Planning

Evidence Review & PESTLE Analysis of the Illegal Wildlife Trade

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Planning

22 Feb 2022 at 16:02

Summary of the contracting process

The procurement process is initiated by the Defra Network eTendering Portal, which is seeking submissions for a tender titled "Evidence Review & PESTLE Analysis of the Illegal Wildlife Trade". This opportunity falls within the agricultural, farming, fishing, forestry, and related products industry sector. The tender is currently in the planning stage, with the contract set to start on 1st May 2022 and conclude on 31st October 2022. A future notice regarding this procurement process is expected on or before 1st April 2022, indicating key timelines for prospective bidders to prepare.

This tender presents significant opportunities for businesses, particularly those specialising in research and consultancy within environmental and wildlife preservation sectors. Companies with expertise in political, economic, social, technological, legal, and environmental assessments are particularly well-suited to engage in this process, given the focus on analysing the illegal wildlife trade influences across selected countries. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are encouraged to consider this opportunity as they can contribute valuable insights in addressing complex environmental issues while expanding their service offerings.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Evidence Review & PESTLE Analysis of the Illegal Wildlife Trade

Notice Description

The Authority is calling for the market to review the draft specification and input into the design of the programme. This is the markets opportunity to engage with the Authority prior to publication of the planned tender. Through this Terms of Reference (ToR), the Authority is seeking a Supplier to carry out an assessment of the IWT supply chain from the lens of key countries. A core component of this assessment will be a political, economic, social, technological, legal, and environmental analysis to understand to what extent these factors influence IWT supply chains in each country. This analysis will provide a supporting evidence base for the development of future UK interventions to counter IWT, based on an accurate picture of the IWT situation in country. This includes building an understanding of transnational supply chains, best practice, opportunities, and priority of interventions. This analysis will be focused within Cambodia, China, Laos, Malawi, Mozambique, Nigeria, South Africa and Vietnam. These countries have been chosen due to their interaction with known significant IWT supply chains and represent supply, transit and destination countries. These countries represent an interest for the UK in terms of recognising the scale of the issue and impact on supply chains, building the evidence base to support future engagement, including opportunities to build on existing best practice interventions, and expand on/ complement existing UK programming and engagement. The analysis will be split into 4 workstreams to be undertaken in each country: Workstream 1: Provide an overview of the IWT situation in each country, and the role of each country directly or indirectly in global IWT, through supply, transit and/or demand of illegal products. Identify the key geographical linkages through the supply chain and review the evidence relating to trends and scale of IWT. Workstream 2: Provide a detailed assessment of the political, economic, social, technological, cultural, and environmental factors in country that are driving the illegal wildlife trade and the significance and scale of each factor in facilitating it. Workstream 3: Identify current interventions within countries, assessing their effectiveness in delivering change (including identifying other donors and their activities), and any gaps in existing approaches. Workstream 4: Building on Workstream 3, identify gaps in counter IWT interventions and outcomes, including where activities could be enhanced and expanded. Applying lessons learned from Workstream 2, assess these gaps for opportunities for future engagement, including considering: evidence of need; evidence of effectiveness; feasibility and potential constraints; impact on IWT; scalability and sustainability.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7b697411-ed2f-4655-9848-c361b03519bf
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/b9dd1877-59d7-4047-bccb-885f9b415ac1
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

73 - Research and development services and related consultancy services

90 - Sewage, refuse, cleaning and environmental services

92 - Recreational, cultural and sporting services


CPV Codes

03000000 - Agricultural, farming, fishing, forestry and related products

73000000 - Research and development services and related consultancy services

90700000 - Environmental services

90713000 - Environmental issues consultancy services

92534000 - Wildlife preservation services

Notice Value(s)

Tender Value
£1
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20224 years ago
Submission Deadline
Not specified
Future Notice Date
1 Apr 2022Expired
Award Date
Not specified
Contract Period
30 Apr 2022 - 31 Oct 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SHEFFIELD
Postcode
S9 4WF
Post Town
Sheffield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE3 South Yorkshire
Small Region (ITL 3)
TLE32 Sheffield
Delivery Location
Not specified

Local Authority
Sheffield
Electoral Ward
Darnall
Westminster Constituency
Sheffield South East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-7b697411-ed2f-4655-9848-c361b03519bf-2022-02-22T16:02:18Z",
    "date": "2022-02-22T16:02:18Z",
    "ocid": "ocds-b5fd17-7b697411-ed2f-4655-9848-c361b03519bf",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/b9dd1877-59d7-4047-bccb-885f9b415ac1",
                "datePublished": "2022-02-22T16:02:18Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a0cddfaf-58ed-47ce-8b7f-98d56f5cb796",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/953813fb-2693-4c63-b521-3985c1d45cc0",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "tender": {
        "id": "tender_296592/1046394",
        "title": "Evidence Review & PESTLE Analysis of the Illegal Wildlife Trade",
        "description": "The Authority is calling for the market to review the draft specification and input into the design of the programme. This is the markets opportunity to engage with the Authority prior to publication of the planned tender. Through this Terms of Reference (ToR), the Authority is seeking a Supplier to carry out an assessment of the IWT supply chain from the lens of key countries. A core component of this assessment will be a political, economic, social, technological, legal, and environmental analysis to understand to what extent these factors influence IWT supply chains in each country. This analysis will provide a supporting evidence base for the development of future UK interventions to counter IWT, based on an accurate picture of the IWT situation in country. This includes building an understanding of transnational supply chains, best practice, opportunities, and priority of interventions. This analysis will be focused within Cambodia, China, Laos, Malawi, Mozambique, Nigeria, South Africa and Vietnam. These countries have been chosen due to their interaction with known significant IWT supply chains and represent supply, transit and destination countries. These countries represent an interest for the UK in terms of recognising the scale of the issue and impact on supply chains, building the evidence base to support future engagement, including opportunities to build on existing best practice interventions, and expand on/ complement existing UK programming and engagement. The analysis will be split into 4 workstreams to be undertaken in each country: Workstream 1: Provide an overview of the IWT situation in each country, and the role of each country directly or indirectly in global IWT, through supply, transit and/or demand of illegal products. Identify the key geographical linkages through the supply chain and review the evidence relating to trends and scale of IWT. Workstream 2: Provide a detailed assessment of the political, economic, social, technological, cultural, and environmental factors in country that are driving the illegal wildlife trade and the significance and scale of each factor in facilitating it. Workstream 3: Identify current interventions within countries, assessing their effectiveness in delivering change (including identifying other donors and their activities), and any gaps in existing approaches. Workstream 4: Building on Workstream 3, identify gaps in counter IWT interventions and outcomes, including where activities could be enhanced and expanded. Applying lessons learned from Workstream 2, assess these gaps for opportunities for future engagement, including considering: evidence of need; evidence of effectiveness; feasibility and potential constraints; impact on IWT; scalability and sustainability.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "03000000",
            "description": "Agricultural, farming, fishing, forestry and related products"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "73000000",
                "description": "Research and development services and related consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "90700000",
                "description": "Environmental services"
            },
            {
                "scheme": "CPV",
                "id": "90713000",
                "description": "Environmental issues consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "92534000",
                "description": "Wildlife preservation services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2022-04-01T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-05-01T00:00:00+01:00",
            "endDate": "2022-10-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        }
    },
    "parties": [
        {
            "id": "GB-CFS-198923",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Quadrant 2, 99 Parkway Avenue",
                "locality": "Sheffield",
                "postalCode": "S9 4WF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Andy",
                "email": "Andy.Wareham@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-198923",
        "name": "Defra Network eTendering Portal"
    }
}