Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

A Tender Notice
by FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

Source
Find a Tender
Type
Framework (Services)
Duration
35.5 month
Value
£500M
Sector
DEFENCE
Published
09 Aug 2024
Delivery
To 28 Aug 2027 (est.)
Deadline
12 Sep 2024 13:00

Concepts

Location

Global

Geochart for 1 buyers and 0 suppliers

Description

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 Division

1 Global High Value Contracts (above £750k in value)
  • Value: £220M

There are 15 places available on this Framework Global High Value Lot 1. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
2 Regional Lot – West Africa (all contract values)
  • Value: £40M

There are 5 places available on this Framework Regional Lot 2 - West Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
3 Regional Lot – Central & Southern Africa (all contract values)
  • Value: £40M

There are 5 places available on this Framework Regional Lot 3 - Central & Southern Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
4 Regional Lot – East Africa (all contract values)
  • Value: £40M

There are 5 places available on Framework Regional Lot 4 - East Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
5 Regional Lot – MENA & AFPAK* (all contract values)
  • Value: £40M

There are 5 places available on this Framework Regional Lot 5 - MENA & AFPAK. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
6 Regional Lot – Indo-Pacific (all contract values)
  • Value: £40M

There are 5 places available on this Framework Regional Lot 6 - Indo- Pacific. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values)
  • Value: £40M

There are 5 places available on this Framework Regional Lot 7 Western Balkans, Eastern Europe and Central Asia. FFCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 8
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0
8 Global Low Value Contracts (below £750k in value)
  • Value: £40M

There are 15 places available on this Framework Global Low Value Lot 8. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments 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. Qualification to deliver certain ‘special’ types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these ‘special’ types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: 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.

Award Criteria
Ability to Deliver Call Down Requirements 26
Technical Expertise 66
Conflict of Interest 0
Portfolio MEL – eligibility to deliver Portfolio MEL contracts 0
Emergency MEL – eligibility to be awarded a contract via Direct Award in urgent circumstances 0
ICAI Requirements – eligibility to deliver ICAI contracts 0
Fee Rate Price Ceilings 0

Renewal Options

FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.

CPV Codes

  • 75211200 - Foreign economic-aid-related services

Indicators

  • Restrictions apply to the lot award allocation.
  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Professional qualifications are sought.
  • Staff qualifications are relevant.

Other Information

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. ** PREVIEW NOTICE, please check Find a Tender for full details. ** The authority expressly reserves the right: (i) not to award any Framework Agreements as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition and Procurement documents can be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk Please note that all procurement documentation comprising the SQ and ITT Packs are available of the FCDO Supplier Portal using reference PQQ_1691. The SQ and ITT Packs have been tailored to the specific requirements set out in the Terms of Reference. Suppliers should submit their SQ Response to demonstrate their capability in the Lot ITT they are to be considered for. • Lot 1: Global High Value Contracts (above £750k in value) - 15 Suppliers • Lot 2: Regional Lot – West Africa (all contract values) - 5 Suppliers • Lot 3: Regional Lot – Central & Southern Africa (all contract values) - 5 Suppliers • Lot 4: Regional Lot – East Africa (all contract values) - 5 Suppliers • Lot 5: Regional Lot – MENA & AFPAK* (all contract values) - 5 Suppliers • Lot 6: Regional Lot – Indo-Pacific (all contract values) - 5 Suppliers • Lot 7 Regional Lot – Western Balkans, Eastern Europe and Central Asia (all contract values) - 5 Suppliers • Lot 8: Global Low Value Contracts (below £750k in value) - 15 Suppliers Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. … If a Lead Framework Supplier submits proposals for more than one Lot, FCDO reserves the right to reject these proposals. However, where this happens, we will send a clarification to Lead Framework Suppliers to ask which proposal we should consider. A Lead Framework Supplier can also be a sub-contractor, but not on the Lot they have bid on as a Lead Framework Supplier (i.e., a supplier cannot be a Lead and a sub-contractor in the same Lot). If a Lead Framework Supplier bids on a specific Lot and also joins as a sub-contractor to another Lead Framework Supplier on the same Lot, they will be rejected as a Lead Framework Supplier on that specific Lot. Lead Suppliers should check with all sub-contractors ahead of adding to their supply chain they are not submitting a proposal as a Lead Supplier for the same lot. When a Call Down Contract mini-competition involves more than one Lot, the Framework Eligibility rules still apply. An illustration of the bidding eligibility rules is provided in Annex 6 of the Terms of Reference.

Reference

Domains