- Lot a2XTu000000XlZdMAK (was 1). Food Science
- Lot a2XTu000000XlZeMAK (was a2XTu000000WlDWMA0). Farming
- Lot a2XTu000000XlZfMAK (was a2XTu000000WlLZMA0). Soil and Vegetation
- Lot a2XTu000000XlZgMAK (was a2XTu000000WlNBMA0). Marine & Fisheries
- Lot a2XTu000000XlZhMAK (was a2XTu000000WlQPMA0). Resource & Waste
- Lot a2XTu000000XlZiMAK (was a2XTu000000WlS1MAK). Biodiversity; International and Domestic
- Lot a2XTu000000XlbFMAS (was a2XTu000000WlTdMAK). Air Quality and Sound
- Lot a2XTu000000XleTMAS (was a2XTu000000WlVFMA0). Flood & Water
- Lot a2XTu000000Xlg5MAC (was a2XTu000000WlWrMAK). Animal, Plant and Forestry Research
- Lot a2XTu000000XlhhMAC (was a2XTu000000WlYTMA0). Chemicals
Scope
Description
An open framework for Scientific Research and Development (R&D) and monitoring. It will cover the following thematic areas: Food Science, Farming, Air Quality and Sound, Vegetation and Soil, Flood and Water, Marine and Fisheries, Resource and Waste, Animal Welfare and Plant Health, Biodiversity and Chemicals. Contracts under the Environmental Science Research, Development and Evidence Framework (ES RDE) will comprise creative work undertaken on a systematic basis to increase the stock of knowledge, including knowledge of man, culture and society, and the use of this stock of knowledge to devise new applications. Basic research, applied research and experimental development research will all be in scope. Evidence covers a range of sciences including economics, social research, operational research, statistics, natural science, evaluation, engineering and geography.
Commercial tool
Establishes an open framework
Total value (estimated)
- £192,000,057 excluding VAT
- £230,400,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 February 2026 to 31 January 2034
- 8 years
Main procurement category
Services
CPV classifications
- 73300000 - Design and execution of research and development
Lot constraints
Description of how multiple lots may be awarded:
Contained in the Bidder Pack
Lot a2XTu000000XlZdMAK (was 1). Food Science
Description
1.1 - Supporting a resilient and secure food system 1.2 - Innovation, Equitable Growth, and Productivity in the Food System 1.3 - Safety and Confidence in food 1.4 - Supporting a sustainable and healthy agri-food chain 1.5 - Services supporting Agri-Food Chain Analysis
Lot value (estimated)
- £3,070,952 excluding VAT
- £3,685,143 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlZeMAK (was a2XTu000000WlDWMA0). Farming
Description
2.1 - Crop performance and protection services 2.2 - Livestock performance services 2.3 - Agronomy, nutrient management and sustainable system services 2.4 - Modelling toolkits, informatics and comparative life cycle assessment services
Lot value (estimated)
- £40,196,438 excluding VAT
- £48,235,725 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlZfMAK (was a2XTu000000WlLZMA0). Soil and Vegetation
Description
4.1 - Soil and Vegetation
Lot value (estimated)
- £30,647,331 excluding VAT
- £36,776,797 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlZgMAK (was a2XTu000000WlNBMA0). Marine & Fisheries
Description
6.1 - Clean & Safe Seas 6.2 - Healthy & biologically diverse seas 6.3 - Productive seas & freshwater systems 6.4 - Ocean climate science & international engagement 6.5 - Society & the sea
Lot value (estimated)
- £21,098,224 excluding VAT
- £25,317,869 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlZhMAK (was a2XTu000000WlQPMA0). Resource & Waste
Description
7.1 - Waste & waste management 7.2 - Circular Economy, Material resource efficiency and Sustainable Consumption
Lot value (estimated)
- £16,323,670 excluding VAT
- £19,588,404 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlZiMAK (was a2XTu000000WlS1MAK). Biodiversity; International and Domestic
Description
9.1 - Nature and climate analysis 9.2 - People, finance and health 9.3 - Food systems and global trade
Lot value (estimated)
- £11,549,118 excluding VAT
- £13,858,941 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlbFMAS (was a2XTu000000WlTdMAK). Air Quality and Sound
Description
3.1 Air quality analysis and expert services 3.2 Air quality monitoring management and data for UK Networks 3.3 Air quality Monitoring and Data Projects 3.4 Modelling tools for air quality studies 3.5 Air quality economics and social research 3.6 Acquisition and analysis of information for acoustics 3.7 Understanding and interpretation of information for acoustics
Lot value (estimated)
- £21,098,221 excluding VAT
- £25,317,865.20 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XleTMAS (was a2XTu000000WlVFMA0). Flood & Water
Description
5.1 Evidence reviews for water quality, water resources, flood and coastal erosion risk management and drinking water quality 5.2 R&D for water quality, water resources, flood and coastal erosion risk management and drinking water quality
Lot value (estimated)
- £30,647,332 excluding VAT
- £36,776,798.40 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000Xlg5MAC (was a2XTu000000WlWrMAK). Animal, Plant and Forestry Research
Description
8.1 Plant Health Natural Sciences Research and Evidence 8.2 Animal Health Research and Evidence 8.3 Animal Welfare Research and Evidence 8.4 Trees and Forestry Research and Evidence
Lot value (estimated)
- £5,819,652 excluding VAT
- £6,983,582.40 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot a2XTu000000XlhhMAC (was a2XTu000000WlYTMA0). Chemicals
Description
10.1 Risk Assessment 10.2 Risk Management 10.3 Socio-economic Assessment 10.4 Social Research 10.5 Data Analysis and Statistics for Chemicals and Pesticides 10.6 Understanding the Risks from Chemical Pollution
Lot value (estimated)
- £11,549,119 excluding VAT
- £13,858,942.80 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Open framework scheme end date (estimated)
31 January 2034
Maximum number of suppliers
312
Maximum percentage fee charged to suppliers
0%
Framework operation description
It is anticipated that the Framework will last eight years in total commencing 1st February 2026 until 31st January 2034. It is intended that it will be re-opened in its third year, and again in either the fifth or sixth years as the Authority deems necessary. At these points incumbent framework suppliers will have the opportunity to revise their Tender or they may leave their offer as per their last framework tender submission.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Defra group (including but not limited to Core Defra, EA, NE, MMO, APHA, CEFAS). It will also be procured on behalf of the following government organisations outside of the Defra group: • Drinking Water Inspectorate • Department for Science Innovation and Technology (DSIT) • Department for Business, Energy & Industrial Strategy (DBEIS) • Department for Energy Security and Net Zero (DESNZ)
Participation
Technical ability conditions of participation
Lot a2XTu000000XlZdMAK (was 1). Food Science
Lot a2XTu000000XlZeMAK (was a2XTu000000WlDWMA0). Farming
Lot a2XTu000000XlZfMAK (was a2XTu000000WlLZMA0). Soil and Vegetation
Lot a2XTu000000XlZgMAK (was a2XTu000000WlNBMA0). Marine & Fisheries
Lot a2XTu000000XlZhMAK (was a2XTu000000WlQPMA0). Resource & Waste
Lot a2XTu000000XlZiMAK (was a2XTu000000WlS1MAK). Biodiversity; International and Domestic
Lot a2XTu000000XlbFMAS (was a2XTu000000WlTdMAK). Air Quality and Sound
Lot a2XTu000000XleTMAS (was a2XTu000000WlVFMA0). Flood & Water
Lot a2XTu000000Xlg5MAC (was a2XTu000000WlWrMAK). Animal, Plant and Forestry Research
Lot a2XTu000000XlhhMAC (was a2XTu000000WlYTMA0). Chemicals
Bidders must meet the Conditions of Participation laid out in the Tender Documents.
Particular suitability
Lot a2XTu000000XlZdMAK (was 1). Food Science
Lot a2XTu000000XlZeMAK (was a2XTu000000WlDWMA0). Farming
Lot a2XTu000000XlZfMAK (was a2XTu000000WlLZMA0). Soil and Vegetation
Lot a2XTu000000XlZgMAK (was a2XTu000000WlNBMA0). Marine & Fisheries
Lot a2XTu000000XlZhMAK (was a2XTu000000WlQPMA0). Resource & Waste
Lot a2XTu000000XlZiMAK (was a2XTu000000WlS1MAK). Biodiversity; International and Domestic
Lot a2XTu000000XlbFMAS (was a2XTu000000WlTdMAK). Air Quality and Sound
Lot a2XTu000000XleTMAS (was a2XTu000000WlVFMA0). Flood & Water
Lot a2XTu000000Xlg5MAC (was a2XTu000000WlWrMAK). Animal, Plant and Forestry Research
Lot a2XTu000000XlhhMAC (was a2XTu000000WlYTMA0). Chemicals
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
2 June 2025, 12:00pm
Submission type
Requests to participate
Tender submission deadline
16 June 2025, 12:00pm
Submission address and any special instructions
https://atamis-9529.my.site.com/s/Welcome Submissions must be made via the Authority's eSourcing platform.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 October 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Technical | Quality | 45.00% |
Price | Price | 40.00% |
Social Value | Quality | 15.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. There will be three stages as follows: Stage One - Conditions of Participation At this stage of the procurement Tenderers will be asked to submit their Procurement Specific Questionnaire and the response to the Conditions of Participation. 1.1 Conditions of Participation and Procurement Specific Questionnaire Tenderers must complete a series of questions to allow the Authority to confirm their eligibility to participate in the competition, together with core supplier information, additional exclusions and debarment information. Tenderers will not progress to the Technical Response stage if they do not pass this stage. Stage Two - Tender Stage 1.2 Technical Response Tenderers must respond to a series of technical questions as outlined on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. If Tenderers fail to meet any minimum scoring requirements, they will be eliminated from the competition and not progress to having their Commercial Response assessed. Suppliers must upload their Form of Tender otherwise their submission will not be considered. 1.3 Commercial Response Tenderers must complete the commercial envelope as detailed on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. Scores from the technical and commercial sections will be added together to arrive at a total weighted score. The most advantageous tenders for each lot will be the Tenderers with the highest final scores. Tenderers will be notified about whether they have been successful in securing a place on the Framework. Stage Three - Preferred Bidder Stage An intended award list made up of preferred bidders will be finalised, and final negotiations will be conducted with those suppliers who have been selected. Please note that this tender will be tendered, evaluated and awarded on a sub-lot basis.
Contracting authority
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Email: procurement@defra.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government