Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}