Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

NEX22/48 Zero Value Framework for Environment and Sustainability Consultancy Support

  • First published: 14 December 2023
  • Last modified: 14 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b311
Published by:
Nexus
Authority ID:
AA59193
Publication date:
14 December 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Embodied carbon;

• Project emissions;

• Lifecycle emissions, including negative emissions from modal shift.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Nexus

33 St James' Blvd

Newcastle upon Tyne

NE14AX

UK

Contact person: Julie Warnett

Telephone: +44 7879667318

E-mail: tenders@nexus.org.uk

NUTS: UKC22

Internet address(es)

Main address: https://www.nexus.org.uk/

I.6) Main activity

Railway services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

NEX22/48 Zero Value Framework for Environment and Sustainability Consultancy Support

II.1.2) Main CPV code

90700000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Nexus has recently published its Environment and Sustainability Strategy and is seeking a framework of support to assist with the implementation of this strategy and to allow project teams and other areas of the organisation to call off specialist advice, feasibility and guidance when required.

Successful consultant(s) may be requested to undertake the following (but not limited to):

Lot 1 - Greenhouse Gas Emission Reporting

• Embodied carbon;

• Project emissions;

• Lifecycle emissions, including negative emissions from modal shift.

Lot 2 - Planning Studies (Feasibility studies)

• Environmental feasibility work for all Scope 1 and Scope 2 assets (i.e. boilers, HVAC, solar, energy saving projects).

Lot 3 - Planning Requirements

• Assessment of projects ensuring that they comply with 2021 Environment Act (i.e. 10% biodiversity net gain);

• Providing specialist advice to ensure compliance with planning regulations and environmental legislation;

• Development of environmental frameworks to allow Nexus to assess projects;

• Assist in the development of planning submissions.

Lot 4 - Biodiversity

• Physical surveys to establish level of biodiversity on each site;

• Recommendations to improve biodiversity;

• Undertake biodiversity net gain calculations.

Lot 5 - Recycling and Waste Management

• Assessment of projects or elements of projects to increase recycling and minimise waste,

including assessment of novel and innovative solutions.

Lot 6 - Business Cases

• Cost/benefit and return on investment analysis, specifically relating to environmental impacts;

• Options appraisals for specialist environmental appraisals.

It is envisaged that no more than three organisations will be appointed to each Lot.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Greenhouse Gas Emission Reporting

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Embodied carbon;

• Project emissions;

• Lifecycle emissions, including negative emissions from modal shift.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Planning Studies (Feasibility studies)

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Environmental feasibility work for all Scope 1 and Scope 2 assets (i.e. boilers, HVAC, solar, energy saving projects).

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Planning Requirements

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Assessment of projects ensuring that they comply with 2021 Environment Act (i.e. 10% biodiversity net gain);

• Providing specialist advice to ensure compliance with planning regulations and environmental legislation;

• Development of environmental frameworks to allow Nexus to assess projects;

• Assist in the development of planning submissions.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Biodiversity

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Physical surveys to establish level of biodiversity on each site;

• Recommendations to improve biodiversity;

• Undertake biodiversity net gain calculations.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Recycling and Waste Management

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Assessment of projects or elements of projects to increase recycling and minimise waste, including assessment of novel and innovative solutions.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Business Cases

II.2.2) Additional CPV code(s)

90700000

II.2.3) Place of performance

NUTS code:

UKC

II.2.4) Description of the procurement

Successful consultant(s) may be requested to undertake the following (but not limited to):

• Cost/benefit and return on investment analysis, specifically relating to environmental impacts;

• Options appraisals for specialist environmental appraisals.

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-007546

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/12/2023

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Nexus

Newcastle Upon Tyne

UK

VI.5) Date of dispatch of this notice

13/12/2023

Coding

Commodity categories

ID Title Parent category
90700000 Environmental services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@nexus.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.