Planning

The illegal wildlife trade (IWT) is a widespread and lucrative criminal activity causing major environmental and social harm globally. The IWT can be defined as the unlawful trade, smuggling, poaching

  • Defra Network eTendering Portal

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-004736

Procurement identifier (OCID): ocds-h6vhtk-03191c

Published 18 February 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Contact

Andy Wareham

Email

andy.wareham@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The illegal wildlife trade (IWT) is a widespread and lucrative criminal activity causing major environmental and social harm globally. The IWT can be defined as the unlawful trade, smuggling, poaching

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Supplier must have knowledge of the IWT, experience and a track record of producing similar products on the IWT, biodiversity, development, and security issues, have existing partnerships within the countries selected for analysis or be in a position to subcontract to organisations with established in country knowledge. Other requirements include;

• Language: Reports must be written in English. Meetings with the Authority must be held in English.

• Format: Digital PDF document.

• Length: Each final report on each country totalling 20 pages maximum, with 4 distinct sections to align with the workstreams, including a summary note at the beginning giving key findings.

• Structure: Supplier to produce an initial inception report with the proposed structure and methodology for the analysis. The Authority will provide feedback before agreeing final structure. There should be four core elements to the report for each country, in line with the objectives set out. Where findings call for additional sections to be added these will be discussed and agreed with the Authority beforehand.

• Review: The Authority will endeavour to review reports in the following timescales: two weeks to review and comment on the inception report after oral presentation and three weeks to review and comment on the final written documents.

• Deadline: The Authority prefers work to have concluded within 4 months of the start date.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 03000000 - Agricultural, farming, fishing, forestry and related products

two.2.3) Place of performance

NUTS codes
  • CN - China
  • KH - Cambodia
  • LA - Laos
  • MW - Malawi
  • MZ - Mozambique
  • NG - Nigeria
  • VN - Vietnam
  • ZA - South Africa

two.2.4) Description of the procurement

Through this Terms of Reference (ToR), the Authority is seeking a Supplier to carry out an assessment of the IWT supply chain from the lens of key countries. A core component of this assessment will be a political, economic, social, technological, legal, and environmental analysis to understand to what extent these factors influence IWT supply chains in each country.

This analysis will provide a supporting evidence base for the development of future UK interventions to counter IWT, based on an accurate picture of the IWT situation in country. This includes building an understanding of transnational supply chains, best practice, opportunities, and priority of interventions.

This analysis will be focused within Cambodia, China, Laos, Malawi, Mozambique, Nigeria, South Africa and Vietnam. These countries have been chosen due to their interaction with known significant IWT supply chains and represent supply, transit and destination countries. These countries represent an interest for the UK in terms of recognising the scale of the issue and impact on supply chains, building the evidence base to support future engagement, including opportunities to build on existing best practice interventions, and expand on/ complement existing UK programming and engagement.

The analysis will be split into 4 workstreams to be undertaken in each country:

Workstream 1: Provide an overview of the IWT situation in each country, and the role of each country directly or indirectly in global IWT, through supply, transit and/or demand of illegal products. Identify the key geographical linkages through the supply chain and review the evidence relating to trends and scale of IWT.

Workstream 2: Provide a detailed assessment of the political, economic, social, technological, cultural, and environmental factors in country that are driving the illegal wildlife trade and the significance and scale of each factor in facilitating it.

Workstream 3: Identify current interventions within countries, assessing their effectiveness in delivering change (including identifying other donors and their activities), and any gaps in existing approaches.

Workstream 4: Building on Workstream 3, identify gaps in counter IWT interventions and outcomes, including where activities could be enhanced and expanded. Applying lessons learned from Workstream 2, assess these gaps for opportunities for future engagement, including considering: evidence of need; evidence of effectiveness; feasibility and potential constraints; impact on IWT; scalability and sustainability.

two.2.14) Additional information

We will require the information back on this market testing within 2 weeks of publication.

two.3) Estimated date of publication of contract notice

18 February 2022


Section four. Procedure

four.1) Description

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

We require the information back by Friday 4th March at 2pm