{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-052221-2025-05-23T12:30:11+01:00",
    "date": "2025-05-23T12:30:11+01:00",
    "ocid": "ocds-h6vhtk-052221",
    "initiationType": "tender",
    "tender": {
        "id": "ecm_3844 / PO7900",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Humanitarian Emergency Response Operations and Stabilisation (HEROS)",
        "classification": {
            "scheme": "CPV",
            "id": "75211200",
            "description": "Foreign economic-aid-related services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "title": "Humanitarian Emergency Response Operations and Stabilisation (HEROS)",
                "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",
                "contractPeriod": {
                    "startDate": "2017-07-12T00:00:00+01:00",
                    "endDate": "2025-10-31T23:59:59Z"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "026205-2025-ecm_3844 / PO7900-1",
            "relatedLots": [
                "1"
            ],
            "title": "Humanitarian Emergency Response Operations and Stabilisation (HEROS)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-149153",
                    "name": "Palladium International Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-3742",
            "name": "Foreign Commonwealth and Development Office",
            "identifier": {
                "legalName": "Foreign Commonwealth and Development Office"
            },
            "address": {
                "streetAddress": "King Charles Street",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "cpg.enquiries@fcdo.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
                "buyerProfile": "https://fcdo.bravosolution.co.uk/web/login.html"
            }
        },
        {
            "id": "GB-FTS-149153",
            "name": "Palladium International Limited",
            "identifier": {
                "legalName": "Palladium International Limited"
            },
            "address": {
                "streetAddress": "16th Floor, Hylo, 105 Bunhill Row",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC1Y 8LZ",
                "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-3742",
        "name": "Foreign Commonwealth and Development Office"
    },
    "contracts": [
        {
            "id": "026205-2025-ecm_3844 / PO7900-1",
            "awardID": "026205-2025-ecm_3844 / PO7900-1",
            "title": "Humanitarian Emergency Response Operations and Stabilisation (HEROS)",
            "status": "active",
            "value": {
                "amount": 330000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-02T00:00:00+01:00",
            "period": {
                "startDate": "2017-07-12T00:00:00+01:00",
                "endDate": "2028-10-31T23:59:59Z"
            },
            "items": [
                {
                    "id": "1",
                    "title": "Humanitarian Emergency Response Operations and Stabilisation (HEROS)",
                    "classification": {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "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.",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Reasons for modification: 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."
                }
            ]
        }
    ],
    "language": "en"
}