Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Foreign Commonwealth and Development Office
Abercrombie House
East Kilbride
SW1A 2AH
UK
Contact person: Susan Lynch
Telephone: +44 1355843620
E-mail: susan.lynch@fcdo.gov.uk
NUTS: UKM95
Internet address(es)
Main address: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
I.2) Joint procurement
The contract is awarded by a central purchasing body
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: Diplomatic Services and International Development
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)
Reference number: ITT_6552
II.1.2) Main CPV code
75211200
II.1.3) Type of contract
Services
II.1.4) Short description
GEMFA 2 will replace and build upon the current Global Evaluation and Monitoring Framework Agreement (GEMFA).
GEMFA 2 will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
GEMFA 2 is split into 5 Lots:
Lot 1 - Global High Value > £750K
Lot 4 - Regional Lot. East Africa (all contract values)
Lot 5 - Regional Lot. MENA & Afghanistan and Pakistan (all contract values)
Lot 7 - Regional Lot. Western Balkans, Eastern Europe and Central Asia (all contract
values)
Lot 8 - Global Low Value <£750k
The Framework Agreement commenced on 01 September 2025 for a period of 3 years with a one (1) year extension option subject to ongoing need.
The maximum throughput of the Framework Agreement will be GBP 500 000 000 covering all lots for the lifetime of the Framework Agreement.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
500 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Global High Value >£750K
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
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a
maximum budget of GBP 500 000 000.
The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029
subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of
the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract.
Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement was awarded.
II.2.5) Award criteria
Quality criterion: Ability to Deliver Call Down Requirements
/ Weighting: 26
Quality criterion: Technical Expertise
/ Weighting: 66
Quality criterion: Conflict of Interest
/ Weighting: 8
Quality criterion: Portfolio MEL eligibility to deliver Portfolio MEL contracts
/ Weighting: Pass Fail
Quality criterion: Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances
/ Weighting: Pass Fail
Quality criterion: ICAI Requirements eligibility to deliver ICAI contracts
/ Weighting: Pass Fail
Cost criterion: Confirmation of acceptance of the Fee Rate Price Ceilings
/ Weighting: 100
II.2.11) Information about options
Options:
Yes
Description of options:
Options to extend:
The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value.
The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO.
Options on awarding places on the Framework:
Following completion of the SQ evaluation, successful potential suppliers were invited to submit bids for the ITT. Thirty Two (32) Potential Suppliers were invited to the ITT and following the completion of the ITT evaluation, the Framework Agreement was offered to the Top 15 Potential Suppliers for the Global Lots (1 and 8), and the Top 5 Suppliers for the Regional Lots (4, 5 and 7) who met the required capability and achieved the highest combined Technical and Commercial Score. The Commercial Score was based on a Pass/Fail.
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
Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference.
Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers.
Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers.
There were no successful Lead Suppliers for Lot 2
Lot No: 4
II.2.1) Title
Regional East Africa All Contract Values
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
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a
maximum budget of GBP 500 000 000.
The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029
subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of
the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract.
Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal
https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement was awarded.
II.2.5) Award criteria
Quality criterion: Ability to Deliver Call Down Requirements
/ Weighting: 26
Quality criterion: Technical Expertise
/ Weighting: 66
Quality criterion: Conflict of Interest
/ Weighting: 8
Quality criterion: Portfolio MEL eligibility to deliver Portfolio MEL contracts
/ Weighting: Pass Fail
Quality criterion: Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances
/ Weighting: Pass Fail
Quality criterion: ICAI Requirements eligibility to deliver ICAI contracts
/ Weighting: Pass Fail
Cost criterion: Fee Rate Price Ceilings
/ Weighting: Pass Fail
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend
The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value.
The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO.
Options on awarding places on the Framework.
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
Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference.
Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers.
Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers.
There were no successful Lead Suppliers for Lot 2
Lot No: 5
II.2.1) Title
Regional MENA & Afghanistan and Pakistan All Contract Values
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
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a
maximum budget of GBP 500 000 000.
The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029
subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of
the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract.
Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal
https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement was awarded.
II.2.5) Award criteria
Quality criterion: Ability to Deliver Call Down
/ Weighting: 26
Quality criterion: Technical Expertise
/ Weighting: 66
Quality criterion: Conflict of Interest
/ Weighting: 88
Quality criterion: Portfolio MEL eligibility to deliver Portfolio MEL contracts
/ Weighting: Pass Fail
Quality criterion: Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances
/ Weighting: Pass Fail
Quality criterion: ICAI Requirements eligibility to deliver ICAI contracts
/ Weighting: Pass Fail
Cost criterion: Fee Rate Price Ceilings
/ Weighting: Pass Fail
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend
The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value.
The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO.
Options on awarding places on the Framework.
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
Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference.
Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers.
Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers.
There were no successful Lead Suppliers for Lot 2
Lot No: 7
II.2.1) Title
Regional Western Balkans Eastern Europe and Central Asia All Contract Values
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
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a
maximum budget of GBP 500 000 000.
The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029
subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of
the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract.
Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal
https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement was awarded.
II.2.5) Award criteria
Quality criterion: Ability to Deliver Call Down
/ Weighting: 26
Quality criterion: Technical Expertise
/ Weighting: 66
Quality criterion: Conflict of Interest
/ Weighting: 8
Quality criterion: Portfolio MEL eligibility to deliver Portfolio MEL contracts
/ Weighting: Pass Fail
Quality criterion: Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances
/ Weighting: Pass Fail
Quality criterion: ICAI Requirements eligibility to deliver ICAI contracts
/ Weighting: Pass Fail
Cost criterion: Fee Rate Price Ceilings
/ Weighting: Pass Fail
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend
The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value.
The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO.
Options on awarding places on the Framework.
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
Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference.
Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers.
Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers.
There were no successful Lead Suppliers for Lot 2
Lot No: 8
II.2.1) Title
Global Low Value <£750K
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
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation’s policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes.
The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a
maximum budget of GBP 500 000 000.
The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029
subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO.
Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of
the ITT Pack) will come in at a lower level.
The recipients of the services will be determined in each call-down contract.
Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal
https://fcdo.bravosolution.co.uk
An FCDO standard Framework Agreement was awarded.
II.2.5) Award criteria
Quality criterion: Ability to Deliver Call Down
/ Weighting: 26
Quality criterion: Technical Expertise
/ Weighting: 66
Quality criterion: Conflict of Interest
/ Weighting: 8
Quality criterion: Portfolio MEL eligibility to deliver Portfolio MEL contracts
/ Weighting: Pass Fail
Quality criterion: Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances
/ Weighting: Pass Fail
Quality criterion: ICAI Requirements eligibility to deliver ICAI contracts
/ Weighting: Pass Fail
Cost criterion: Fee Rate Price Ceilings
/ Weighting: Pass Fail
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend
The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value.
The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO.
Options on awarding places on the Framework.
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
Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference.
Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers.
Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers.
There were no successful Lead Suppliers for Lot 2
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
2024/S 000-025285
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Abt Britain Limited
1 Chamberlain Square Cs
Birmingham
B3 3AX
UK
NUTS: UKG31
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719,
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Alinea International Ltd
200-14707 Bannister Road SE
Canada
T2X 1Z2
CA
NUTS: CA
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cadmus International UK Limited
1st Floor Kirkaldy House 99 Southwark Street
London
SE1 0JF
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Chemonics Group UK Limited
1 Benjamin Street Farringdon
London
EC1M 5QL
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Cowater International SA
Silver Building Boulevard Auguste Reyers 70A 1030
Brussels
1030
BE
NUTS: BE
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DAI Global UK Ltd
3rd Floor, One Smarts Place
London
WC2B 5LW
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DT GLOBAL INTERNATIONAL DEVELOPMENT UK LTD
The Leather Market, Unit 11.3.1 11 – 13 Weston Street
London
SE1 3ER
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ecorys UK Limited
Albert House Quay Place 92-93 Edward Street
Birmingham
UK
NUTS: UKG31
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Genesis Analytics Limited
50 6th Road Hyde Park
Johannesburg
2196
ZA
NUTS: ZA
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Integrity Global Ltd
Somerset House, The Strand
London
WC2R 1LA
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ITAD Limited
International House Queens Road
Brighton
UK
NUTS: UKJ21
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Landell Mills International Ltd
The Old Station House 15a Main Street Blackrock
Dublin
A94 T8P8
IE
NUTS: IE061
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
NIRAS Group (UK) Ltd
Kings Ride Court, Kings Ride
Ascot, Berkshire
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Oxford Policy Management Limited
Ground Floor 40-41 Park End Street
Oxford
OX1 1JD
UK
NUTS: UKJ14
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 1
Contract No: ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721
Title: Global High Value >£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 8
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Tetra Tech International Development Limited
1 Northfield Road, Reading
Berkshire
RG1 8AH
UK
NUTS: UKJ11
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 4
Contract No: ECM_7750, 7751
Title: Regional East Africa All Contract Values
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Ipsos Limited
Acorn House, James Gichuru Road
Lavington
00200
KE
NUTS: KE
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 4
Contract No: ECM_7750, 7751
Title: Regional East Africa All Contract Values
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mannion Daniels Limited
Lynton House, 7-12 Tavistock Square
London
WC1H 9BQ
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 5
Contract No: ECM_7752
Title: Regional MENA and AFPAK All Contract Values
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
COAR Global Ltd
221 CT Business Center, Helios Court, Flat/Office 6 Ground Floor
Limassol
3036
CY
NUTS: CY000
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 7
Contract No: ECM_7753
Title: Regional Western Balkans, Eastern Europe and Central Asia All contract values
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Policy and Management Consulting Group
35 Orbeliani Street
Tbilisi
0102
GE
NUTS: GE
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Agulhas Applied Knowledge
10E Branch Place
London
N1 5PH
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Athena Infonomics LLC
5402 Huntington Pkwy Bethesda
Maryland
US
NUTS: US
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Humanitarian Impact Institute Limited
The Academy, 42 Pearse Street
Dublin
D02 KA44
IE
NUTS: IE061
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Mannheimer Zentrum für Evaluation und Entwicklungsforschung (C4ED)
O7, 3
Mannheim
68161
DE
NUTS: DE
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Montrose International LLP
2nd Floor, 168 Shoreditch High Street
London
E1 6RA
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Muller Kocher Ltd (Adderaglobal)
4 Romayne Close
Farnborough
GU14 8PB
UK
NUTS: UKJ35
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Tropical Health Consulting LLP
10 West Lodge Avenue
London
W3 9SF
UK
NUTS: UKI
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Verian Group UK Ltd
4 Millbank
London
SW1P 3JA
UK
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Voluntas Advisory ApS
Toldbodgade 51D, 5
København K
DK-1253
DK
NUTS: DK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section V: Award of contract
Lot No: 8
Contract No: ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763
Title: Global Low Value <£750K
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: 9
Number of tenders received by electronic means: 10
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
WEglobal
Oran Mahallesi, Kudüs Caddesi No: 6/1
Ankara
06805
TR
NUTS: TR
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 500 000 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted:
Value or proportion likely to be subcontracted to third parties
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Foreign, Commonwealth and Development Office
Abercrombie House, Eaglesham Road
East Kilbride
G75 8EA
UK
VI.5) Date of dispatch of this notice
29/09/2025