Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

DFID International Multi-Disciplinary Programme Framework Agreement (IMDP)

  • First published: 17 July 2019
  • Last modified: 17 July 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department for International Development (DFID)
Authority ID:
AA21350
Publication date:
17 July 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Overseas development assistance in the thematic area of climate change and environment (lower value call-down contracts — up to 3 000 000 GBP per contract) — as detailed in the terms of reference.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Department for International Development

Abercrombie House, Eaglesham Road

East Kilbride

G75 8EA

UK

Contact person: Anne Simpson

Telephone: +44 7900901288

E-mail: commercialframeworksteam@dfid.gov.uk

NUTS: UKM95

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-international-development/

Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-international-development/about/procurement/

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

Other: International Development

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DFID International Multi-Disciplinary Programme Framework Agreement (IMDP)

Reference number: 8373

II.1.2) Main CPV code

75211200

 

II.1.3) Type of contract

Services

II.1.4) Short description

DFID is seeking to appoint suppliers to an International Multi-Disciplinary Programme Framework Agreement (IMDP). The Framework Agreement will be for a 24-month term — with the option to extend for a further 2 periods of up to 12-months each (subject to ongoing need). The estimated value of the Framework Agreement is between 1 000 000 000 GBP and 3 000 000 000 GBP.

This Framework Agreement will enable DFID to access advice and expertise in a cost efficient and effective manner across the 11 thematic areas detailed within the terms of reference and also included in the 'Additional Information' section of this notice — provided by multi-disciplinary teams of quality professionals to design, manage and deliver international development programme services with agility and innovation whilst maintaining fair competition, in response to the dynamic and challenging needs of working in complex and fragile context.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 3 000 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Climate Change and Environment (Lower Value Call-down Contracts — up to 3 000 000 GBP per Contract)

II.2.2) Additional CPV code(s)

75211200

45262640

71313000

71313400

71313430

71313440

80540000

90000000

90721000

90722000

90700000

90710000

90711300

90714000

90711500

90712000

90712100

90713000

90714100

90714200

90714300

90714400

90714600

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of climate change and environment (lower value call-down contracts — up to 3 000 000 GBP per contract) — as detailed in the terms of reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and knowledge management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25

Cost criterion: C2 Commercial risk and mitigation / Weighting: 10

Cost criterion: C3 Value for money / Weighting: 5

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further 2 periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right:

(i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice; and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 2

II.2.1) Title

Conflict and Governance (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

75231000

75230000

35000000

35120000

35121000

48730000

48731000

48732000

72212730

72212731

72212732

75240000

75241000

73400000

73421000

73431000

75000000

79000000

79710000

79700000

79212110

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Conflict and Governance (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: "C1 % Discounts" / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 3

II.2.1) Title

Education (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

75211000

80310000

98133110

85312120

37524100

45214000

48190000

72212190

75121000

80490000

80000000

80110000

80210000

80211000

80212000

80300000

80320000

80330000

80340000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Education (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 4

II.2.1) Title

Human Development and Health (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

85100000

85000000

85147000

80561000

80560000

85144000

85140000

75122000

66512200

71317210

71317200

45215100

45214000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Human Development and Health (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 5

II.2.1) Title

Humanitarian (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Humanitarian (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 6

II.2.1) Title

Infrastructure (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

71311300

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Infrastructure (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 7

II.2.1) Title

Livelihoods (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Livelihoods (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 8

II.2.1) Title

Social Development (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Social Development (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 9

II.2.1) Title

Procurement and Logistics (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Procurement and Logistics (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 10

II.2.1) Title

Research (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

73000000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Research (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 11

II.2.1) Title

Climate Change and Environment (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

45262640

71313000

71313400

71313420

71313430

71313440

71313450

80540000

90000000

90720000

90721000

90722200

90700000

90710000

90711000

90711200

90711300

90711400

90711500

90712000

90712100

90712500

90713000

90714000

90714100

90714200

90714300

90714400

90714500

98342000

90714600

90722000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Climate Change and Environment (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 12

II.2.1) Title

Conflict and Governance (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

75231000

75230000

35000000

35120000

35121000

48730000

48731000

48732000

72212730

72212731

72212732

75240000

75241000

73400000

73421000

73431000

75000000

79000000

79710000

79700000

79212110

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Conflict and Governance (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 13

II.2.1) Title

Education (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

85311300

80310000

98133110

85312120

37524100

39162000

45214000

45214500

48190000

72212190

75121000

80490000

80000000

80100000

80110000

80200000

80210000

80211000

80212000

80300000

80320000

80330000

80340000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Education (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 14

II.2.1) Title

Human Development and Health (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

85323000

85000000

85147000

80561000

80560000

85144000

85140000

75122000

66512200

71317210

71317200

45215100

45215000

85100000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Human Development and Health (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 15

II.2.1) Title

Humanitarian (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Humanitarian (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 16

II.2.1) Title

Infrastructure (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

71311300

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Infrastructure (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 17

II.2.1) Title

Livelihoods (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Livelihoods (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 18

II.2.1) Title

Social Development (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Social Development (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology 7 / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 19

II.2.1) Title

Procurement and Logistics (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Procurement and Logistics (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 20

II.2.1) Title

Research (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

73000000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Research (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 21

II.2.1) Title

Statistics and Data (lower value call-down contracts - up to £3m per contract)

II.2.2) Additional CPV code(s)

75211200

73000000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Statistics and Data (lower value call-down contracts - up to £3m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Lot No: 22

II.2.1) Title

Statistics and Data (higher value call-down contracts – from £3m up to £12m per contract)

II.2.2) Additional CPV code(s)

75211200

73000000

II.2.3) Place of performance

NUTS code:

UKM95


Main site or place of performance:

Global.

II.2.4) Description of the procurement

Overseas development assistance in the thematic area of Statistics and Data (higher value call-down contracts – from £3m up to £12m per contract) - as detailed in the Terms of Reference.

II.2.5) Award criteria

Quality criterion: T1 Expertise of Organisation / Weighting: 17

Quality criterion: T2 Methodology / Weighting: 7

Quality criterion: T3 Methodology / Weighting: 22

Quality criterion: T4 Innovation / Weighting: 7

Quality criterion: T5 Learning and Knowledge Management / Weighting: 7

Cost criterion: C1 % Discounts / Weighting: 25 %

Cost criterion: C2 Commercial Risk and Mitigation / Weighting: 10 %

Cost criterion: C3 Value for money / Weighting: 5 %

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend for a further two periods of up to 12-months each (subject to ongoing need).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authority expressly reserves the right (i) not to award the Framework Agreement as a result of the procurement commenced by the publication of this notice, and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances shall the Authority be liable for any costs incurred by the candidates.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about 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:

2018/S 193-436739

Section V: Award of contract

Lot No: 1

Contract No: 8373

Title: Climate Change and Environment (Lower Value Call-down Contracts — up to 3 000 000 GBP per Contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 21

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Plan International UK

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montrose International

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

Near East Foundation UK

london

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

ODI Sales Ltd

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pegasys Europe Ltd

london

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worldwide Ltd.

Surrey

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

International Institute for Environment and Development (IIED)

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

Deutsche Welthungerhilfe

Bonn

DE

NUTS: DEA22

The contractor is an SME: No

V.2.3) Name and address of the contractor

UKRI Centre for Ecology & Hydrology

Swindon

UK

NUTS: UKK14

The contractor is an SME: No

V.2.3) Name and address of the contractor

AGULHAS APPLIED KNOWLEDGE LTD

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: 8373

Title: Conflict and Governance (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 42

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

BDO LLP

london

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

INTERNATIONAL ALERT

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

ITAD LTD

Hove

UK

NUTS: UKJ21

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pact Gloabal (UK) CIO

Somerset

UK

NUTS: UKK23

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE INSTITUTE OF DEVELOPMENT STUDIE

East Sussex

UK

NUTS: UKJ22

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE POLICY PRACTICE LTD

Brighton

UK

NUTS: UKJ21

The contractor is an SME: No

V.2.3) Name and address of the contractor

Torchlight Group Ltd

Swindon

UK

NUTS: UKK14

The contractor is an SME: No

V.2.3) Name and address of the contractor

WESTMINSTER FOUNDATION FOR DEMOCRACY

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

ODI Sales Ltd

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

American Bar Association Fund for Justice and Education

East Kilbride

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CowaterSogema International Inc

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worldwide Ltd

Surrey

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Integrity Research and Consultancy

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

SAFERWORLD

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

M&C Saatchi World Services

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: 3

Title: Education (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 24

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGRITEAM CANADA CONSULTING LTD

East kilbride

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Charlie Goldsmith Associates Limited

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Relief International

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

World Vision

Milton Keynes

UK

NUTS: UKJ12

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Contract No: 8373

Title: Human Development and Health (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 27

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGRITEAM CANADA CONSULTING LTD

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CowaterSogema International Inc.

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

ECORYS UK Ltd.

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

INTERNATIONAL HIV/AIDS ALLIANCE

Hove

UK

NUTS: UKJ21

The contractor is an SME: No

V.2.3) Name and address of the contractor

M&C Saatchi World Services

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montrose International

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

People in Need

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

PricewaterhouseCoopers Pvt.Ltd

south lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Terre des hommes Helping children worldwide Foundation

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE INSTITUTE OF DEVELOPMENT STUDIES

Brighton

UK

NUTS: UKJ21

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Contract No: 8373

Title: Humanitarian (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Action Aid UK

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Give Directly

South Lanarkshire

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Global Public Policy Institute (GPPi)

South Lanarkshire

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worlwide

Surrey

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

Oxford Policy Management

Oxford

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

Plan International UK

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Halo Trust

London

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE INSTITUTE OF DEVELOPMENT STUDIES

Brighton

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CDAC Network

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Contract No: 8373

Title: Infrastructure (low value call-down contracts – up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CowaterSogema International Inc.

South Lanarkshire

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC worldwide Ltd

Surrey

UK

NUTS: UKJ26

The contractor is an SME: No

V.2.3) Name and address of the contractor

Marriott Davies Yapp Trading as MDY Legal

London

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

TRL Limited

Berkshire

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Pegasys Europe Ltd

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Tearfund

London

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vivid Economics

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Contract No: 8373

Title: Livelihoods (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 14

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGRITEAM CANADA CONSULTING LTD

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CowaterSogema International Inc.

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

GiveDirectly, Inc

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worldwide Ltd.

Surrey

UK

NUTS: UKJ25

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montrose International

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

PricewaterhouseCoopers Pvt.Ltd

south lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Swisscontact

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vivid Economics Limited

London

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Tearfund

Teddington

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The Institute of Development Studies

Brighton

UK

NUTS: UKJ21

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Contract No: 8373

Title: Social Development (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 16

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AGRITEAM CANADA CONSULTING LTD

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

ARK Group DMCC

South Lanakshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CARE INTERNATIONAL UK

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worldwide Ltd.

surrey

UK

NUTS: UKJ26

The contractor is an SME: No

V.2.3) Name and address of the contractor

M&C Saatchi World Services

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

Mannion Daniels Limited

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montrose International

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

ODI Sales Ltd

London

UK

NUTS: UKI5

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

Social Development Direct Ltd

London

UK

NUTS: UKI7

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE INSTITUTE OF DEVELOPMENT STUDIES

Easat Sussex

UK

NUTS: UKJ22

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Whitelum Group Pty Ltd

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Contract No: 8373

Title: Procurement and Logistics (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/07/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Long O Donnell Associates

Manchester

UK

NUTS: UKD33

The contractor is an SME: No

V.2.3) Name and address of the contractor

IPA-International Procurement Agency (BV)

East Kilbride

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Oxford Policy Management

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Contract No: 8373

Title: Research (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 22

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

WYG Inernational

Nottingham

UK

NUTS: UKI32

The contractor is an SME: No

V.2.3) Name and address of the contractor

IMC Worldwide Ltd.

Redhill

UK

NUTS: UKJ2

The contractor is an SME: No

V.2.3) Name and address of the contractor

Montrose International

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

NATURAL RESOURCES INSTITUTE (University of Greenwich)

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Oxford Policy Management

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

UNIVERSITY OF SOUTHAMPTON

Southampton

UK

NUTS: UKJ32

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 11

Contract No: 8373

Title: Climate Change and Environment (lower value call-down contracts - up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 17

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CARDNO EMERGING MARKETS (UK) LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Chemonics

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

IPE Global Ltd.

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

Croydon

UK

NUTS: UKI62

The contractor is an SME: No

V.2.3) Name and address of the contractor

PALLADIUM

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 12

Contract No: 8373

Title: Conflict and Governance (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 24

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Christian Aid

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

COFFEY INTERNATIONAL DEVELOPMENT LTD

Reading

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

ECORYS UK Ltd.

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

ICF Consulting Limited

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 13

Contract No: 8373

Title: Education (Value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 20

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADAM SMITH INTERNATIONAL LTD

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

Education Development Trust

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

Croydon

UK

NUTS: UKI62

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 14

Contract No: 8373

Title: Human Development and Health (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 21

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

AKF (UK) - Aga Khan Foundation (United Kingdom)

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CONCERN WORLDWIDE

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Crown Agents

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

INTERNATIONAL RESCUE COMMITTEE

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

Croydon

UK

NUTS: UKI62

The contractor is an SME: No

V.2.3) Name and address of the contractor

OPTIONS CONSULTANCY SERVICES LIMITED

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

PALLADIUM

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

POPULATION SERVICES INTERNATIONAL

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 15

Contract No: 8373

Title: Humanitarian (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 18

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADAM SMITH INTERNATIONAL LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Catholic Relief Services

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHRISTIAN AID

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

Crown Agents

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

DANISH REFUGEE COUNCIL

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

INTERNATIONAL RESCUE COMMITTEE

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFAM INSTITUTIONAL INCOME ACCOUNT

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Palladium

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE SAVE THE CHILDREN FUND

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

WORLD VISION

Milton Kenyes

UK

NUTS: UKJ12

The contractor is an SME: No

V.2.3) Name and address of the contractor

CARE INTERNATIONAL UK

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 16

Contract No: 8373

Title: Infrastructure (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 23

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADAM SMITH INTERNATIONAL LTD

Kondon

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

CARDNO EMERGING MARKETS (UK) LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

COFFEY INTERNATIONAL DEVELOPMENT LTD

berkshire

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

Crown Agents

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

IPE Global Ltd.

south lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

LTS International Ltd

Edinburgh

UK

NUTS: UKM75

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

Croydon

UK

NUTS: UKI62

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Boston Consulting Group UK LLP

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

WYG International

Nottingham

UK

NUTS: UKF14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 17

Contract No: 8373

Title: Livelihoods(higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 20

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADAM SMITH INTERNATIONAL LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

CARDNO EMERGING MARKETS (UK) LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

Catholic Relief Services

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

COFFEY INTERNATIONAL DEVELOPMENT LTD

Berkshire

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.3) Name and address of the contractor

ECORYS UK Ltd.

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

LTS International Ltd.

Edinburgh

UK

NUTS: UKM75

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFAM INSTITUTIONAL INCOME ACCOUNT

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

PALLADIUM

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 18

Contract No: 8373

Title: Social Development (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 22

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

ADAM SMITH INTERNATIONAL LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

British Council

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

CARDNO EMERGING MARKETS (UK) LTD

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

CowaterSogema International Inc.

South lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

MOTT MACDONALD LTD

Croydon

UK

NUTS: UKI62

The contractor is an SME: No

V.2.3) Name and address of the contractor

OPTIONS CONSULTANCY SERVICES LIMITED

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFAM INSTITUTIONAL INCOME ACCOUNT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Boston Consulting Group UK LLP

London

UK

NUTS: UKI4

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 19

Contract No: 8373

Title: Procurement and Logistics (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/07/2019

V.2.2) Information about tenders

Number of tenders received: 6

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CARDNO EMERGING MARKETS (UK) LTD

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

CHEMONICS

south lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Committed to Good Ltd.

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.3) Name and address of the contractor

Crown Agents

london

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

PALLADIUM

London

UK

NUTS: UKI3

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 20

Contract No: 8373

Title: Research (higher value call-down contracts – from £3m up to £12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 8

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Chemonics

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

COFFEY INTERNATIONAL DEVELOPMENT LTD

Berkshire

UK

NUTS: UKJ11

The contractor is an SME: No

V.2.3) Name and address of the contractor

LTS International Ltd.

Edinburgh

UK

NUTS: UKM75

The contractor is an SME: No

V.2.3) Name and address of the contractor

Overseas Development Institute (ODI)

London

UK

NUTS: UKI6

The contractor is an SME: No

V.2.3) Name and address of the contractor

THE INSTITUTE OF DEVELOPMENT STUDIES

East Sussex

UK

NUTS: UKJ22

The contractor is an SME: No

V.2.3) Name and address of the contractor

The Population Council

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

University of Oxford - Research Services (GCRF Team)

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 123 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 21

Contract No: 8373

Title: Statistics and Data (low value call-down contracts – up to £3m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

LTS International Ltd.

Edinburgh

UK

NUTS: UKM75

The contractor is an SME: No

V.2.3) Name and address of the contractor

OXFORD POLICY MANAGEMENT

Oxford

UK

NUTS: UKJ14

The contractor is an SME: No

V.2.3) Name and address of the contractor

PricewaterhouseCoopers Pvt.Ltd

South Lanarkshire

UK

NUTS: UKM95

The contractor is an SME: No

V.2.3) Name and address of the contractor

Vivid Economics Limited

London

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 22

Contract No: 8373

Title: Statistics and Data (High Value call-down contracts - from £3m -£12m per contract)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/05/2019

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

DAI Europe

Hertfordshire

UK

NUTS: UKH23

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 136 363 363.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Procurement documents should be accessed via the DFID Supplier Portal at https://supplierportal.dfid.gov.uk/selfservice/.

The thematic areas covered are:

— climate change and environment,

— conflict and governance,

— education,

— human development and health,

— humanitarian,

— infrastructure,

— livelihoods,

— social development,

— procurement and logistics,

— research,

— statistics and data.

Each thematic area will have 2 lots:

— a low-value lot up to 3 000 000 GBP to encourage new supplier base and capacity building in priority DFID/HMG countries (Lots 1-10 and 21),

— a high-value lot of 3 000 000 GBP - 12 000 000 GBP (Lots 11-20 and 22).

Note:

1) In order to be included in the Framework Agreement, successful organisations will need to qualify in at least one thematic lot;

2) Organisations should note that they are not required to be able to deliver every aspect of the thematic lot (as detailed in the terms of reference) in order to qualify.

In order to qualify, organisations must be able to deliver at least one aspect of the thematic lot (as detailed in the terms of reference).

3) Organisations should ensure that they review the 'Framework Rules regarding eligibility to tender for lots' — included within the terms of reference.

The ultimate beneficiaries of the services to be delivered under the Framework Agreement will include partner governments, civil society and direct beneficiaries.

The users of the Framework Agreement who will be entitled to enter into call-down contracts for the benefit of the ultimate beneficiaries are UK Government departments, agencies and public bodies and the devolved administrations. It is anticipated that the Framework Agreement will be used by DFID and at least the following other government departments (OGDs):

— foreign and commonwealth office,

— department for international trade,

— home office,

— department of health,

— department for business, energy and industrial strategy,

— department for environment food and rural affairs,

— department for culture media and sports,

— office for national statistics,

— ministry of defence,

— HM revenue and customs,

— HM treasury,

— department for education,

— department for work and pensions,

— department for transport,

— Scottish Government,

— Welsh Government.

This list is not exhaustive. A complete list of OGDs who are entitled to use the Framework can be found at https://www.gov.uk/government/organisations.

This list may be updated from time to time due to re-structuring or re-organisation.

VI.4) Procedures for review

VI.4.1) Review body

Gerry O'Connor, Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.4.2) Body responsible for mediation procedures

Gerry O'Connor, Department for International Development

Eaglesham Road

East Kilbride

G75 8EA

UK

VI.5) Date of dispatch of this notice

15/07/2019

Coding

Commodity categories

ID Title Parent category
90714400 Activity specific environmental auditing services Environmental auditing
75000000 Administration, defence and social security services Defence and security
75121000 Administrative educational services Administrative services of agencies
75122000 Administrative healthcare services Administrative services of agencies
79000000 Business services: law, marketing, consulting, recruitment, printing and security Other Services
85323000 Community health services Social services
85147000 Company health services Miscellaneous health services
45214500 Construction work for buildings of further education Construction work for buildings relating to education and research
45214000 Construction work for buildings relating to education and research Building construction work
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
90714200 Corporate environmental auditing services Environmental auditing
79212110 Corporate governance rating services Auditing services
72212732 Data security software development services Programming services of application software
48732000 Data security software package Security software package
85312120 Daycare services for disabled children and young people Social work services without accommodation
73421000 Development of security equipment Pre-feasibility study and technological demonstration
80000000 Education and training services Education
39162000 Educational equipment School furniture
37524100 Educational games Games
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
90714000 Environmental auditing Environmental management
90722200 Environmental decontamination services Environmental rehabilitation
71313000 Environmental engineering consultancy services Consultative engineering and construction services
71313440 Environmental Impact Assessment (EIA) services for construction Environmental engineering consultancy services
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
90711000 Environmental impact assessment other than for construction Environmental management
45262640 Environmental improvement works Special trade construction works other than roof works
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
90711300 Environmental indicators analysis other than for construction Environmental impact assessment other than for construction
90714100 Environmental information systems Environmental auditing
90712500 Environmental institution building or planning Environmental planning
90713000 Environmental issues consultancy services Environmental management
90710000 Environmental management Environmental services
71313450 Environmental monitoring for construction Environmental engineering consultancy services
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
90712000 Environmental planning Environmental management
90720000 Environmental protection Environmental services
90714500 Environmental quality control services Environmental auditing
90722000 Environmental rehabilitation Environmental protection
90721000 Environmental safety services Environmental protection
90714600 Environmental security control services Environmental auditing
90700000 Environmental services Sewage, refuse, cleaning and environmental services
71313420 Environmental standards for construction Environmental engineering consultancy services
90711200 Environmental standards other than for construction Environmental impact assessment other than for construction
80540000 Environmental training services Training services
72212731 File security software development services Programming services of application software
48731000 File security software package Security software package
75211200 Foreign economic-aid-related services Foreign-affairs services
75211000 Foreign-affairs services Foreign affairs and other services
80560000 Health and first-aid training services Training services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
85000000 Health and social work services Other Services
66512200 Health insurance services Accident and health insurance services
85100000 Health services Health and social work services
80561000 Health training services Health and first-aid training services
80300000 Higher education services Education and training services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
75231000 Judicial services Justice services
75230000 Justice services Provision of services to the community
80320000 Medical education services Higher education services
85140000 Miscellaneous health services Health services
80490000 Operation of an educational centre Adult and other education services
80110000 Pre-school education services Primary education services
80100000 Primary education services Education and training services
75241000 Public security services Public security, law and order services
75240000 Public security, law and order services Provision of services to the community
73000000 Research and development services and related consultancy services Research and Development
73400000 Research and Development services on security and defence materials Defence and security
85144000 Residential health facilities services Miscellaneous health services
80330000 Safety education services Higher education services
80200000 Secondary education services Education and training services
90714300 Sectoral environmental auditing services Environmental auditing
35121000 Security equipment Surveillance and security systems and devices
79710000 Security services Investigation and security services
72212730 Security software development services Programming services of application software
48730000 Security software package Software package utilities
35000000 Security, fire-fighting, police and defence equipment Defence and security
98133110 Services provided by youth associations Services furnished by social membership organisations
90000000 Sewage, refuse, cleaning and environmental services Environment and Sanitation
80340000 Special education services Higher education services
35120000 Surveillance and security systems and devices Emergency and security equipment
80210000 Technical and vocational secondary education services Secondary education services
80211000 Technical secondary education services Technical and vocational secondary education services
73431000 Test and evaluation of security equipment Test and evaluation
90712100 Urban environmental development planning Environmental planning
80212000 Vocational secondary education services Technical and vocational secondary education services
85311300 Welfare services for children and young people Social work services with accommodation
98342000 Work environment services Accommodation and office services
80310000 Youth education services Higher education services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
commercialframeworksteam@dfid.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.