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

PROJ10091 Evaluation Quality Assurance and Learning Services (EQuALS 2)

  • Cyhoeddwyd gyntaf: 24 Medi 2021
  • Wedi'i addasu ddiwethaf: 24 Medi 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:
24 Medi 2021
Dyddiad Cau:
29 Hydref 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

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.

Testun llawn y rhybydd

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

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:
susan.lynch@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.