Award

Provision of MERL Services for the Home Office's Global SOC Portfolio

HOME OFFICE

This public procurement record has 2 releases in its history.

AwardUpdate

16 Feb 2024 at 10:56

Award

16 Feb 2024 at 10:52

Summary of the contracting process

The Home Office has recently awarded a contract for the Provision of MERL Services for its Global SOC Portfolio. The contract is classified under business services and has a value of £937,399 GBP. The procurement method used was selective, calling off from a framework agreement. The tender period ended on February 1, 2024, with the contract period starting on March 1, 2024, and ending on March 31, 2025. The buying organisation, Home Office, is based in London, England.

This tender presents an opportunity for businesses in the services industry, particularly those specialised in monitoring, evaluation, research, and learning services, to grow their operations. Suitable businesses would need to have the capability to provide sophisticated MEL services and engage in evaluations and research activities. Being a selective procurement process, businesses must ensure they meet the necessary criteria to compete effectively. With the contract awarded to ITAD Ltd, larger-scale service providers may find this contract particularly suited for their expertise and operations.

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

Provision of MERL Services for the Home Office's Global SOC Portfolio

Notice Description

Extension to the Itad-managed Provision of Monitoring, Evaluation, Research and Learning Services for the Home Office's Global Serious Organised Crime (SOC) Portfolio Workstream 1 (W1): MEL Systems and Tools: We propose to build on the work undertaken in Year 3 to develop and roll-out a new MEL system for the portfolio. Activity will include: continuing to provide project onboarding support to implementing partners (IPs) across the portfolio; providing cross-cutting guidance to IPs particularly on gender equality and social inclusion, conflict and crime sensitivity, and political access and influence (PAI); providing support to programme managers (PMs) to implement the new MEL system, including around quarterly reporting, where required; and supporting PMs with the development and refresh of programme-level theories of change. Workstream 2 (W2): MEL capacity building: We propose to continue to provide MEL capacity building support to PMs and IPs to build confidence and capability around a range of aspects of MEL design and delivery. Activity will include: continuing to roll out MEL fundamentals training to PMs and IPs, as well as designing and delivering more advanced MEL training; and providing on-the-job training and mentoring support to PMs and IPs throughout the year. Workstream 3 (W3): Evaluation and Research: We propose to conduct a number of evaluations and research pieces during Year 4. This will include: additional project VfM assessments building on lessons from the UNODC pilot assessment; stage 2 of the portfolio evaluation with a focus on addressing a small number of priority learning questions for the portfolio, including around portfolio-level VfM; a new thematic evaluation building on learning from this year's Prevent, HOIO, Community Resilience and PAI evaluations; a new piece of research on a priority thematic area; and support to the 2023-24 annual review process. We also propose to kick off in February 2024 a piece of next cycle (2025-28) research, which will provide evidence and insight to inform portfolio design from 2025. Workstream 4 (W4): Learning: As the contract enters its final 12 months there will be a greater emphasis on learning. We propose to continue our work on portfolio evidence mapping activities; hold quarterly strategy and reflection meetings with the portfolio team to inform adaptation; and develop and disseminate communication products to support evidence uptake. We also propose to organise a learning event that brings together the portfolio to engage with and use the MERL evidence base. Engagement: This workstream covers strategic management inputs, including regular engagement with the portfolio team, and providing regular technical and commercial reporting. We would welcome your thoughts and feedback on this proposal. If any additional information/detail is required then please do let us know.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ba0784ca-b8ff-4cdd-b0a5-0c6e61eac011
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/96a5691e-de42-4f79-8985-cd8e15d5d4cb
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

Notice Value(s)

Tender Value
£937,399 £500K-£1M
Lots Value
Not specified
Awards Value
£937,399 £500K-£1M
Contracts Value
Not specified

Notice Dates

Publication Date
16 Feb 20242 years ago
Submission Deadline
1 Feb 2024Expired
Future Notice Date
Not specified
Award Date
15 Feb 20242 years ago
Contract Period
1 Mar 2024 - 31 Mar 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

ITAD

Further Information

Notice Documents

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-ba0784ca-b8ff-4cdd-b0a5-0c6e61eac011-2024-02-16T10:56:14Z",
    "date": "2024-02-16T10:56:14Z",
    "ocid": "ocds-b5fd17-ba0784ca-b8ff-4cdd-b0a5-0c6e61eac011",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_409662/1315252",
        "title": "Provision of MERL Services for the Home Office's Global SOC Portfolio",
        "description": "Extension to the Itad-managed Provision of Monitoring, Evaluation, Research and Learning Services for the Home Office's Global Serious Organised Crime (SOC) Portfolio Workstream 1 (W1): MEL Systems and Tools: We propose to build on the work undertaken in Year 3 to develop and roll-out a new MEL system for the portfolio. Activity will include: continuing to provide project onboarding support to implementing partners (IPs) across the portfolio; providing cross-cutting guidance to IPs particularly on gender equality and social inclusion, conflict and crime sensitivity, and political access and influence (PAI); providing support to programme managers (PMs) to implement the new MEL system, including around quarterly reporting, where required; and supporting PMs with the development and refresh of programme-level theories of change. Workstream 2 (W2): MEL capacity building: We propose to continue to provide MEL capacity building support to PMs and IPs to build confidence and capability around a range of aspects of MEL design and delivery. Activity will include: continuing to roll out MEL fundamentals training to PMs and IPs, as well as designing and delivering more advanced MEL training; and providing on-the-job training and mentoring support to PMs and IPs throughout the year. Workstream 3 (W3): Evaluation and Research: We propose to conduct a number of evaluations and research pieces during Year 4. This will include: additional project VfM assessments building on lessons from the UNODC pilot assessment; stage 2 of the portfolio evaluation with a focus on addressing a small number of priority learning questions for the portfolio, including around portfolio-level VfM; a new thematic evaluation building on learning from this year's Prevent, HOIO, Community Resilience and PAI evaluations; a new piece of research on a priority thematic area; and support to the 2023-24 annual review process. We also propose to kick off in February 2024 a piece of next cycle (2025-28) research, which will provide evidence and insight to inform portfolio design from 2025. Workstream 4 (W4): Learning: As the contract enters its final 12 months there will be a greater emphasis on learning. We propose to continue our work on portfolio evidence mapping activities; hold quarterly strategy and reflection meetings with the portfolio team to inform adaptation; and develop and disseminate communication products to support evidence uptake. We also propose to organise a learning event that brings together the portfolio to engage with and use the MERL evidence base. Engagement: This workstream covers strategic management inputs, including regular engagement with the portfolio team, and providing regular technical and commercial reporting. We would welcome your thoughts and feedback on this proposal. If any additional information/detail is required then please do let us know.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "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"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 937399,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2024-02-01T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-03-01T00:00:00Z",
            "endDate": "2025-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-148108",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "collaborativeprocurement@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-01869600",
            "name": "ITAD ltd",
            "identifier": {
                "legalName": "ITAD ltd",
                "scheme": "GB-COH",
                "id": "01869600"
            },
            "address": {
                "streetAddress": "International House, Queens Road, Brighton, United Kingdom, BN1 3XE"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-148108",
        "name": "Home Office"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-ba0784ca-b8ff-4cdd-b0a5-0c6e61eac011-1",
            "status": "active",
            "date": "2024-02-15T00:00:00Z",
            "datePublished": "2024-02-16T10:52:04Z",
            "value": {
                "amount": 937399,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-01869600",
                    "name": "ITAD ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-03-01T00:00:00Z",
                "endDate": "2025-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/96a5691e-de42-4f79-8985-cd8e15d5d4cb",
                    "datePublished": "2024-02-16T10:52:04Z",
                    "format": "text/html",
                    "language": "en",
                    "dateModified": "2024-02-16T10:56:14Z"
                }
            ]
        }
    ]
}