local and regional priorities including strengthening science, innovation and research systems.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination, monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The direct recipients of these services will be three Regional Research Hubs (for East Africa, South Asia, and the Middle East and North Africa), and the Evaluation Unit. Delivery of two further components under the broader Evidence Fund programme will be managed directly by FCDO’s Director of Research Team and Evidence into Action team, however the Supplier will work with these components to incorporate their work in the Supplier’s delivery of cross-programme learning

The expected overall outcome of the programme will be accessible high-quality research, evaluation and evidence products targeting policy, country-specific and regional priorities available for use by FCDO and the international development sector.

The expected outputs from the programme are:

• Production of high-quality, policy, country and regionally relevant evidence products

demanded by FCDO country programme teams in the priority regions

• High-quality, evaluation products which address key priorities

• Peer reviewed research products, such as

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Foreign, Commonwealth and Development Office

East Kilbride

G74 3AQ

UK

Person cyswllt: Elaine Collins

E-bost: elaine.collins@fcdo.gov.uk

NUTS: UKM95

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office/about/procurement

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://fcdo.proactisportal.com/Account/Login


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://fcdo.proactisportal.com/Account/Login


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: International Development

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

The Evidence Fund

Cyfeirnod: PROJ10150

II.1.2) Prif god CPV

75211200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Foreign, Commonwealth and Development Office (FCDO ) is seeking to appoint a Supplier to oversee and manage The Evidence Fund, a single coordinated, research and evidence platform that supports urgent, mid- and longer-term knowledge generation, synthesis, translation and engagement. The Evidence Fund brings together several programmes previously delivered across RED into a single coordinated platform programme.

The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research -Pool providers, and programme manage research projects implemented by sub-contracted research organisations.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination; monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO and wider-RED activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The initial duration of the programme will be 34 months with an initial budget of £35,800,000 inclusive of local government taxes, but exclusive of VAT. FCDO anticipates that the budget allocation for delivery of Core Team Portfolio Management Services does not exceed 12% (£4,296,000.00) of the initial budget. FCDO will retain options to enhance the programme budget, by up to £ 36,200,000 and extend the programme by an additional three years.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 72 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKM95

II.2.4) Disgrifiad o’r caffaeliad

The Foreign, Commonwealth and Development Office (FCDO) Research and Evidence Division (RED) is seeking to appoint a Supplier to oversee and manage The Evidence Fund. The primary responsibility of the Supplier will be to manage procurement competitions for research and evaluation projects, conduct due diligence assessments on prospective sub-contracted Research Pool providers, where relevant and manage research projects implemented by sub-contracted research organizations. 19. The expected impact of the programme is evidence-informed policies, programmes and practices which contribute to positive development outcomes and poverty reduction.

There are many different types of evidence that FCDO needs to provide and use in order to ensure that its programmes and policies are effective in achieving intended development impacts and that the maximum value is returned for every pound spent. To maximise the impact and return on investments, FCDO must put this evidence base to work – translating knowledge into state-of-the-art policies and supporting FCDO country programme teams and ODA-spending HMG partners to use evidence to add value to their programmes. The Evidence Fund will support responses to a broad spectrum of evidence needs by generating operationally relevant research, analysis, evaluation and syntheses to inform policy and programming decisions., This will operate as a single coordinated, research and evidence platform to facilitate knowledge synthesis, translation and engagement with policymakers – beyond a more traditional evidence generation function. In the process, The Evidence Fund will bring together several programmes previously delivered across RED.

The mission of the Research and Evidence Division (RED) within FCDO is to develop and deliver new technologies and innovations that can help solve development challenges, test high potential interventions, and support the delivery of HMG objectives particularly in education, climate change, prosperity, global security and global influence. It delivers strong technical economic, science and analytical functions in support of strategic and operational decision-making and quality assurance. It currently has staff based in seven locations: London, East Kilbride, New Delhi, Kathmandu, Nairobi, Lagos and Pretoria. Its Regional Research Hubs provide country-specific and regionally relevant evidence and research in response to local and regional priorities including strengthening science, innovation and research systems.

The Supplier will also have responsibility for a number of cross-cutting activities in relation to the programme, including knowledge management and dissemination, monitoring and learning, and establishing a technical assistance facility for additional administrative and programme management support to FCDO activities in East Africa, South Asia, and Middle East and North Africa (MENA) .

The direct recipients of these services will be three Regional Research Hubs (for East Africa, South Asia, and the Middle East and North Africa), and the Evaluation Unit. Delivery of two further components under the broader Evidence Fund programme will be managed directly by FCDO’s Director of Research Team and Evidence into Action team, however the Supplier will work with these components to incorporate their work in the Supplier’s delivery of cross-programme learning

The expected overall outcome of the programme will be accessible high-quality research, evaluation and evidence products targeting policy, country-specific and regional priorities available for use by FCDO and the international development sector.

The expected outputs from the programme are:

• Production of high-quality, policy, country and regionally relevant evidence products

demanded by FCDO country programme teams in the priority regions

• High-quality, evaluation products which address key priorities

• Peer reviewed research products, such as academic papers

• Well planned and executed research uptake strategies of individual research projects that

ensure that this new evidence contributes to policies and programmes in the region and

globally

The initial duration of the programme will be 34 months with an initial budget of £35,800,000 inclusive of local government taxes, but exclusive of VAT. FCDO anticipates that the budget allocation for delivery of Core Team Portfolio Management Services does not exceed 12% (£4,296,000.00) of the initial budget. FCDO will retain options to enhance the programme budget, by up to £ 36,200,000 and extend the programme by an additional three years.

The programme will begin with a 6-month Inception Phase, followed by an Implementation Phase that is expected to last 28 months. Progression to the Implementation Phase will be contingent upon the Supplier’s delivery of required Inception deliverables that meet expected standards in respect of quality and completeness.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical Proposal / Pwysoliad: 45

Maes prawf ansawdd: Social Values Proposal / Pwysoliad: 10

Maen prawf cost: Fees, Expenses, Total Costs / Pwysoliad: 35

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 72 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 70

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

FCDO will award a contract for an initial term of 34 months for a maximum value of GBP 36 800 000, inclusive of local government taxes, but exclusive of VAT. The contract will include extension options of up to an additional 36 months, with a maximum value of GBP 36 200 000. FCDO reserves the right to scale back or discontinue this programme at any point in line with the terms and conditions and as per the tender documents.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Selection criteria as stated in the procurement documents including: mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery act 2015 requirements, minimum insurance requirements, tenderer's past performance, safeguarding and child protection policy, duty of care, international aid transparency initiative, confirmation of having signed up to the UN Global Compact, acceptance of FCDO terms and conditions and FCDO supply partner code of conduct, as outlined in the tender documentation. A tenderer must meet the criterion in relation to reliability namely that FCDO must be satisfied that:

(i) the contracts on the list to be provided by the tenderer have been satisfactorily performed in accordance with their terms; or

(ii) where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract, will not recur in the performance of the contract to be awarded.

A tenderer that fails to meet this selection criterion will not proceed further in this competition.

The contract will be governed by English Law. Prices must be quoted in GBP. All payments for the contract will be made in GBP Sterling. FCDO reserves the right to annul the process at any point and not award the contract.

Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded — joint and several liabilities. FCDO reserves the right to require joint ventures to form a single legal entity.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 23/08/2021

Amser lleol: 14:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 8  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 23/08/2021

Amser lleol: 14:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Foreign, Commonwealth and Development Office (FCDO)

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/07/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75211200 Gwasanaethau sy’n gysylltiedig â chymorth economaidd tramor Gwasanaethau materion tramor

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
elaine.collins@fcdo.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.