Planning

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

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Planning

18 Feb 2022 at 22:45

Summary of the contracting process

The procurement process involves the Defra Network eTendering Portal seeking qualified suppliers to conduct an assessment of the illegal wildlife trade (IWT) supply chain across various key countries, including Cambodia, China, and Nigeria. This tender is at the planning stage, with response submissions required by Friday, 4th March at 2 pm. The procurement falls under the services category, specifically focusing on research and development services related to environmental protection. The project aims for completion within four months from the start date, with a structured reporting format mandated for the suppliers.

This tender presents a significant opportunity for businesses skilled in research and data analysis within environmental and biodiversity sectors. Companies that have experience tackling complex issues related to illegal wildlife trading, alongside proven partnerships in the specified countries, would be particularly well-suited to compete. Additionally, firms proficient in working with governmental and non-governmental partners to offer insights into social, economic, and environmental factors affecting wildlife trade will find this opportunity aligns with their capabilities and expertise.

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

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.

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

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

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-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"
}