Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Defra Group Commercial
network.procurement@defra.gov.uk
Telephone
+44 3459335577
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Local Air Quality Management Support 2025 - 2031
Reference number
C27984
two.1.2) Main CPV code
- 90731100 - Air quality management
two.1.3) Type of contract
Services
two.1.4) Short description
Local Air Quality Management Support 2025 - 2031
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).
The LAQM Support service is used to assist in the delivery of the department’s statutory functions (details below)
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.
Support is provided via a helpdesk, website, report submission portal and data dashboard.
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.
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.
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.
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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90731100 - Air quality management
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
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.
two.2.5) Award criteria
Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
10 June 2025
End date
9 June 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 24 July 2025
four.2.7) Conditions for opening of tenders
Date
6 February 2025
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit