Contract notice
Section I: Contracting
authority
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Defra Group Commercial
Telephone: +44 3459335577
E-mail: network.procurement@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://atamis-9529.my.site.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
Local Air Quality Management Support 2025 - 2031
Reference number: C27984
II.1.2) Main CPV code
90731100
II.1.3) Type of contract
Services
II.1.4) Short description
Local Air Quality Management Support 2025 - 2031<br/>The Secretary of State has a statutory role to oversee local authority performance under the legislation and must report on progress annually in a statement to Parliament. Local authorities (LAs) in the UK are legally required to review air quality in their areas and resolve breaches of air quality objectives under the Environment Act 1995 (as amended by Environment Act 2021). <br/>The LAQM Support service is used to assist in the delivery of the department’s statutory functions (details below)<br/>The Local Air Quality Management (LAQM) Support service exists to support that statutory function and provides technical support to 363 LAs across the UK, so that they can carry out their statutory responsibilities for local air quality management accurately and in accordance with regional policy. <br/>Support is provided via a helpdesk, website, report submission portal and data dashboard. <br/>Suppliers will require extensive expertise in air quality science, using monitoring equipment, interpreting data and air quality modelling to be able to advise local authorities effectively. <br/>Extensive knowledge of local authorities and their requirements under LAQM Statutory Technical and Policy Guidance 2022, the Environment Act 1995 as amended by the Environment Act 2021, and the Clean Air Act 1993, as amended by the Environment Act 2021.<br/>Key characteristics of the market – The market is considered medium sized, using open market will enable full exposure of the requirement to encourage competition. To date the Prior Information Notice (PIN) has highlighted five interested parties.<br/>Reputational Risk - Poor air quality is the biggest environmental risk to public health as well as having significant impacts for the natural environment and biodiversity. Local government has an essential role to play in delivering cleaner air for communities and nature across the UK.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90731100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome 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.
II.2.5) Award criteria
Criteria below:
Price
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
10/06/2025
End:
09/06/2030
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
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:
24/03/2025
Local time: 12:00
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
Tender must be valid until:
24/07/2025
IV.2.7) Conditions for opening of tenders
Date:
06/02/2025
Local time: 17:00
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.5) Date of dispatch of this notice
06/02/2025