Tender

Defra Special Project - Stakeholder Engagement

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007264

Procurement identifier (OCID): ocds-h6vhtk-05e289

Published 26 January 2026, 3:33pm

Last edited 27 January 2026, 4:18pm

Show all versions Hide all versions


Changes to notice

This notice has been edited. The previous version is still available.

Amended the URL to Atamis and updated the award criteria.

Scope

Reference

C32808

Description

Defra is responsible for managing a confidential and sensitive project that is exploring options to deliver organisational change to support a long-term strategic objective. The project is complex, multi-year, and involves stakeholders who are accustomed to current arrangements and may be resistant even to the discussion of change.

We require an experienced Stakeholder Engagement Adviser to provide strategic advice and support in shaping and delivering an engagement approach that helps to build trust, address concerns, and guide stakeholders through a common-sense discussion of the options and their benefits/disbenefits, and potentially also a sensitive transition process. Defra has already completed stakeholder mapping but requires support in engagement planning, advisory services, and risk management.

Total value (estimated)

  • £170,000 excluding VAT
  • £204,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 16 July 2026 to 15 March 2027
  • 8 months

Main procurement category

Services

CPV classifications

  • 79112100 - Stakeholders representation services
  • 79900000 - Miscellaneous business and business-related services
  • 79416100 - Public relations management services
  • 79416000 - Public relations services
  • 79420000 - Management-related services
  • 79416200 - Public relations consultancy services

Contract locations

  • UK - United Kingdom

Participation

Technical ability conditions of participation

Suppliers must hold Cyber Essentials Certification.

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

6 February 2026, 5:00pm

Submission type

Tenders

Tender submission deadline

20 February 2026, 12:00pm

Submission address and any special instructions

The procurement documents are

available for access, free of charge, at

https://atamis-9529.my.site.com/s/Welcome

Please note that the full bidder pack/specification will not be available to view until stage 2 and will only be released to successful tenders at stage 1 who have signed and returned an NDA to the Authority.

Any questions, requests to participate

or tender submissions must be

submitted electronically via this portal.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

2 July 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

35% of the quality weighting will be allocated to the technical criteria and questions

15% will be allocated to Virtual Pitch

10% will be allocated to Social Value

Quality 60.00%
Commercial Envelope

40% - Commercial Evaluation will use relative scoring methodology as set out in the bidder pack.

All Suppliers who have been successful at stage 2 (virtual pitch) will be commercially evaluated....

Price 40.00%

Other information

Description of risks to contract performance

Risk that Ministerial Approval won't be given.

There is a risk that Ministerial approval of the overarching project won't be obtained in May/June. In this event the procurement may be withdrawn

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

IMPORTANT PLEASE READ CAREFULLY BEFORE YOU CONTINUE - Please be advised this project is subject to the Ministerial approval (anticipated date May/June 2026). We reserve our right to withdraw the tender at any place in the procurement process. We ask that you bare this in mind when considering tendering for this opportunity.

Stage 1 - Selection Questionnaire Stage

This stage will include Yes/No questions to help down-select suppliers invited to full tender based on their responses to the questions which will focus on required skills, qualifications and experience. In addition to Yes/No questions, there will be some written responses which will be formally evaluated using the standard evaluation scoring criteria.

Suppliers must meet a minimum consensus score of 70 on the written questions in addition to passing all the Yes/No questions to be taken through to Stage 2.

All successful suppliers at stage 1 will be taken through to Technical Evaluation (stage 2).

Stage 2 - Full written tender submission

All successful suppliers from stage 1 (PSQ) will be invited to submit their written bid for the tender. This will be subject to them signing and returning the NDA within 5 working days of receipt. Failure to return a signed NDA within this timeframe will result in disqualification from the tender process. Tenders must agree to this as part of Stage 1.

They will be required at this stage to also submit their commercial bid however this will only be evaluated if they are successful at stage 2 and invited to stage 3 (Virtual pitch). Commercial submissions will be requested upfront to avoid delays at the next stage.

Stage 3 - Virtual Pitch

All suppliers will then be invited to present a virtual pitch on a specified question outlined in the bidder pack. The question will be based on a scenario and will help to demonstrate and provide confidence to the contracting authority that they have the capability to deliver the requirement to a high standard.

Stage 4 - Commercial Evaluation

All Suppliers who have been successful at technical stage 2 (virtual pitch) will be commercially evaluated,


Contracting authority

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

  • Public Procurement Organisation Number: PNBD-3289-CDGX

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government