Notice Information
Notice Title
Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)
Notice Description
GEMFA 2 will replace and build upon the current Global Evaluation and Monitoring Framework Agreement (GEMFA). GEMFA 2 will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. GEMFA 2 is split into 5 Lots: Lot 1 - Global High Value > PS750K Lot 4 - Regional Lot. East Africa (all contract values) Lot 5 - Regional Lot. MENA & Afghanistan and Pakistan (all contract values) Lot 7 - Regional Lot. Western Balkans, Eastern Europe and Central Asia (all contract values) Lot 8 - Global Low Value <PS750k The Framework Agreement commenced on 01 September 2025 for a period of 3 years with a one (1) year extension option subject to ongoing need. The maximum throughput of the Framework Agreement will be GBP 500 000 000 covering all lots for the lifetime of the Framework Agreement.
Lot Information
Global High Value >PS750K
FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2
Options: Options to extend: The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework: Following completion of the SQ evaluation, successful potential suppliers were invited to submit bids for the ITT. Thirty Two (32) Potential Suppliers were invited to the ITT and following the completion of the ITT evaluation, the Framework Agreement was offered to the Top 15 Potential Suppliers for the Global Lots (1 and 8), and the Top 5 Suppliers for the Regional Lots (4, 5 and 7) who met the required capability and achieved the highest combined Technical and Commercial Score. The Commercial Score was based on a Pass/Fail.
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Lot 2: Regional Lot - West Africa (all contract values)There are 5 places available on this Framework Regional Lot 2 - West Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.
Options: Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Lot 3: Regional Lot - Central & Southern Africa (all contract values)There are 5 places available on this Framework Regional Lot 3 - Central & Southern Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.
Options: Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Regional East Africa All Contract ValuesFCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2
Options: Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework.
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Regional MENA & Afghanistan and Pakistan All Contract ValuesFCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2
Options: Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework.
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Lot 6: Regional Lot - Indo-Pacific (all contract values)There are 5 places available on this Framework Regional Lot 6 - Indo- Pacific. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.
Options: Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3).
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Regional Western Balkans Eastern Europe and Central Asia All Contract ValuesFCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2
Options: Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework.
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Global Low ValueFCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2
Options: Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework.
Renewal: FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-042e02
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060585-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
-
- CPV Codes
75211200 - Foreign economic-aid-related services
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- £500,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £500,000,000 £100M-£1B
Notice Dates
- Publication Date
- 29 Sep 20254 months ago
- Submission Deadline
- 12 Sep 2024Expired
- Future Notice Date
- 4 Apr 2024Expired
- Award Date
- 31 Aug 20255 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3 to 4 years depending on whether extension options are used.
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Susan Lynch
- Contact Email
- susan.lynch@fcdo.gov.uk
- Contact Phone
- +44 1355843620
Buyer Location
- Locality
- EAST KILBRIDE
- Postcode
- G75 8EA
- Post Town
- Glasgow
- 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
- TLM95 South Lanarkshire
-
- 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-042e02-2025-09-29T15:25:49+01:00",
"date": "2025-09-29T15:25:49+01:00",
"ocid": "ocds-h6vhtk-042e02",
"description": "The authority expressly reserves the right: (i) not to award any Framework Agreements as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition and Procurement documents can be accessed through the FCDO supply partner portal https://fcdo.bravosolution.co.uk Please note that all procurement documentation comprising the SQ and ITT Packs are available of the FCDO Supplier Portal using reference PQQ_1691. The SQ and ITT Packs have been tailored to the specific requirements set out in the Terms of Reference. Suppliers should submit their SQ Response to demonstrate their capability in the Lot ITT they are to be considered for. * Lot 1: Global High Value Contracts (above PS750k in value) - 15 Suppliers * Lot 2: Regional Lot - West Africa (all contract values) - 5 Suppliers * Lot 3: Regional Lot - Central & Southern Africa (all contract values) - 5 Suppliers * Lot 4: Regional Lot - East Africa (all contract values) - 5 Suppliers * Lot 5: Regional Lot - MENA & AFPAK* (all contract values) - 5 Suppliers * Lot 6: Regional Lot - Indo-Pacific (all contract values) - 5 Suppliers * Lot 7 Regional Lot - Western Balkans, Eastern Europe and Central Asia (all contract values) - 5 Suppliers * Lot 8: Global Low Value Contracts (below PS750k in value) - 15 Suppliers Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level. Lead Framework Suppliers in the Regional Lots will be offered the opportunity to bid in mini-competitions for contracts exclusively focused in their specific region. They will not participate in mini-competitions for contracts that span more than one region. They will compete alongside Lead Framework Suppliers from either one of the Global Lots (Lot 1 or Lot 8) depending on the size of the contract. Lead Framework Suppliers in the Regional Lots will only be eligible for contracts that will be delivered above PS750k and compete against Lead Framework Suppliers in Global Lot 1, if they demonstrate sufficient Financial Standing and insurance coverage at SQ stage of the original Framework tender. If a Lead Framework Supplier submits proposals for more than one Lot, FCDO reserves the right to reject these proposals. However, where this happens, we will send a clarification to Lead Framework Suppliers to ask which proposal we should consider. A Lead Framework Supplier can also be a sub-contractor, but not on the Lot they have bid on as a Lead Framework Supplier (i.e., a supplier cannot be a Lead and a sub-contractor in the same Lot). If a Lead Framework Supplier bids on a specific Lot and also joins as a sub-contractor to another Lead Framework Supplier on the same Lot, they will be rejected as a Lead Framework Supplier on that specific Lot. Lead Suppliers should check with all sub-contractors ahead of adding to their supply chain they are not submitting a proposal as a Lead Supplier for the same lot. When a Call Down Contract mini-competition involves more than one Lot, the Framework Eligibility rules still apply. An illustration of the bidding eligibility rules is provided in Annex 6 of the Terms of Reference.",
"initiationType": "tender",
"tender": {
"id": "ITT_6552",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Global Evaluation and Monitoring Framework Agreement 2 (GEMFA 2)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
},
"mainProcurementCategory": "services",
"description": "GEMFA 2 will replace and build upon the current Global Evaluation and Monitoring Framework Agreement (GEMFA). GEMFA 2 will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. GEMFA 2 is split into 5 Lots: Lot 1 - Global High Value > PS750K Lot 4 - Regional Lot. East Africa (all contract values) Lot 5 - Regional Lot. MENA & Afghanistan and Pakistan (all contract values) Lot 7 - Regional Lot. Western Balkans, Eastern Europe and Central Asia (all contract values) Lot 8 - Global Low Value <PS750k The Framework Agreement commenced on 01 September 2025 for a period of 3 years with a one (1) year extension option subject to ongoing need. The maximum throughput of the Framework Agreement will be GBP 500 000 000 covering all lots for the lifetime of the Framework Agreement.",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Suppliers can be awarded Lots 1-2 or Lot 3 (this may be subject to change after further Market Engagement and will be clarified in the final ITT documents)",
"maximumLotsBidPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Global High Value >PS750K",
"description": "FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down Requirements",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "ICAI Requirements eligibility to deliver ICAI contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Confirmation of acceptance of the Fee Rate Price Ceilings",
"type": "cost",
"description": "100"
}
]
},
"value": {
"amount": 220000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 15,
"maximumCandidates": 20
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend: The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework: Following completion of the SQ evaluation, successful potential suppliers were invited to submit bids for the ITT. Thirty Two (32) Potential Suppliers were invited to the ITT and following the completion of the ITT evaluation, the Framework Agreement was offered to the Top 15 Potential Suppliers for the Global Lots (1 and 8), and the Top 5 Suppliers for the Regional Lots (4, 5 and 7) who met the required capability and achieved the highest combined Technical and Commercial Score. The Commercial Score was based on a Pass/Fail."
}
},
{
"id": "2",
"title": "Lot 2: Regional Lot - West Africa (all contract values)",
"description": "There are 5 places available on this Framework Regional Lot 2 - West Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down Requirements",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL - eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "0"
},
{
"name": "Emergency MEL - eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "0"
},
{
"name": "ICAI Requirements - eligibility to deliver ICAI contracts",
"type": "quality",
"description": "0"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "0"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3)."
}
},
{
"id": "3",
"title": "Lot 3: Regional Lot - Central & Southern Africa (all contract values)",
"description": "There are 5 places available on this Framework Regional Lot 3 - Central & Southern Africa. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down Requirements",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL - eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "0"
},
{
"name": "Emergency MEL - eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "0"
},
{
"name": "ICAI Requirements - eligibility to deliver ICAI contracts",
"type": "quality",
"description": "0"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "0"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3)."
}
},
{
"id": "4",
"title": "Regional East Africa All Contract Values",
"description": "FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down Requirements",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "ICAI Requirements eligibility to deliver ICAI contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "Pass Fail"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework."
},
"status": "cancelled"
},
{
"id": "5",
"title": "Regional MENA & Afghanistan and Pakistan All Contract Values",
"description": "FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "88"
},
{
"name": "Portfolio MEL eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "ICAI Requirements eligibility to deliver ICAI contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "Pass Fail"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework."
},
"status": "cancelled"
},
{
"id": "6",
"title": "Lot 6: Regional Lot - Indo-Pacific (all contract values)",
"description": "There are 5 places available on this Framework Regional Lot 6 - Indo- Pacific. FCDO is seeking Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 from June 2025 until May 2028 to enable FCDO and other Government Departments to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/other Government Departments to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. Qualification to deliver certain 'special' types of contracts will be assessed alongside the ITT technical evaluation and only Lead Framework Suppliers that pass the assessment will be eligible to deliver these 'special' types of contracts. The three types of Special Contracts are Portfolio MEL (PMEL) contracts, Emergency MEL (EMEL) contracts and Independent Commission of Aid Impact (ICAI) contracts (defined in Document 5 in the SQ Pack and Volume 3 of the Draft ITT Pack). The value of each Lot (1-8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 8 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until May 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference for each Call Down Contract will come in at a lower level. The recipients of the services will be determined in each Call Down Contract. The services will be accessible by FCDO and other UK government departments that deliver programmes funded by UK Official Development Assistance (ODA) and by FCDO for non-ODA funded programmes. Specific details of the procurement process that will be followed are available in the SQ and draft ITT Packs PQQ_1691 available on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement will be awarded. Additional information: Lead Framework Suppliers may only bid for one Lot as a Lead Framework Supplier. Sub-contracting is non-exclusive: a sub-contractor may sub-contract for multiple GEMFA 2 Lead Framework Suppliers, on multiple Lots. A Lead Framework Supplier may not bid to be a Lead Framework Supplier and a Sub-contractor in the same Lot. These eligibility criteria will also apply at the Call Down Contract level.",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down Requirements",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL - eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "0"
},
{
"name": "Emergency MEL - eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "0"
},
{
"name": "ICAI Requirements - eligibility to deliver ICAI contracts",
"type": "quality",
"description": "0"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "0"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Options to extend The timeframe may be extended subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO for up to 12 months. Options on awarding places on the Framework In the event that the highest combined Technical and Commercial Score results in a tie between two or more Potential Lead Framework Suppliers, and there are not enough places on the Framework, the successful tenderer shall be the Potential Lead Framework Supplier from among those tied for highest combined score who achieves the highest score for the Technical T2 criteria, this will be the tiebreaker. In the event two or more Potential Lead Framework Suppliers remain tied after assessing the tiebreaker, FCDO reserves the right to appoint all tied Potential Lead Framework Suppliers to the framework, even if this exceeds the supplier cap set out in the FTS Contract Notice and paragraph 7.2 of the Terms of References (ITT Volume 3)."
},
"status": "active"
},
{
"id": "7",
"title": "Regional Western Balkans Eastern Europe and Central Asia All Contract Values",
"description": "FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "ICAI Requirements eligibility to deliver ICAI contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "Pass Fail"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 8
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework."
},
"status": "cancelled"
},
{
"id": "8",
"title": "Global Low Value <PS750K",
"description": "FCDO sought a Supplier to deliver a 36-month Framework Agreement of up to GBP 500 000 000 (inclusive of all extension and scale up options) from 01 September 2025 until 31 August 2028 to enable FCDO to provide high quality and internationally recognised evaluation and/or monitoring knowledge and skills to design and/or undertake evaluation and/or monitoring assignments across the organisation's policy areas and programmes in a range of geographical locations. It will enable FCDO and other Government Departments (OGDs) to access Monitoring, Evaluation and Learning capacity in a cost efficient and effective manner across multiple thematic areas. It will enable FCDO/OGDs to commission multi-disciplinary teams of quality professionals to design, manage and deliver Monitoring, Evaluation and Learning services with greater agility and innovation whilst maintaining fair competition. GEMFA 2 is available for ODA funded, non-ODA funded, and ISF programmes. The value of each Lot (1, 4, 5, 7 and 8) is unknown at this time; however, the total estimated Framework Agreement value will be managed across all 5 Lots up to a maximum budget of GBP 500 000 000. The timeframe may be extended by up to an additional 1 x 12 months beyond the original 36 month term until 31 August 2028 and then 31 August 2029 subject to satisfactory performance of the suppliers, continuing need, availability of funding, and the agreement of the suppliers and FCDO. Please note that the estimated value above represents a maximum, and FCDO expects that competitive tenders based on the Terms of Reference (Volume 3 of the ITT Pack) will come in at a lower level. The recipients of the services will be determined in each call-down contract. Specific details of the procurement process followed were available to all suppliers in the ITT Pack via ITT_6552 on the FCDO Supplier Portal https://fcdo.bravosolution.co.uk An FCDO standard Framework Agreement was awarded. Additional information: Lead Framework Suppliers were eligible to bid for only one Lot as a Lead Framework Supplier. An illustration of this was provided for in Annex 6 of the Terms of Reference. Global Lots, 1 and 8, had a maximum of fifteen (15) places for Lead Framework Suppliers. Regional Lots, (2 - 7) had a maximum of five (5) places for Lead Framework Suppliers. There were no successful Lead Suppliers for Lot 2",
"awardCriteria": {
"criteria": [
{
"name": "Ability to Deliver Call Down",
"type": "quality",
"description": "26"
},
{
"name": "Technical Expertise",
"type": "quality",
"description": "66"
},
{
"name": "Conflict of Interest",
"type": "quality",
"description": "8"
},
{
"name": "Portfolio MEL eligibility to deliver Portfolio MEL contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Emergency MEL eligibility to be awarded a contract via Direct Award in urgent circumstances",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "ICAI Requirements eligibility to deliver ICAI contracts",
"type": "quality",
"description": "Pass Fail"
},
{
"name": "Fee Rate Price Ceilings",
"type": "cost",
"description": "Pass Fail"
}
]
},
"value": {
"amount": 40000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "FCDO intends to tender for a new requirement following the completion of GEMFA 2, subject to the continued need for the services provided."
},
"secondStage": {
"minimumCandidates": 15,
"maximumCandidates": 20
},
"selectionCriteria": {
"description": "As stated in the Standard Selection Questionnaire (SQ) Pack available on https://fcdo.bravosolution.co.uk PQQ_1691 FCDO reserve the right to increase the number of Lead Framework Suppliers that will be shortlisted for the ITT Stage where there is no differentiation between the technical scores achieved against the set evaluation criteria, and the number of shortlisted suppliers with \"tied scores\" exceeds the maximum shortlist number for that Lot."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Option to extend The estimated value of this requirement is up to GBP 500 000 000 split across 5 Lots. This is for an initial term of three (3) years. The estimated value includes all appliable taxes, and tenderers should include all applicable taxes in their tenders. The estimated value above represents a maximum Framework value. The timeframe may be extended by up to one (1) year subject to satisfactory performance of suppliers, continuing need, availability of funding, and the agreement of the suppliers and the FCDO. Options on awarding places on the Framework."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "West Africa"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Central & Southern Africa"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Indo - Pacific"
},
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75211200",
"description": "Foreign economic-aid-related services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"deliveryLocation": {
"description": "Global"
},
"relatedLot": "8"
}
],
"communication": {
"futureNoticeDate": "2024-04-05T00:00:00+01:00",
"atypicalToolUrl": "https://fcdo.bravosolution.co.uk/web/login.html"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://fcdo.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Available via https://fcdo.bravosolution.co.uk PQQ_1691",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 60
}
},
"tenderPeriod": {
"endDate": "2024-09-12T14:00:00+01:00"
},
"secondStage": {
"invitationDate": "2024-11-11T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": true,
"recurrence": {
"description": "3 to 4 years depending on whether extension options are used."
}
},
"parties": [
{
"id": "GB-FTS-6101",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "Abercrombie House, Eaglesham Road",
"locality": "East Kilbride",
"region": "UKM95",
"postalCode": "G75 8EA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Susan Lynch",
"email": "susan.lynch@fcdo.gov.uk",
"url": "https://fcdo.bravosolution.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office/about/procurement",
"buyerProfile": "https://fcdo.bravosolution.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Diplomatic Services and International Development"
}
]
}
},
{
"id": "GB-FTS-6099",
"name": "Foreign, Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign, Commonwealth and Development Office"
},
"address": {
"streetAddress": "Abercrombie House, Eaglesham Road",
"locality": "East Kilbride",
"postalCode": "G75 8EA",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-162284",
"name": "Foreign Commonwealth and Development Office",
"identifier": {
"legalName": "Foreign Commonwealth and Development Office"
},
"address": {
"streetAddress": "Abercrombie House",
"locality": "East Kilbride",
"region": "UKM95",
"postalCode": "SW1A 2AH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Susan Lynch",
"telephone": "+44 1355843620",
"email": "susan.lynch@fcdo.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Diplomatic Services and International Development"
}
]
}
},
{
"id": "GB-FTS-162285",
"name": "Abt Britain Limited",
"identifier": {
"legalName": "Abt Britain Limited"
},
"address": {
"streetAddress": "1 Chamberlain Square Cs",
"locality": "Birmingham",
"region": "UKG31",
"postalCode": "B3 3AX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162286",
"name": "Alinea International Ltd",
"identifier": {
"legalName": "Alinea International Ltd"
},
"address": {
"streetAddress": "200-14707 Bannister Road SE",
"locality": "Canada",
"region": "CA",
"postalCode": "T2X 1Z2",
"countryName": "Canada"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162287",
"name": "Cadmus International UK Limited",
"identifier": {
"legalName": "Cadmus International UK Limited"
},
"address": {
"streetAddress": "1st Floor Kirkaldy House 99 Southwark Street",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 0JF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162288",
"name": "Chemonics Group UK Limited",
"identifier": {
"legalName": "Chemonics Group UK Limited"
},
"address": {
"streetAddress": "1 Benjamin Street Farringdon",
"locality": "London",
"region": "UKI",
"postalCode": "EC1M 5QL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162289",
"name": "Cowater International SA",
"identifier": {
"legalName": "Cowater International SA"
},
"address": {
"streetAddress": "Silver Building Boulevard Auguste Reyers 70A 1030",
"locality": "Brussels",
"region": "BE",
"postalCode": "1030",
"countryName": "Belgium"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162290",
"name": "DAI Global UK Ltd",
"identifier": {
"legalName": "DAI Global UK Ltd"
},
"address": {
"streetAddress": "3rd Floor, One Smarts Place",
"locality": "London",
"region": "UKI",
"postalCode": "WC2B 5LW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162291",
"name": "DT GLOBAL INTERNATIONAL DEVELOPMENT UK LTD",
"identifier": {
"legalName": "DT GLOBAL INTERNATIONAL DEVELOPMENT UK LTD"
},
"address": {
"streetAddress": "The Leather Market, Unit 11.3.1 11 - 13 Weston Street",
"locality": "London",
"region": "UKI",
"postalCode": "SE1 3ER",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162292",
"name": "Ecorys UK Limited",
"identifier": {
"legalName": "Ecorys UK Limited"
},
"address": {
"streetAddress": "Albert House Quay Place 92-93 Edward Street",
"locality": "Birmingham",
"region": "UKG31",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162293",
"name": "Genesis Analytics Limited",
"identifier": {
"legalName": "Genesis Analytics Limited"
},
"address": {
"streetAddress": "50 6th Road Hyde Park",
"locality": "Johannesburg",
"region": "ZA",
"postalCode": "2196",
"countryName": "South Africa"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162294",
"name": "Integrity Global Ltd",
"identifier": {
"legalName": "Integrity Global Ltd"
},
"address": {
"streetAddress": "Somerset House, The Strand",
"locality": "London",
"region": "UKI",
"postalCode": "WC2R 1LA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162295",
"name": "ITAD Limited",
"identifier": {
"legalName": "ITAD Limited"
},
"address": {
"streetAddress": "International House Queens Road",
"locality": "Brighton",
"region": "UKJ21",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162296",
"name": "Landell Mills International Ltd",
"identifier": {
"legalName": "Landell Mills International Ltd"
},
"address": {
"streetAddress": "The Old Station House 15a Main Street Blackrock",
"locality": "Dublin",
"region": "IE061",
"postalCode": "A94 T8P8",
"countryName": "Ireland"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162297",
"name": "NIRAS Group (UK) Ltd",
"identifier": {
"legalName": "NIRAS Group (UK) Ltd"
},
"address": {
"streetAddress": "Kings Ride Court, Kings Ride",
"locality": "Ascot, Berkshire",
"region": "UKJ11",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162298",
"name": "Oxford Policy Management Limited",
"identifier": {
"legalName": "Oxford Policy Management Limited"
},
"address": {
"streetAddress": "Ground Floor 40-41 Park End Street",
"locality": "Oxford",
"region": "UKJ14",
"postalCode": "OX1 1JD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-112780",
"name": "Tetra Tech International Development Limited",
"identifier": {
"legalName": "Tetra Tech International Development Limited"
},
"address": {
"streetAddress": "1 Northfield Road, Reading",
"locality": "Berkshire",
"region": "UKJ11",
"postalCode": "RG1 8AH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162299",
"name": "Ipsos Limited",
"identifier": {
"legalName": "Ipsos Limited"
},
"address": {
"streetAddress": "Acorn House, James Gichuru Road",
"locality": "Lavington",
"region": "KE",
"postalCode": "00200",
"countryName": "Kenya"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162300",
"name": "Mannion Daniels Limited",
"identifier": {
"legalName": "Mannion Daniels Limited"
},
"address": {
"streetAddress": "Lynton House, 7-12 Tavistock Square",
"locality": "London",
"region": "UKI",
"postalCode": "WC1H 9BQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162301",
"name": "COAR Global Ltd",
"identifier": {
"legalName": "COAR Global Ltd"
},
"address": {
"streetAddress": "221 CT Business Center, Helios Court, Flat/Office 6 Ground Floor",
"locality": "Limassol",
"region": "CY000",
"postalCode": "3036",
"countryName": "Cyprus"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162302",
"name": "Policy and Management Consulting Group",
"identifier": {
"legalName": "Policy and Management Consulting Group"
},
"address": {
"streetAddress": "35 Orbeliani Street",
"locality": "Tbilisi",
"region": "GE",
"postalCode": "0102",
"countryName": "Georgia"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162303",
"name": "Agulhas Applied Knowledge",
"identifier": {
"legalName": "Agulhas Applied Knowledge"
},
"address": {
"streetAddress": "10E Branch Place",
"locality": "London",
"region": "UKI",
"postalCode": "N1 5PH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162304",
"name": "Athena Infonomics LLC",
"identifier": {
"legalName": "Athena Infonomics LLC"
},
"address": {
"streetAddress": "5402 Huntington Pkwy Bethesda",
"locality": "Maryland",
"region": "US",
"countryName": "United States"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162305",
"name": "Humanitarian Impact Institute Limited",
"identifier": {
"legalName": "Humanitarian Impact Institute Limited"
},
"address": {
"streetAddress": "The Academy, 42 Pearse Street",
"locality": "Dublin",
"region": "IE061",
"postalCode": "D02 KA44",
"countryName": "Ireland"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162306",
"name": "Mannheimer Zentrum fur Evaluation und Entwicklungsforschung (C4ED)",
"identifier": {
"legalName": "Mannheimer Zentrum fur Evaluation und Entwicklungsforschung (C4ED)"
},
"address": {
"streetAddress": "O7, 3",
"locality": "Mannheim",
"region": "DE",
"postalCode": "68161",
"countryName": "Germany"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162307",
"name": "Montrose International LLP",
"identifier": {
"legalName": "Montrose International LLP"
},
"address": {
"streetAddress": "2nd Floor, 168 Shoreditch High Street",
"locality": "London",
"region": "UKI",
"postalCode": "E1 6RA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162308",
"name": "Muller Kocher Ltd (Adderaglobal)",
"identifier": {
"legalName": "Muller Kocher Ltd (Adderaglobal)"
},
"address": {
"streetAddress": "4 Romayne Close",
"locality": "Farnborough",
"region": "UKJ35",
"postalCode": "GU14 8PB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162309",
"name": "Tropical Health Consulting LLP",
"identifier": {
"legalName": "Tropical Health Consulting LLP"
},
"address": {
"streetAddress": "10 West Lodge Avenue",
"locality": "London",
"region": "UKI",
"postalCode": "W3 9SF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-112085",
"name": "Verian Group UK Ltd",
"identifier": {
"legalName": "Verian Group UK Ltd"
},
"address": {
"streetAddress": "4 Millbank",
"locality": "London",
"region": "UKI",
"postalCode": "SW1P 3JA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-162310",
"name": "Voluntas Advisory ApS",
"identifier": {
"legalName": "Voluntas Advisory ApS"
},
"address": {
"streetAddress": "Toldbodgade 51D, 5",
"locality": "Kobenhavn K",
"region": "DK",
"postalCode": "DK-1253",
"countryName": "Denmark"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-162311",
"name": "WEglobal",
"identifier": {
"legalName": "WEglobal"
},
"address": {
"streetAddress": "Oran Mahallesi, Kudus Caddesi No: 6/1",
"locality": "Ankara",
"region": "TR",
"postalCode": "06805",
"countryName": "Turkey"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-162284",
"name": "Foreign Commonwealth and Development Office"
},
"language": "en",
"awards": [
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-1",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162285",
"name": "Abt Britain Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719,-2",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162286",
"name": "Alinea International Ltd"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-3",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162287",
"name": "Cadmus International UK Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-4",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162288",
"name": "Chemonics Group UK Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-5",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162289",
"name": "Cowater International SA"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-6",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162290",
"name": "DAI Global UK Ltd"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-7",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162291",
"name": "DT GLOBAL INTERNATIONAL DEVELOPMENT UK LTD"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-8",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162292",
"name": "Ecorys UK Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-9",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162293",
"name": "Genesis Analytics Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-10",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162294",
"name": "Integrity Global Ltd"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-11",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162295",
"name": "ITAD Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-12",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162296",
"name": "Landell Mills International Ltd"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-13",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162297",
"name": "NIRAS Group (UK) Ltd"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-14",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162298",
"name": "Oxford Policy Management Limited"
}
]
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-15",
"relatedLots": [
"1"
],
"title": "Global High Value >PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-112780",
"name": "Tetra Tech International Development Limited"
}
]
},
{
"id": "060585-2025-ECM_7750, 7751-16",
"relatedLots": [
"4"
],
"title": "Regional East Africa All Contract Values",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162299",
"name": "Ipsos Limited"
}
]
},
{
"id": "060585-2025-ECM_7750, 7751-17",
"relatedLots": [
"4"
],
"title": "Regional East Africa All Contract Values",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162300",
"name": "Mannion Daniels Limited"
}
]
},
{
"id": "060585-2025-ECM_7752-18",
"relatedLots": [
"5"
],
"title": "Regional MENA and AFPAK All Contract Values",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162301",
"name": "COAR Global Ltd"
}
]
},
{
"id": "060585-2025-ECM_7753-19",
"relatedLots": [
"7"
],
"title": "Regional Western Balkans, Eastern Europe and Central Asia All contract values",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162302",
"name": "Policy and Management Consulting Group"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-20",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162303",
"name": "Agulhas Applied Knowledge"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-21",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162304",
"name": "Athena Infonomics LLC"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-22",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162305",
"name": "Humanitarian Impact Institute Limited"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-23",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162306",
"name": "Mannheimer Zentrum fur Evaluation und Entwicklungsforschung (C4ED)"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-24",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162307",
"name": "Montrose International LLP"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-25",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162308",
"name": "Muller Kocher Ltd (Adderaglobal)"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-26",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162309",
"name": "Tropical Health Consulting LLP"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-27",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-112085",
"name": "Verian Group UK Ltd"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-28",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162310",
"name": "Voluntas Advisory ApS"
}
]
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-29",
"relatedLots": [
"8"
],
"title": "Global Low Value <PS750K",
"status": "active",
"hasSubcontracting": true,
"subcontracting": {
"description": "Value or proportion likely to be subcontracted to third parties"
},
"suppliers": [
{
"id": "GB-FTS-162311",
"name": "WEglobal"
}
]
}
],
"contracts": [
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-1",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-1",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719,-2",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719,-2",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-3",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-3",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-4",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-4",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-5",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-5",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-6",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-6",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-7",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-7",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-8",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-8",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-9",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-9",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-10",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-10",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-11",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-11",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-12",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-12",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-13",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-13",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-14",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-14",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-15",
"awardID": "060585-2025-ECM_7706, 7707, 7708, 7709, 7710, 7711, 7712, 7713, 7714, 7715, 7717, 7718, 7719, 7720, 7721-15",
"title": "Global High Value >PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7750, 7751-16",
"awardID": "060585-2025-ECM_7750, 7751-16",
"title": "Regional East Africa All Contract Values",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7750, 7751-17",
"awardID": "060585-2025-ECM_7750, 7751-17",
"title": "Regional East Africa All Contract Values",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7752-18",
"awardID": "060585-2025-ECM_7752-18",
"title": "Regional MENA and AFPAK All Contract Values",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7753-19",
"awardID": "060585-2025-ECM_7753-19",
"title": "Regional Western Balkans, Eastern Europe and Central Asia All contract values",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-20",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-20",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-21",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-21",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-22",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-22",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-23",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-23",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-24",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-24",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-25",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-25",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-26",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-26",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-27",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-27",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-28",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-28",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-29",
"awardID": "060585-2025-ECM_7754, 7755, 7756, 7757, 7758, 7759, 7760, 7761, 7762, 7763-29",
"title": "Global Low Value <PS750K",
"status": "active",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "4",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "7",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "10",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "13",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "16",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "19",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "22",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "25",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "28",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "31",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "34",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "37",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "40",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "43",
"measure": "bids",
"relatedLot": "1",
"value": 16
},
{
"id": "46",
"measure": "bids",
"relatedLot": "4",
"value": 2
},
{
"id": "49",
"measure": "bids",
"relatedLot": "4",
"value": 2
},
{
"id": "52",
"measure": "bids",
"relatedLot": "5",
"value": 1
},
{
"id": "55",
"measure": "bids",
"relatedLot": "7",
"value": 1
},
{
"id": "58",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "61",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "64",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "67",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "70",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "73",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "76",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "79",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "82",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "85",
"measure": "bids",
"relatedLot": "8",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "5",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "8",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "14",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "20",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "23",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "26",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "29",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "32",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "35",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "38",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "41",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "44",
"measure": "smeBids",
"relatedLot": "1",
"value": 8
},
{
"id": "47",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "50",
"measure": "smeBids",
"relatedLot": "4",
"value": 1
},
{
"id": "53",
"measure": "smeBids",
"relatedLot": "5",
"value": 1
},
{
"id": "56",
"measure": "smeBids",
"relatedLot": "7",
"value": 1
},
{
"id": "59",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "62",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "65",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "68",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "71",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "74",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "77",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "80",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "83",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "86",
"measure": "smeBids",
"relatedLot": "8",
"value": 9
},
{
"id": "3",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "21",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "27",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "33",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "36",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "39",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "42",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "45",
"measure": "electronicBids",
"relatedLot": "1",
"value": 16
},
{
"id": "48",
"measure": "electronicBids",
"relatedLot": "4",
"value": 1
},
{
"id": "51",
"measure": "electronicBids",
"relatedLot": "4",
"value": 2
},
{
"id": "54",
"measure": "electronicBids",
"relatedLot": "5",
"value": 1
},
{
"id": "57",
"measure": "electronicBids",
"relatedLot": "7",
"value": 1
},
{
"id": "60",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "63",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "66",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "69",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "72",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "75",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "78",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "81",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "84",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
},
{
"id": "87",
"measure": "electronicBids",
"relatedLot": "8",
"value": 10
}
]
}
}