Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Defra Network eTendering Portal
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Jemma Godleman
E-mail: jemma.godleman@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 electronically to:
https://atamis-9529.my.site.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://atamis-9529.my.site.com/s/Welcome
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
The Evaluation of Market Ready agricultural Technology Options (TEMaRTO)
Reference number: C22067
II.1.2) Main CPV code
73200000
II.1.3) Type of contract
Services
II.1.4) Short description
The Delivering Clean Growth through Sustainable Intensification (CGSI) project has been critical in developing a rigorous, evidence-based decarbonisation pathway for agriculture that demonstrates compliance with the 5th and 6th carbon budget (CB) periods. This work directly informed development of the Carbon Budget Delivery Plan (Department for Energy Security and Net Zero, 2023) and planning for Sustainable Farming Incentive (SFI) standards.<br/><br/>In preparation for the legal establishment of CB7 (2038 to 2042) it is time to refresh and update the evidence of the CGSI. We propose that this refresh looks to build on the successes of CGSI by filling evidence gaps around currently unquantified or exploratory measures in the CBDP, identify new mitigation technologies and innovations, refresh the trajectory in preparation for CB7, and explore potential for a long-term service agreement to test and implement evidence-based policy decisions. In advance, the successful contractor will receive a list of the unquantified/exploratory measures (also found in the published Net Zero growth plan), but also encouraged to explore other alternative emerging solutions. The refresh should adopt and enforce Maximum Technical Potential (MTP), ensuring the MTPs given for each measure are robust and credible. (MTP represents the maximum carbon savings that would be possible if we ignore limitations of cost, logistics and other non-market barriers). In reality the effective potential will be significantly lower or take longer than 30 years to deliver (i.e., not necessarily contributing to the 2050 target).
II.1.5) Estimated total value
Value excluding VAT:
1.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73110000
73000000
90713000
03000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The Delivering Clean Growth through Sustainable Intensification (CGSI) project has been critical in developing a rigorous, evidence-based decarbonisation pathway for agriculture that demonstrates compliance with the 5th and 6th carbon budget (CB) periods. This work directly informed development of the Carbon Budget Delivery Plan (Department for Energy Security and Net Zero, 2023) and planning for Sustainable Farming Incentive (SFI) standards.<br/><br/>In preparation for the legal establishment of CB7 (2038 to 2042) it is time to refresh and update the evidence of the CGSI. We propose that this refresh looks to build on the successes of CGSI by filling evidence gaps around currently unquantified or exploratory measures in the CBDP, identify new mitigation technologies and innovations, refresh the trajectory in preparation for CB7, and explore potential for a long-term service agreement to test and implement evidence-based policy decisions. In advance, the successful contractor will receive a list of the unquantified/exploratory measures (also found in the published Net Zero growth plan), but also encouraged to explore other alternative emerging solutions. The refresh should adopt and enforce Maximum Technical Potential (MTP), ensuring the MTPs given for each measure are robust and credible. (MTP represents the maximum carbon savings that would be possible if we ignore limitations of cost, logistics and other non-market barriers). In reality the effective potential will be significantly lower or take longer than 30 years to deliver (i.e., not necessarily contributing to the 2050 target).
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Quality criterion: Sustainability
/ Weighting: 10
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
1.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/02/2024
End:
31/01/2027
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:
12/01/2024
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:
11/05/2024
IV.2.7) Conditions for opening of tenders
Date:
29/11/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
29/11/2023