Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/b9dd1877-59d7-4047-bccb-885f9b415ac1
22nd February 2022 - Future opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}