Tender

Lincs, Northants and East Anglia: Groundwater Models Asset System Maintenance

  • ENVIRONMENT AGENCY (Defra Network eTendering Portal)

F02: Contract notice

Notice identifier: 2024/S 000-017658

Procurement identifier (OCID): ocds-h6vhtk-046e23

Published 6 June 2024, 5:57pm



The closing date and time has been changed to:

11 July 2024, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

DGCEnquiries@defra.gov.uk

Email

DGCEnquiries@defra.gov.uk

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://defra-family.force.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

Lincs, Northants and East Anglia: Groundwater Models Asset System Maintenance

Reference number

C23743

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £0.01

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.
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.
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.
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.
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.
Objectives

The project has an overarching aim:
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.

two.2.5) Award criteria

Price

two.2.6) Estimated value

Value excluding VAT: £0.01

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2024

End date

31 August 2028

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

two.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

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.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Originally published as:

Date

27 June 2024

Changed to:

Date

11 July 2024

Local time

3:00pm

See the change notice.

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

Duration in months: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 June 2024

Local time

6:00pm


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

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit