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

Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)

  • First published: 30 September 2025
  • Last modified: 30 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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:
ocds-h6vhtk-042e02
Published by:
Foreign Commonwealth and Development Office
Authority ID:
AA79861
Publication date:
30 September 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
75211200 Foreign economic-aid-related services Foreign-affairs 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:
susan.lynch@fcdo.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.