Award

Humanitarian Emergency Response Operations and Stabilisation Programme (HEROS)

FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Award

21 Feb 2025 at 13:09

Summary of the contracting process

The Foreign Commonwealth and Development Office (FCDO) in the UK has decided to extend the existing contract for the Humanitarian Emergency Response Operations and Stabilisation Programme (HEROS). The contract, originally signed on 12th July 2017 with Palladium International, addresses foreign economic-aid-related services and involves substantial integration with FCDO systems. This decision means there will be no immediate change in contractors due to economic and technical reasons making a switch unfeasible at this stage. The extension is for up to three years until 31st October 2028, primarily to ensure continuity and operational efficiency in responding to crises. This modified contract does not add to the total value of £330,000,000 but is critical for operational coherence and the smooth transition to any future contractors.

This tender extension offers significant opportunities for firms involved in humanitarian aid, operational logistics, and crisis management, particularly those with expertise in integration with governmental systems. The extended timeline provides businesses with ample time to prepare for potential future tenders once the details of roles and responsibilities are refined. Companies with strong technical capabilities, innovative solutions for crisis response, and those who can demonstrate past performance in similar large-scale initiatives will be well-positioned to compete once the contract is re-procured. As the FCDO is planning to engage with the market through a Prior Information Note (PIN) soon, interested businesses should stay alert for further engagement opportunities and preparatory activities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Humanitarian Emergency Response Operations and Stabilisation Programme (HEROS)

Notice Description

There are three overarching objectives of this programme: 1. Humanitarian emergency and conflict response management for rapid onset response, protracted crises, chronic emergencies, and humanitarian reform 2. Operational capability and deployments 3. Procurement, logistics and infrastructure expertise and operational capability

Lot Information

Lot 1

There are three overarching objectives of this programme: 1. Humanitarian emergency and conflict response management for rapid onset response, protracted crises, chronic emergencies, and humanitarian reform 2. Operational capability and deployments 3. Procurement, logistics and infrastructure expertise and operational capability Additional information: This modification does not increase the total value and is a time-only extension.

Options: Extension Options: There was a 2-year optional extension included within the contract up to 31/10/2024 which was utilised on 14/7/2022. The contract was extended for a further year to 31/10/2025 on 5/4/2024. This modification will extend the contract for up to 3 years until 31/10/2028. This will be for an initial 2-year period (until 31/10/2027) with a further 1-year period (until 31/10/2028) to be utilised at the authority's discretion.

Procurement Information

Extension of the contract beyond the advertised scope without prior publication of a call for competition PCR 2015 Regulation 72 allows the contracting authority to modify public contracts where the relevant criteria are met, and FCDO meets the following criteria for Regulation 72 (1) (b) to apply: Additional services by the original contractor have become necessary and were not included in the initial procurement, and a change of contractor - (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority. Specifically, The services provided under the HEROS contract are fully interoperable with FCDO systems and processes for crisis and conflict response and a change of contractor cannot be made for economic or technical reasons. It has become increasingly clear that the services are so closely integrated into FCDO structures, in the manner described below, that further time is needed to clarify and distinguish them. For this reason, no supplier would currently be able to deliver the services other than the incumbent. The work to clearly define the distinction between, and the roles and responsibilities of, the FCDO and a Supplier in relation to the services to be delivered will also minimise incumbent advantage by ensuring the right information is fully available to competitors when the contract is in due course re-procured. The Management Information system, required for the running of the services, has been jointly developed between the current contractor and the authority. The Intellectual Property Rights (IPR) are split between multiple parties. The contractor also operates leases and licenses on FCDO's behalf that are critical for the delivery of Core Relief Items (CRIs) to a humanitarian response. A change of contractor at this stage would cause significant inconvenience and a substantial increase in costs. It is anticipated that a further period of up to 2 years would be needed to undertake the work to distinguish services to the level necessary to commence an effective procurement process and then undertake that process. Given the complexity of the services and the interoperability of contractor systems with FCDO systems, a further period of approximately 12 months is also expected to be needed to transition to a successful incoming contractor. This is an increase to the originally predicted timeline of around 6 months but will ensure the incoming contractor has sufficient time to mobilise the services effectively. The FCDO is therefore modifying the contract under Regulation 72 (1) (b) to extend the contract for a period of up to 3 years. This modification does not increase the total value of the contract and is a time-only extension. Whilst the extension of the contract is required, the result will be that FCDO gains the necessary time to minimise incumbent advantage, and to prepare a requirement that maximises the attractiveness of the contract, following Procurement Act 2023 requirements. As we work through the new Ministerial priorities in a context where we continue to respond to multiple concurrent crises, we will engage with the market on the future of HEROS. A Prior Information Note (PIN) will shortly be released with details of the next market engagement event.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e67a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006725-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

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
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£330,000,000 £100M-£1B

Notice Dates

Publication Date
21 Feb 20251 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
11 Jul 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
FOREIGN COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Not specified
Contact Email
joe.marshall@fcdo.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 2AH
Post Town
South West London
Country
England

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

PALLADIUM INTERNATIONAL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e67a-2025-02-21T13:09:29Z",
    "date": "2025-02-21T13:09:29Z",
    "ocid": "ocds-h6vhtk-04e67a",
    "description": "Extension of the contract beyond the advertised scope without prior publication of a call for competition PCR 2015 Regulation 72 allows the contracting authority to modify public contracts where the relevant criteria are met, and FCDO meets the following criteria for Regulation 72 (1) (b) to apply: Additional services by the original contractor have become necessary and were not included in the initial procurement, and a change of contractor - (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority. Specifically, The services provided under the HEROS contract are fully interoperable with FCDO systems and processes for crisis and conflict response and a change of contractor cannot be made for economic or technical reasons. It has become increasingly clear that the services are so closely integrated into FCDO structures, in the manner described below, that further time is needed to clarify and distinguish them. For this reason, no supplier would currently be able to deliver the services other than the incumbent. The work to clearly define the distinction between, and the roles and responsibilities of, the FCDO and a Supplier in relation to the services to be delivered will also minimise incumbent advantage by ensuring the right information is fully available to competitors when the contract is in due course re-procured. The Management Information system, required for the running of the services, has been jointly developed between the current contractor and the authority. The Intellectual Property Rights (IPR) are split between multiple parties. The contractor also operates leases and licenses on FCDO's behalf that are critical for the delivery of Core Relief Items (CRIs) to a humanitarian response. A change of contractor at this stage would cause significant inconvenience and a substantial increase in costs. It is anticipated that a further period of up to 2 years would be needed to undertake the work to distinguish services to the level necessary to commence an effective procurement process and then undertake that process. Given the complexity of the services and the interoperability of contractor systems with FCDO systems, a further period of approximately 12 months is also expected to be needed to transition to a successful incoming contractor. This is an increase to the originally predicted timeline of around 6 months but will ensure the incoming contractor has sufficient time to mobilise the services effectively. The FCDO is therefore modifying the contract under Regulation 72 (1) (b) to extend the contract for a period of up to 3 years. This modification does not increase the total value of the contract and is a time-only extension. Whilst the extension of the contract is required, the result will be that FCDO gains the necessary time to minimise incumbent advantage, and to prepare a requirement that maximises the attractiveness of the contract, following Procurement Act 2023 requirements. As we work through the new Ministerial priorities in a context where we continue to respond to multiple concurrent crises, we will engage with the market on the future of HEROS. A Prior Information Note (PIN) will shortly be released with details of the next market engagement event.",
    "initiationType": "tender",
    "tender": {
        "id": "DFID PO7900 / ECM_3844",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Humanitarian Emergency Response Operations and Stabilisation Programme (HEROS)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75211200",
            "description": "Foreign economic-aid-related services"
        },
        "mainProcurementCategory": "services",
        "description": "There are three overarching objectives of this programme: 1. Humanitarian emergency and conflict response management for rapid onset response, protracted crises, chronic emergencies, and humanitarian reform 2. Operational capability and deployments 3. Procurement, logistics and infrastructure expertise and operational capability",
        "lots": [
            {
                "id": "1",
                "description": "There are three overarching objectives of this programme: 1. Humanitarian emergency and conflict response management for rapid onset response, protracted crises, chronic emergencies, and humanitarian reform 2. Operational capability and deployments 3. Procurement, logistics and infrastructure expertise and operational capability Additional information: This modification does not increase the total value and is a time-only extension.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "100"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "Extension Options: There was a 2-year optional extension included within the contract up to 31/10/2024 which was utilised on 14/7/2022. The contract was extended for a further year to 31/10/2025 on 5/4/2024. This modification will extend the contract for up to 3 years until 31/10/2028. This will be for an initial 2-year period (until 31/10/2027) with a further 1-year period (until 31/10/2028) to be utilised at the authority's discretion."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "Extension of the contract beyond the advertised scope without prior publication of a call for competition PCR 2015 Regulation 72 allows the contracting authority to modify public contracts where the relevant criteria are met, and FCDO meets the following criteria for Regulation 72 (1) (b) to apply: Additional services by the original contractor have become necessary and were not included in the initial procurement, and a change of contractor - (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority. Specifically, The services provided under the HEROS contract are fully interoperable with FCDO systems and processes for crisis and conflict response and a change of contractor cannot be made for economic or technical reasons. It has become increasingly clear that the services are so closely integrated into FCDO structures, in the manner described below, that further time is needed to clarify and distinguish them. For this reason, no supplier would currently be able to deliver the services other than the incumbent. The work to clearly define the distinction between, and the roles and responsibilities of, the FCDO and a Supplier in relation to the services to be delivered will also minimise incumbent advantage by ensuring the right information is fully available to competitors when the contract is in due course re-procured. The Management Information system, required for the running of the services, has been jointly developed between the current contractor and the authority. The Intellectual Property Rights (IPR) are split between multiple parties. The contractor also operates leases and licenses on FCDO's behalf that are critical for the delivery of Core Relief Items (CRIs) to a humanitarian response. A change of contractor at this stage would cause significant inconvenience and a substantial increase in costs. It is anticipated that a further period of up to 2 years would be needed to undertake the work to distinguish services to the level necessary to commence an effective procurement process and then undertake that process. Given the complexity of the services and the interoperability of contractor systems with FCDO systems, a further period of approximately 12 months is also expected to be needed to transition to a successful incoming contractor. This is an increase to the originally predicted timeline of around 6 months but will ensure the incoming contractor has sufficient time to mobilise the services effectively. The FCDO is therefore modifying the contract under Regulation 72 (1) (b) to extend the contract for a period of up to 3 years. This modification does not increase the total value of the contract and is a time-only extension. Whilst the extension of the contract is required, the result will be that FCDO gains the necessary time to minimise incumbent advantage, and to prepare a requirement that maximises the attractiveness of the contract, following Procurement Act 2023 requirements. As we work through the new Ministerial priorities in a context where we continue to respond to multiple concurrent crises, we will engage with the market on the future of HEROS. A Prior Information Note (PIN) will shortly be released with details of the next market engagement event."
    },
    "awards": [
        {
            "id": "006725-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-138978",
                    "name": "Palladium International"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-131",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "joe.marshall@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "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",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-138978",
            "name": "Palladium International",
            "identifier": {
                "legalName": "Palladium International"
            },
            "address": {
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-569",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-131",
        "name": "Foreign Commonwealth and Development Office"
    },
    "contracts": [
        {
            "id": "006725-2025-1",
            "awardID": "006725-2025-1",
            "status": "active",
            "value": {
                "amount": 330000000,
                "currency": "GBP"
            },
            "dateSigned": "2017-07-12T00:00:00+01:00"
        }
    ],
    "language": "en"
}