Changeflow GovPing Trade & Sanctions MOBILIST Financial Consultancy Services Tender ...
Routine Notice Added Final

MOBILIST Financial Consultancy Services Tender Notice

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published March 19th, 2026
Detected March 19th, 2026
Email

Summary

The UK Foreign, Commonwealth and Development Office has published a tender notice for financial consultancy services to support the MOBILIST programme. The contract is valued at an estimated £750,000 and will last for 24 months with a potential 12-month extension.

What changed

The Foreign, Commonwealth & Development Office (FCDO) is seeking financial consultancy services for its MOBILIST programme, which aims to develop investment solutions for sustainable development and climate transition. The tender notice, published on March 19, 2026, outlines a contract with an estimated value of £750,000 (excluding VAT) over 24 months, with an option for a 12-month extension. Services required include market intelligence, investment expertise (such as exit readiness analysis and valuation services), and portfolio monitoring.

Potential bidders must demonstrate legal capacity to perform regulated financial consultancy and advisory activities, including holding Financial Conduct Authority (FCA) authorisation or an equivalent license. The tender specifies that participation requires adherence to UK regulatory frameworks. Further details on participation, submission, and award criteria are available via the provided links within the notice.

What to do next

  1. Review tender requirements for financial consultancy services for the MOBILIST programme.
  2. Ensure compliance with FCA authorisation or equivalent regulatory license requirements.
  3. Prepare and submit bid according to participation and submission guidelines.

Source document (simplified)

Tender

MOBILIST Financial Consultancy Services ITT_7952

Notice identifier: 2026/S 000-025503

Procurement identifier (OCID): ocds-h6vhtk-05eeb4 (view related notices)

Published 19 March 2026, 6:31pm

Watch this notice

Contents

Scope Participation Submission Award criteria Other information Procedure Contracting authority

Download

Share this notice

Reference

MOBILIST Financial Consultancy Services ITT_7592

Description

The Foreign, Commonwealth & Development Office (FCDO) is seeking to aquire financial consultancy services to support the UK government's flagship Mobilising Instituational Capital through Listed Products (MOBILIST) programme. This initiaive aims to develop investment solutions that contribute to achieving the Global Goals for Sustainable Development and advancing climate transition. The contract will have a duration of 24 months, with an additional 12 month extension option based on supplier performace and need. The total contract value is £750,000 (ExVat) which includes a £500,000 (ExVAT) finanacial limit and £250,000 (ExVAT) financial uplift option. The selected supplier will be expected to deliver market intelligence, investment expertise (such as exit readiness analysis, valuation services, and investment pack reviews), and ongoing portfolio monitoring (including broker research, regulatory updates, and performance reporting).

Total value (estimated)

  • £750,000 excluding VAT
  • £900,000 including VAT Above the relevant threshold

Contract dates (estimated)

  • 19 June 2026 to 18 June 2028
  • Possible extension to 18 June 2029
  • 3 years Description of possible extension:

12 Months time extension subject to satisfactory performance and programme need. Scale up option £250,000 (ExVat)

Main procurement category

Services

CPV classifications

Foreign economic-aid-related services

Participation

Legal and financial capacity conditions of participation

Bidders must demonstrate that they have the legal capacity to perform regulated financial consultancy and advisory activities under this contract. Given the nature of the requirement, providing specialist financial analysis, investment related assessments, valuation services, and market intelligence in support of FCDO’S MOBILIST activities, suppliers must hold Financial Conduct Authority (FCA) authorisation under the UK regulatory framework or an equivalent regulatory licence issued by a competent recognised authority in the bidder’s home jurisdiction. This ensures suppliers are legally permitted to undertake financial analysis and associated activities in a manner compliant with applicable financial regulations.

Bidders will be required to evidence their authorisation status as part of the Procurement Specific Questionnaire (PSQ). Assessment will include verification of:

Current FCA registration number (if UK based); or

Equivalent financial regulatory licence issued by an overseas authority (for non-UK suppliers)

Confirmation that the authorisation covers the types of analytical, advisory, or investment related services anticipated under this contract.

This requirement will be assessed on a Pass/Fail basis. Failure to provide evidence of valid authorisation (or equivalent legal capacity) will result in the bid being deemed non-compliant and therefore excluded from further evaluation.

Submission of a Tender that has been deemed compliant by FCDO in accordance with these Instructions and the FCDO Tender Compliance Checklist (below). To be deemed compliant, Potential Suppliers MUST answer each applicable question in line with the guidance.

An assessment of the Potential Suppliers financial standing that is:

Metric 1 - Turnover Ratio = Expected Annual Contract Value /Bidder Annual Revenue​

For this contract:

Turnover Ratio = Bidder Annual Revenue/£500,000

Benchmark Thresholds

Low risk turnover ratio = 2.0x (Annual Revenue required >£1,000,000) and where financial capacity (via analysis of the financial evidence) is not in question*.

Decreasing risk turnover ratio = >1.5x (Annual Revenue required > £750,000

and where financial capacity (via analysis of the financial evidence) is not in question*.

Medium risk turnover ratio = 1.5x (Annual Revenue required £750,00)

and where financial capacity (via analysis of the financial evidence) is not in question*.

Increasing risk turnover ratio = <1.5x (Annual Revenue required <£750,000)

and where financial capacity (via analysis of the financial evidence) is not in question

High risk turnover ratio = <1.0x (Annual Revenue required £<£500,00) and where financial capacity (via analysis of the financial evidence) is not in question*.

Analysis of financial evidence may include, but is not limited to, profitability, liquidity, stock and debtors, current assets, equity base, current funding, and debt dependency.

Where a Potential Supplier is assessed as Medium Risk or higher FCDO may request a guarantee from the Potential Supplier. If the Potential Supplier does not agree to provide a guarantee in a form acceptable to FCDO in the event, they are successful FCDO may reject the Potential Supplier’s Response, and the Potential Supplier will not continue further in this Procurement Process

Technical ability conditions of participation

Demonstrate your organisation’s experience in monitoring and assessing financial, market, and strategic risk for investment portfolios, including emerging‑market risks.

The response should demonstrate:

Experience successfully monitoring macro risks, market shocks, geopolitical events, and policy/regulatory changes.

3 Examples of integrating financial risk with strategic, development, or impact risk frameworks (desirable for alignment with MOBILIST).

Particular suitability

Small and medium-sized enterprises (SME)

Submission

Enquiry deadline

16 April 2026, 2:00pm

Tender submission deadline

23 April 2026, 2:00pm

Submission address and any special instructions

https://fcdo.bravosolution.co.uk

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

12 June 2026

Award criteria

| Name | Description | Type | Weighting |
| --- | --- | --- | --- |
| Quality of Proposed Quarterly Report | Potential Suppliers must submit a draft “Quarterly Comprehensive Portfolio and Market Performance Report” (D4) covering 1 July–30 September 2025.

This practical test is the primary way FCDO will...

Show full description | Quality | 30% |
| Total Cost Fixed-Price Element | comparison to other tenderers

Example calculation:

(Lowest Total Fixed Price Cost / Your Total Fixed Price Cost Cost)* Maximum Score Achievable (60) | Price | 15% |
| Fee Rate Card | Competitiveness of fee rates in the Rate Card in direct comparison to all other tenderers

Example calculation:

(lowest Complaint Rate / Bidders Rate) x Maximum score achievable (60)

Sub weightings:...

Show full description | Price | 15% |
| T1 Project Understanding & Methodology | The Potential Supplier must demonstrate a clear, contract specific understanding of MOBILIST’s objectives and requirements and provide a practical, workable, forward-looking plan for delivering both...

Show full description | Quality | 12% |
| Dashboard Design & Implementation Capability | The Potential Supplier must present a clear, contract specific plan to design, build, deploy, maintain, and hand over the Portfolio Management Dashboard (D2) during the Inception Phase. Evaluation...

Show full description | Quality | 10% |
| MAC2.2: Employment | Demonstrate how, I delivery of this contract, you will create employment and training opportunities particularly for those who face barriers to employment and/or who are located in deprived areas, and...

Show full description | Quality | 10% |
| Delivery Capability & Risk Management | The Potential Supplier must set out a clear, forward-looking plan showing how they will manage delivery, governance, and risk throughout the contract. Evaluation will focus on:

Delivery Approach: How...

Show full description | Quality | 8% |

Other information

Payment terms

Payments will be linked to the satisfactory completion of distinct contract phases and the acceptance of key deliverables by the FCDO SRO/PRO,

Phase 1 Inception - Fixed price Miletone Payement

Phase 2 Implementaion fixed price quarterly Tranches Linked to KPI based Service Credits

Phase 2 Implementation Input based Tasking Orders quaterly in arraers linked to KPI based Service Credits

Conflicts assessment prepared/revised

Yes

Procedure

Procedure type

Open procedure

Contracting authority

Foreign, Commonwealth and Development Office

  • Public Procurement Organisation Number: PXRR-8771-PHVX King Charles Street

London

SW1A 2AH

United Kingdom

Contact name: Regan Hughes

Email: regan.hughes@fcdo.gov.uk

Website: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office

Region: UKI32 - Westminster

Organisation type: Public authority - central government

Source

Analysis generated by AI. Source diff and links are from the original.

Classification

Agency
UK Government
Published
March 19th, 2026
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Minor
Document ID
Notice identifier: 2026/S 000-025503

Who this affects

Applies to
Financial advisers
Industry sector
5231 Securities & Investments 5239 Asset Management
Activity scope
Financial Consultancy Services Investment Advisory
Threshold
Above the relevant threshold
Geographic scope
United Kingdom GB

Taxonomy

Primary area
Financial Services
Operational domain
Procurement
Topics
Sustainable Development Climate Finance

Get Trade & Sanctions alerts

Weekly digest. AI-summarized, no noise.

Free. Unsubscribe anytime.

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Free. Unsubscribe anytime.