The Department for Business, Energy and Industrial Strategy (BEIS): Territorios Forestales Sostenibles (TEFOS) Monitoring, Evaluation and Learning    

  The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Territorios Forestales Sostenibles (TEFOS) Monitoring, Evaluation and Learning    
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: Monitoring, Evaluation and Learning (MEL) services for the seven-year TEFOS programme which will provide grant funding to support the Government of Colombia (GoC) to tackle deforestation in conflict-affected areas.      
Published: 21/01/2021 14:54
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Research and development consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Department for Business, Energy and Industrial Strategy (BEIS)
             1 Victoria Street, London, SW1H 0ET, United Kingdom
             Tel. +44 7825451612, Email: internationalclimateandenergy.procurement@beis.gov.uk
             Contact: Clio Simpon
             Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-consultancy-services./2P44WU9H63
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Territorios Forestales Sostenibles (TEFOS) Monitoring, Evaluation and Learning           
      Reference Number: TRN 2599/09/2020
      II.1.2) Main CPV Code:
      73200000 - Research and development consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Monitoring, Evaluation and Learning (MEL) services for the seven-year TEFOS programme which will provide grant funding to support the Government of Colombia (GoC) to tackle deforestation in conflict-affected areas.             
      II.1.5) Estimated total value:
      Value excluding VAT: 1,100,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79419000 - Evaluation consultancy services.
      77231500 - Forest monitoring or evaluation services.
      75211200 - Foreign economic-aid-related services.
      79315000 - Social research services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement:  TEFOS is a new flagship programme under the BEIS International Climate Finance . It will provide grant funding to support the Government of Colombia to tackle deforestation in conflict-affected areas, through three programme “pillars”: i) strengthening land registry systems to incentivise sustainable land management, ii) strengthening the criminal justice system to tackle environmental crime in forestation hotspots, and iii) creating and promoting innovative, sustainable economic opportunities for communities. The MEL Partner will undertake monitoring and evaluation activity, which will assess whether programme outputs, outcomes and impact are being achieved. It will be important that in delivering the requirements, the MEL Supplier assesses how the individual effects of the different pillars work together to be more than the sum of their parts to realise the intended outcomes.   
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: T1: Understanding of the project context / Weighting: 5
            Quality criterion - Name: T2: Clear and Realistic delivery plan / Weighting: 25
            Quality criterion - Name: T3: Team structure, experience and technical expertise / Weighting: 15
            Quality criterion - Name: T4: Contract Management Skills / Weighting: 10
            Quality criterion - Name: T5: Social Value / Weighting: 10
                        
            Price - Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 78       
      This contract is subject to renewal: Yes       
      Description of renewals: The contract is to be for a period of 6.5 years, ending 31st December 2027 unless terminated or extended by the Department in accordance with the terms of the contract.

The contract will be let for the full term (6.5 years). If agreed by both parties, the contract may be extended beyond the planned 6.5-year contract duration by up to three years to complete tasks which may have been delayed in delivery, to complete an extension of the same evaluation activities linked to a similar extension of the TEFOS programme or to allow suitable time for handover to a new organisation following re-procurement of comparable services. Take up of any extension period is subject to the Authority’s approval and the continuing needs of the contract.

The Authority reserves the right to increase the budget of the contract, and this decision would be based on the Authority’s available funds and priorities, as well as an assessment of the programme’s performance and the performance of the contractor.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 09/03/2021 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/03/2021
         Time: 13:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-consultancy-services./2P44WU9H63

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2P44WU9H63
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Department for Business, Energy and Industrial Strategy (BEIS)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 7825451612, Email: internationalclimateandenergy.procurement@beis.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 21/01/2021

Annex A


View any Notice Addenda

View Award Notice