Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
Person cyswllt: Susan Lynch
Ffôn: +44 1355843620
E-bost: susan.lynch@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://fcdo.proactisportal.com
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
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://fcdo.proactisportal.com
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: Diplomatic Services and International Development
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)
Cyfeirnod: DN1270
II.1.2) Prif god CPV
75211200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This service, Evaluation Quality Assurance and Learning Service 2 (EQUALS 2), will provide support and assurance in a range of sectoral and methodological areas, with the responsiveness and quick turn-around times that countries and teams require. It will build on our experience of the current EQUALS (Evaluation Quality Assurances and Learning Service) which is due to end in March 2022.
The main objective of the programme is to contribute to the ongoing improvement of evaluative activities and products and their use across FCDO and Other Government Departments (OGD's). The programme will enable FCDO evaluations to continue to be high quality, where high quality is defined as: strategic, used for learning and improvement; independent and objective, with a robust methodology and the right expertise; following transparent processes; safe and ethical; and delivered in partnership with stakeholders. Better evaluation management, together with a more joined up approach, will allow for better synthesis and learning from the evaluation portfolio. FCDO evaluation evidence will continue to be a trusted source that can be used confidently in decision making.
EQUALS2 will retain the core functions of the current programme. It will:
• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.
• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.
• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.
Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, and (c) evaluation insights.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 580 000.00 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
Prif safle neu fan cyflawni:
The main place of performance will be in the UK.
II.2.4) Disgrifiad o’r caffaeliad
FCDO is seeking a supplier to deliver an 38-month contract of up to 3915000 GBP exclusive of UK VAT from February 2022 until 31 March 2025 for the Evaluation Quality Assurance and Learning Service 2 (EQUALS 2) programme.
There is provision to scale up by up to an additional 1665000 GBP exclusive of UK VAT in cases where the programme has demonstrated a strong impact and has the potential to yield additional results. The estimated value includes all applicable local government taxes.
Please note that the estimated total value of 5580000 GBP represents a maximum, including scale up options, and FCDO expects competitive tenders based on the full Terms of Reference (Volume 3 of the ITT Pack) within the original budget of 3915000 GBP exclusive of UK VAT.
The main recipients of the services will be FCDO and Other Government Departments who can commission up to £208,000 exclusive of UK VAT of the 3915000 GBP contract budget.
EQUALS2 will retain the core functions of the current programme. It will:
• Establish a panel of evaluation consultants with expertise covering the range of ODA and non-ODA thematic areas and evaluation methodologies.
• Manage an online helpdesk that provides an overarching administrative function for the programme, and through which staff submit their requests for support.
• Ensure there is a strong relationship between the management of the service and evaluation structures in the FCDO; enabling the service to be strongly aligned to FCDO’s changing needs, to contribute to and support data collection and use of evaluation and monitoring management information and to the ongoing improvement of evaluative skills and capabilities in FCDO.
Through the Panel, EQUALS2 will provide the three core services of short term (a) technical advice, (b) quality assurance, (c) evaluation insights. These activities are outlined in detail in ITT Volume 3 Terms of Reference. As EQUALS2 is designed to be a flexible and responsive service, the supplier should be prepared that these core services may evolve within the objective of improving and assuring the FCDO’s evaluative capabilities and products.
A hybrid payment by results model will be used for effective implementation of the EQUALS2 Contract and will link achievement of agreed KPI's and milestones to an agreed payment schedule.
An FCDO standard service contract will be awarded.
Scale up/down is provided for in ITT Volume 3 Terms of Reference and contract clauses to allow flexibility to respond to emerging needs.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Core Team Personnel and Panel Experts
/ Pwysoliad: 19
Maes prawf ansawdd: Methodology for Providing Service
/ Pwysoliad: 31
Maes prawf ansawdd: Social Value: Fighting Climate Change
/ Pwysoliad: 5
Maes prawf ansawdd: Social Value: Tackling Economic Inequality
/ Pwysoliad: 5
Maen prawf cost: Commercial
/ Pwysoliad: 40
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 3 915 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 38
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:
The contract includes an extension of up to an additional 24 months beyond the original term of 38 months. The contract includes an option for additional services of the same type to be provided.
There is an option to increase the contract by up to an additional 1665000 GBP excluding UK VAT over and above the original financial limit of the contract up to a maximum financial limit of 5580000 GBP excluding UK VAT.
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:
List and brief description of conditions:
Available via https://fcdo.proactisportal.com
Mandatory and discretionary exclusion, economic and financial standing, technical and professional ability, modern slavery Act 2015 requirements, minimum insurance requirements, tenderers past performance, duty of care, international aid transparency initiative, acceptance of FCDO Terms and Conditions and FCDO Supplier Code of Conduct and safeguarding measures as outlined in the procurement documents. Technical and commercial ability to deliver as per the published award criteria.
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:
29/10/2021
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:
29/10/2021
Amser lleol: 14:00
Place:
https://fcdo.proactisportal.com
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The authority expressly reserves the right:
(i) not to award any contract(s) as a result of the procurement process commenced by publication of this notice; and, (ii) in no circumstances will the authority be liable for any costs incurred by the Bidders.
Procurement documents can be accessed through the FCDO Supply Partner Portal https://fcdo.proactisportal.com
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
23/09/2021