Notice Information
Notice Title
The illegal wildlife trade (IWT) is a widespread and lucrative criminal activity causing major environmental and social harm globally. The IWT can be defined as the unlawful trade, smuggling, poaching
Notice Description
The Supplier must have knowledge of the IWT, experience and a track record of producing similar products on the IWT, biodiversity, development, and security issues, have existing partnerships within the countries selected for analysis or be in a position to subcontract to organisations with established in country knowledge. Other requirements include; * Language: Reports must be written in English. Meetings with the Authority must be held in English. * Format: Digital PDF document. * Length: Each final report on each country totalling 20 pages maximum, with 4 distinct sections to align with the workstreams, including a summary note at the beginning giving key findings. * Structure: Supplier to produce an initial inception report with the proposed structure and methodology for the analysis. The Authority will provide feedback before agreeing final structure. There should be four core elements to the report for each country, in line with the objectives set out. Where findings call for additional sections to be added these will be discussed and agreed with the Authority beforehand. * Review: The Authority will endeavour to review reports in the following timescales: two weeks to review and comment on the inception report after oral presentation and three weeks to review and comment on the final written documents. * Deadline: The Authority prefers work to have concluded within 4 months of the start date.
Lot Information
Lot 1
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. Additional information: We will require the information back on this market testing within 2 weeks of publication.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03191c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004736-2022
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- 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
-
- CPV Codes
03000000 - Agricultural, farming, fishing, forestry and related products
73000000 - Research and development services and related consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Feb 20224 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 18 Feb 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- 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
- LONDON
- Postcode
- SW1P 3JR
- 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
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England), TLM Scotland, TLN Northern Ireland
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-h6vhtk-03191c-2022-02-18T22:45:08Z",
"date": "2022-02-18T22:45:08Z",
"ocid": "ocds-h6vhtk-03191c",
"description": "We require the information back by Friday 4th March at 2pm",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03191c",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "The illegal wildlife trade (IWT) is a widespread and lucrative criminal activity causing major environmental and social harm globally. The IWT can be defined as the unlawful trade, smuggling, poaching",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
"mainProcurementCategory": "services",
"description": "The Supplier must have knowledge of the IWT, experience and a track record of producing similar products on the IWT, biodiversity, development, and security issues, have existing partnerships within the countries selected for analysis or be in a position to subcontract to organisations with established in country knowledge. Other requirements include; * Language: Reports must be written in English. Meetings with the Authority must be held in English. * Format: Digital PDF document. * Length: Each final report on each country totalling 20 pages maximum, with 4 distinct sections to align with the workstreams, including a summary note at the beginning giving key findings. * Structure: Supplier to produce an initial inception report with the proposed structure and methodology for the analysis. The Authority will provide feedback before agreeing final structure. There should be four core elements to the report for each country, in line with the objectives set out. Where findings call for additional sections to be added these will be discussed and agreed with the Authority beforehand. * Review: The Authority will endeavour to review reports in the following timescales: two weeks to review and comment on the inception report after oral presentation and three weeks to review and comment on the final written documents. * Deadline: The Authority prefers work to have concluded within 4 months of the start date.",
"lots": [
{
"id": "1",
"description": "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. Additional information: We will require the information back on this market testing within 2 weeks of publication.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03000000",
"description": "Agricultural, farming, fishing, forestry and related products"
}
],
"deliveryAddresses": [
{
"region": "CN"
},
{
"region": "KH"
},
{
"region": "LA"
},
{
"region": "MW"
},
{
"region": "MZ"
},
{
"region": "NG"
},
{
"region": "VN"
},
{
"region": "ZA"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-02-18T00:00:00Z"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-1944",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "17 Nobel House",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 3JR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Andy Wareham",
"telephone": "+44 2072385921",
"email": "andy.wareham@defra.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-1944",
"name": "Defra Network eTendering Portal"
},
"language": "en"
}