Contract notice
Section I: Contracting
authority
I.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: DGCEnquiries@defra.gov.uk
E-mail: DGCEnquiries@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Lincs, Northants and East Anglia: Groundwater Models Asset System Maintenance
Reference number: C23743
II.1.2) Main CPV code
73000000
II.1.3) Type of contract
Services
II.1.4) Short description
This Consultancy will follow a programme of work aimed at refining, maintaining, and supporting the operational use of the Anglian Models. It will also develop training packages to allow technical staff to interact with the groundwater models and use the model results effectively.
II.1.5) Estimated total value
Value excluding VAT:
.01
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Consultancy will follow a programme of work aimed at refining, maintaining, and supporting the operational use of the Anglian Models. The programme of work is set out in the Scope of Work below. A maximum price for the four-year programme of work will be established through the tendering process.<br/>It is intended that the four-year programme is followed but this will be subject to the resources available through annual budget allocation plus gaining project approval within the Environment Agency. The Environment Agency is not therefore committing itself to the programme, which will need to be refined at the outset of a new financial year. The Environment Agency also reserves the right to tender any item of work within the scope via an alternative procurement route.<br/>The Environment Agency will establish a GMASM Consultancy Operational Board (the ‘Board’). The Board will be led by the Environment Agency GMASM Consultancy Director, together with the Environment Agency Consultancy Manager. The Consultant will nominate similar representatives from the Consultant’s side. The Board will meet to discuss progress with the annual programme of work, performance and the anticipated programme of work for the forthcoming year. The Consultant will provide accurate pricing for the anticipated programme of work in advance of the start of the next year of the contract.<br/>Note that part of the work of the Consultancy might be to help with the preparation of business case submissions to support Environment Agency staff with seeking project approval.<br/>The contract is intended for use across the East Anglia and Lincolnshire & Northamptonshire operating areas (the ‘Contract Area’). The successful consultant (the ‘Consultant’) may be asked to take on work arising outside of the Contract Area but in order to protect the value of the contract for East Anglia and Lincolnshire & Northamptonshire areas, there will be a presumption against allowing work outside of these operating areas.<br/>Objectives<br/><br/>The project has an overarching aim: <br/>To maintain the Anglian groundwater models, keeping them updated and ready for operational use, and to support the application of the models to Environment Agency business areas.
II.2.5) Award criteria
Criteria below:
Price
II.2.6) Estimated value
Value excluding VAT:
.01
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/09/2024
End:
31/08/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
II.2.14) Additional information
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome<br/><br/>Any questions, requests to participate or tender submissions must be submitted electronically via this portal.<br/><br/>If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/06/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/06/2024
Local time: 18:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
06/06/2024