← Back to opportunities

Forest Governance, Markets and Climate (FGMC2) Facilitation Service

Foreign, Commonwealth and Development Office

Buyer Contact Info

Buyer Name: Foreign, Commonwealth and Development Office

Buyer Address: King Charles Street, London, UKI32, SW1A 2AH, United Kingdom

Contact Name: LS Nagarajan

Contact Email: ls.nagarajan@fcdo.gov.uk

Contact Telephone: +917823996609

Status
active
Procedure
open
Value
12500000.0 GBP
Gross: 15000000 GBP
Published
14 Jul 2025, 15:01
Deadline
25 Aug 2025, 16:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
75211200 - Foreign economic-aid-related services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Phase 2 of the Forest Governance, Markets and Climate (FGMC2) is a 10-year £500m programme that aims to reduce the illegal and unsustainable use of forest resources, while benefitting poor, forest-dependent people, especially Indigenous People and Local Communities. FGMC2 builds on a successful first phase (FGMC1: 2011-24) which provided evidence and strong foundational partnerships that drove governance reforms and improved forest stewardship. A first tranche of £220m was approved for the first 5 years of the programme (2024-29), with the balance to be approved by Ministers subject to a positive mid-term evaluation in 2029 and resource availability. The key delivery instruments for the programme are (i) Facilitation service, the subject of this procurement opportunity, (ii) the Programme Management Strategy and Support Team (PMSST), the contract for which has been awarded, and (iii) the Technical Assistance Portfolio Manager (TAPM) which is currently under tender evaluation . The Facilitation Service (contract value up to £15m) is designed to provide the services of politically astute, skilled and impartial facilitators to support multi stakeholder deliberations, at the invitation of government. The objective of the Facilitation Services contract is to establish and operate a Facilitation service with the capacity to deploy country-based facilitators who will help encourage and support national stakeholders in forest sector policy and legal reforms decision making, encouraging well-informed stakeholder deliberations in partner countries. FGMC2 will not operate in all countries (potentially in up to 16) from the outset and is unlikely to work with Facilitators simultaneously across all countries. The nature of the work delivered in each country will depend upon the country context and the strategies and theories developed for it. The first group of 7 countries that will require facilitation services is Ghana, Liberia, Republic of Congo, DRC, Cameroon, Papua New Guinea, and Guyana. Other countries (bringing the total up to 10 countries at any given time) are likely to be drawn from Solomon Islands, Indonesia, Vietnam, and as further scoping is carried out, potentially from Laos, Gabon, Cote d’Ivoire, Bolivia, Cambodia, Mozambique, Myanmar, Thailand. Scope is, therefore, restricted identifying named facilitators for the 7 confirmed countries, but cost for a total of 10 facilitators.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/039716-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 12,500,000

Lot 1 Value (Gross): GBP 15,000,000

Lot 1 Contract Start: 2025-10-09T00:00:00+01:00

Lot 1 Contract End: 2029-10-08T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): T1a & b Quality of team leadership, and country-based facilitators (12%)

Lot 1 Award Criterion (quality): T2 Facilitators in country (42%)

Lot 1 Award Criterion (quality): T3 Approach to effective management of the deployment of facilitators in country (8%)

Lot 1 Award Criterion (quality): T4 Approach to effective programme management of the facilitation service (8%)

Lot 1 Award Criterion (quality): T5 Understanding of the role of a facilitator: Demonstrate approach to and understanding of deliberation and facilitation (20%)

Lot 1 Award Criterion (quality): T6 Understanding the Theory of Change and approach to policy influencing at national level. (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PXRR-8771-PHVX",
    "name": "Foreign, Commonwealth and Development Office"
  },
  "date": "2025-07-14T16:01:14+01:00",
  "id": "039716-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0556a9",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1A 2AH",
        "region": "UKI32",
        "streetAddress": "King Charles Street"
      },
      "contactPoint": {
        "email": "ls.nagarajan@fcdo.gov.uk",
        "name": "LS Nagarajan",
        "telephone": "+917823996609"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office"
      },
      "id": "GB-PPON-PXRR-8771-PHVX",
      "identifier": {
        "id": "PXRR-8771-PHVX",
        "scheme": "GB-PPON"
      },
      "name": "Foreign, Commonwealth and Development Office",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2025-10-09T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "Inception \n100% of suppliers\u2019 fees will be linked to fixed milestone payments with expenses reimbursed on actuals, up to the proposed ceiling for inception.\nImplementation \n25% of suppliers\u2019 fees will be contingent on KPIs which will be scored quarterly. Payments for all costs and expenses will be strictly in arrears. All expenditure will be against pre-agreed fee rates and project costs."
    },
    "description": "Phase 2 of the Forest Governance, Markets and Climate (FGMC2) is a 10-year \u00a3500m programme that aims to reduce the illegal and unsustainable use of forest resources, while benefitting poor, forest-dependent people, especially Indigenous People and Local Communities.  FGMC2 builds on a successful first phase (FGMC1: 2011-24) which provided evidence and strong foundational partnerships that drove governance reforms and improved forest stewardship. A first tranche of \u00a3220m was approved for the first 5 years of the programme (2024-29), with the balance to be approved by Ministers subject to a positive mid-term evaluation in 2029 and resource availability.\nThe key delivery instruments for the programme are (i) Facilitation service, the subject of this procurement opportunity, (ii) the Programme Management Strategy and Support Team (PMSST), the contract for which has been awarded, and (iii) the Technical Assistance Portfolio Manager (TAPM) which is currently under tender evaluation . The Facilitation Service (contract value up to \u00a315m) is designed to provide the services of politically astute, skilled and impartial facilitators to support multi stakeholder deliberations, at the invitation of government.  \nThe objective of the Facilitation Services contract is to establish and operate a Facilitation service with the capacity to deploy country-based facilitators who will help encourage and support national stakeholders in forest sector policy and legal reforms decision making, encouraging well-informed stakeholder deliberations in partner countries.  FGMC2 will not operate in all countries (potentially in up to 16) from the outset and is unlikely to work with Facilitators simultaneously across all countries. The nature of the work delivered in each country will depend upon the country context and the strategies and theories developed for it.  The first group of 7 countries that will require facilitation services is Ghana, Liberia, Republic of Congo, DRC, Cameroon, Papua New Guinea, and Guyana.  Other countries (bringing the total up to 10 countries at any given time) are likely to be drawn from Solomon Islands, Indonesia, Vietnam, and as further scoping is carried out, potentially from Laos, Gabon, Cote d\u2019Ivoire, Bolivia, Cambodia, Mozambique, Myanmar, Thailand.  Scope is, therefore, restricted identifying named facilitators for the 7 confirmed countries, but cost for a total of 10 facilitators.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-07-14T16:01:14+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "039716-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/039716-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-08-18T17:00:00+01:00"
    },
    "id": "CPG/12638",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Foreign economic-aid-related services",
            "id": "75211200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GH",
            "countryName": "Ghana",
            "region": "GH"
          },
          {
            "country": "LR",
            "countryName": "Liberia",
            "region": "LR"
          },
          {
            "country": "CD",
            "countryName": "Congo (Democratic Republic)",
            "region": "CD"
          },
          {
            "country": "CG",
            "countryName": "Congo",
            "region": "CG"
          },
          {
            "country": "CM",
            "countryName": "Cameroon",
            "region": "CM"
          },
          {
            "country": "PG",
            "countryName": "Papua New Guinea",
            "region": "PG"
          },
          {
            "country": "GY",
            "countryName": "Guyana",
            "region": "GY"
          },
          {
            "country": "SB",
            "countryName": "Solomon Islands",
            "region": "SB"
          },
          {
            "country": "ID",
            "countryName": "Indonesia",
            "region": "ID"
          },
          {
            "country": "VN",
            "countryName": "Vietnam",
            "region": "VN"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Core Facilitation Service team as outlined in the Section G of the ToRs-\u202f\u202f \n1a (5 Marks) For the team leader: Demonstrate strong leadership to oversee all aspects of the programme, including effective diplomatic and stakeholder engagement skills, an ability to think and work politically, demonstrable ability to manage and mentor team members working autonomously and remotely. Skills related to the facilitation of multi-stakeholder processes and engagement with developing country Government Authorities. Experience and expertise in the successful delivery of projects - mobilising at pace and running competitive processes, with agile delivery adapting to stakeholder priorities across multiple countries.\u202f \n1b (9 Marks) For the rest of the core facilitation service delivery team: The following skills should be distributed across the core team- Strong MEL skills, including in developing MEL suitable for stakeholder led processes, and able to support an adaptive approach to programme management. Strong learning skills that support peer to peer learning and south-south exchange. Strong knowledge management. Project and financial management skills, including providing support to in-country based facilitators in a timely and flexible way. Gender and inclusion expertise. It is up to the bidder to provide a clear indication of the composition and skills mix of the proposed team.\u202f \nProvide CVs of the core team members involved in overseeing this programme, specifying their base, input days, percentage time dedicated to the programme and the specific role they will play as part of the technical bid. Max Page limit of 4 A4 pages not including CVs. CVs must be a maximum of 2 A4 pages per CV.",
              "name": "T1a \u0026 b Quality of team leadership, and country-based facilitators",
              "numbers": [
                {
                  "number": 12,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Demonstrate professional skills and expertise of proposed facilitator for each of the seven identified countries (Guyana, Ghana, Liberia, Cameroon, Republic of Congo, Democratic Republic of Congo, PNG). This should include for example: good communication skills and the ability to maintain an impartial stance in challenging contexts, specific country (or equivalent) experience, expertise in multi stakeholder engagement processes, and relevant language skills. Generic skills and attributes expected of all facilitators are set out in Annex 1 and country specific skills and attributes in Annex 2 of the ToRs. \nFor each of the 7 already identified countries that require a facilitator, provide a description of the key named team members, their strengths and attributes that they will bring to the role, provide a CV and specify input days, or percentage time dedicated for this work so as to indicate proposed approach.\u202f\u202f \nMax Page limit of 10 A4 pages not including CVs. CVs must be a maximum of 2 A4 pages per CV.",
              "name": "T2 Facilitators in country",
              "numbers": [
                {
                  "number": 42,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide your approach to deployment of facilitators in country and operational arrangement for managing facilitators across multiple countries:\u202f(draw from Sections C, D, E,  and Annex 2 of the ToRs) \na.\tin politically sensitive contexts and/or fragile states and set out how you will support the multistakeholder dynamic in countries where there is limited political support for engaging with non-state actors.\u202f\u202f\u202f \nb.\tYour approach to flexible scaling up and down of facilitation across countries depending upon need and opportunity\u202f  \nc.\tYour strategy to address gender as described in the ToR, in particular how gender sensitive national dialogue will be supported.\u202f\u202f \nd.\tdescribing how you will engage with partners to any international agreements in-country, such as VPA.\u202f \ne.\tDescribing your approach to the deployment of facilitators reflecting on the considerations set out in the ToR (e.g positioning of facilitators for optimal effect, acceptability to national stakeholders)\u202f \nMax page limit of 5 A4 pages",
              "name": "T3 Approach to effective management of the deployment of facilitators in country",
              "numbers": [
                {
                  "number": 8,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Demonstrate the efficiency of your operational arrangements and approach to VfM, including your approach to risk assessment and the management of risks, finances, results, staff performance in varied country contexts, staff retention, approach to the support functions to facilitation offices across multiple countries as well as management of short-term expertise or sub-partners. (draw from section E of the ToRs) \nMax page limit 5 A4 pages",
              "name": "T4 Approach to effective programme management of the facilitation service",
              "numbers": [
                {
                  "number": 8,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide an answer for both of the following scenarios. Draw on your understanding of deliberation\u202f(see Box 1 section A and Annex 2 of the ToRs))\u202f \nScenario 1:  (10 marks)\u202f \nIn Country A, a growing number of voluntary carbon market forest carbon projects are under development. There is no regulation or policy related to such initiatives and the Government and other stakeholders are concerned that the absence of regulation will lead to exploitation, poor project design and negligible benefits.\u202f\u202f \nThe Government is also Keen to derive revenue from its forest estate and seeks to develop a new carbon trading policy and regulation that will set the framework for what they hope will be a future trade in forest carbon. Set out the facilitation service\u2019s approach to facilitating an inclusive deliberative approach to the development of the carbon trading policy outlining the challenges that may emerge and how these will be handled. Max page limit 3 A4 pages\u202f \nScenario 2:\u202f  (10 marks)\nIn Country X The Government has requested assistance with the development of a timber legality assurance system. They are keen to attract investment for downstream processing, particularly engaging small and medium entrepreneurs as there is a real need to develop more jobs and to increase revenue generation from the forest sector. They have been advised that reassurance of the legality of timber will be a key pre-requisite for any investment in processing facilities.\u202f \n\u202f \nTo support these ambitions, a technical assistance project is supporting the establishment of a timber legality assurance system. The TA delivery partner has an MOU with the Forest Ministry to strengthen the capacity of the Ministry to develop and manage the system. Describe how a facilitator might work alongside the TA providers to ensure that the system that gets developed is fit for purpose and meets stakeholder expectations.\u202f\u202f \nMax Page limit 3 A4 Pages",
              "name": "T5 Understanding of the role of a facilitator: Demonstrate approach to and understanding of deliberation and facilitation",
              "numbers": [
                {
                  "number": 20,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Based on the Terms of Reference (section A and Annexes 1 and 2) provided, the potential Supplier should demonstrate their understanding of the Theory of Change. This should include a succinct, critical appraisal of your understanding of the Theory of Change model.\u202f This should illustrate the role of Facilitators in enabling a nationally owned process with national stakeholders driving change at national level. It would describe the arrangements you will make to ensure that in-country Facilitators understand the global programme, the role of facilitation as distinct from that of the PMSST and country specific TA projects. \u202f\u202f\u202f \nPage limit 6 A4 pages",
              "name": "T6 Understanding the Theory of Change and approach to policy influencing at national level.",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-10-08T23:59:59+01:00",
          "maxExtentDate": "2034-10-08T23:59:59+01:00",
          "startDate": "2025-10-09T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The option of an extension is up to 60 months.  The extension option will be at FCDO\u0027s sole discretion. In deciding whether the Contract should be extended, FCDO will have regard to the following non-exhaustive list of considerations: \na)\tperformance based on Review Points; \nb)\tongoing future demand for interventions; \nc)\tinterventions continuing to be live at the end of the term; \nd)\tthe programme continuing to be an FCDO priority and aligned to geographic and thematic strategies; \ne)\tFCDO affordability assessment\nf)\tavailable funds through future Spending Reviews. \ng)\tsubject to a business case addendum being approved by Ministers for the second 5 year period of FGMC2."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "FINANCIAL CAPACITY\nLow Risk \u2013 Potential Suppliers must have a yearly turnover which equals at least 50% of the maximum Contract value as set out in the FTS Notice.\nMedium Risk \u2013 Potential Suppliers have a yearly turnover which is less than 50% of the maximum Contract value, but more than 20% of the maximum contract value.\nHigh Risk \u2013 Potential Suppliers with a yearly turnover which is less than 20% of the maximum Contract value.\nA Potential Supplier who lacks the appropriate financial capacity could represent a risk to satisfactory contract delivery. Where financial capacity is in question, the Response may be failed on this basis, irrespective of a Potential Supplier\u2019s performance in other non-financial areas.",
              "type": "economic"
            },
            {
              "description": "Bidders should include examples of experience that are relevant to the requirement set out in the Terms of Reference.  More information is available under Para 2.6 Technical Ability of ITT Vol 1 Instructions Document.\nAdditional Project Related Question 1:\nDemonstrate through up to three of your examples a minimum level* of institutional experience and capability in the lead agency and/or consortium members, in each of the following and where applicable, indicate outcomes or results achieved: \n(a)\tmanaging large, complex aid funded multi-country programmes in Africa and the Pacific region (at least 5 countries concurrently); \n(b)\tchallenging environments, including security, conflict risks and political instability; and\n(c)\tmanaging politically sensitive forestry programmes in fragile states; \nMore\u202frecent and more relevant experience and/or FCDO experience preferable\n* A \u201cminimum level\u201d of institutional experience and capability is defined as having played a leading management and technical role in at least two (2) multi-year programmes that demonstrate relevant experience and capability.\u202f \nNot to exceed 2 A4 pages (2 x A4 single side)\u202f \nAdditional Project Related Question 2  \nDemonstrate through your examples experience, capability and evidence of support to multi stakeholder driven governance reform processes including ensuring inclusion of women and marginalised stakeholders and managing diverse stakeholder interests.\nNot to exceed 2 A4 pages (1 x A4 single side)\u202f \nAdditional Project Related Question 3:\u202f \nDemonstrate through your examples organisational experience and evidence of working with international forestry policy processes including Forest Law Enforcement Governance and Trade (FLEGT) voluntary partnership agreements, or equivalent trade linked processes, market regulations, forest governance and transparency, compliance monitoring and results auditing\nNot to exceed 1 A4 pages (1 x A4 single side)\u202f \nAdditional Project Related Question 4\nDemonstrate through your examples organisational experience and evidence of projects fostering cross-country south-south and north-south learning that lead to policy developments\nNot to exceed 1 A4 pages (1 x A4 single side)",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amount": 12500000,
          "amountGross": 15000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "riskDetails": "Cashflow - Monthly payment terms are required for downstream/SME/local partners.\nSecurity - The programme operates across a number of countries with different risk levels, mitigation is clearly built in to the specific country strategy.\nPLEASE NOTE: This Notice does not allow for the selection of the correct award criteria. The final score awarded to the Potential Supplier will be calculated using the Price Per Quality Point (PPQP) methodology. This is an absolute methodology which divides the Potential Supplier\u2019s Commercial Evaluation Total Cost by their Technical Score to calculate the Final Score. For details, please refer to Volume 1 of the tender documents.",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "https://fcdo.bravosolution.co.uk\nThe procedure will be conducted in accordance with the Procurement Act 2023 and the associated Procurement Regulations 2024, specifically under the provisions applicable to Light Touch Contracts Section 9 and Schedule 1, which replace the previous regime under regulations 74 to 76 of Section 7 (Social and Other Specific Services) of Chapter 3 of the PCR 2015. The relevant service falls under the Common Procurement Vocabulary (CPV) code 75211200 \u2013 Foreign economic-aid related services, which is listed under Schedule 1 (Light Touch Services) of the Procurement Regulations 2024.\nThe Procedure will be conducted through the following process: -\u202f\u202f \nFCDO intends to conduct this exercise in up to 3 stages (noting that the Procedure may be concluded at Stage 1 \u2013 more details in Invitation to Tender (ITT) Vol 1 Document that will be published in FCDO e-sourcing Portal (https://fcdo.bravosolution.co.uk/web/login.html)\nSTAGE 1\u202f\u2013 Tender Submission \n STAGE 2 \u2013 Negotiation (if applicable)  \n STAGE 3 \u2013 Best and Final Offer (if applicable)",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-08-25T17:00:00+01:00"
    },
    "title": "Forest Governance, Markets and Climate (FGMC2) Facilitation Service",
    "value": {
      "amount": 12500000,
      "amountGross": 15000000,
      "currency": "GBP"
    }
  }
}