Tender

PFAS Risk Screening Project, Phase 4, Work Package 2 -4

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2022/S 000-019234

Procurement identifier (OCID): ocds-h6vhtk-0351ca

Published 14 July 2022, 9:10am



The closing date and time has been changed to:

30 August 2022, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

Leonie.cormac@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.defra.bravosolution.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://defra.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk/

Tenders or requests to participate must be submitted to the above-mentioned 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://defra.bravosolution.co.uk/

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PFAS Risk Screening Project, Phase 4, Work Package 2 -4

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The overarching PFAS Risk Screening Project, now in its fourth phase, aims to assess and tackle the risks arising from a group of “forever chemicals” which are contaminating soil, groundwater and surface waters and pose a risk to human health.

Polyfluoroalkyl and perfluoroalkyl substances (PFAS) are a broad group of synthetic fluorinated organic chemicals which are extremely persistent in the environment. Some are bio-accumulative and toxic, and/or highly mobile. PFAS are a group of more than 4,700 man-made chemicals (OECD, 2018), the two most well-known of which are perfluorooctanoic acid (PFOA) and perfluorooctane sulfonic acid (PFOS).

Increasing awareness of the widespread presence of PFAS in environmental media has heightened regulatory concerns about their potential risks to human health and the environment. A recent evidence review by the EA has identified large data gaps in relation to the uses, sources, and mass emissions of PFAS in the UK. This report recommends further research and investigative work to evaluate the sources, both current and legacy, that are contributing to the widespread nature of this family of contaminants.

To ensure effective allocation of resources and appropriate targeting of mitigation actions, we need to better understand the sources of PFAS, the pathways by which these chemicals can impact key receptors and the relative significance of these substances in environmental media.

This programme of work (Phase 4) is a programme of work comprising six sub projects, which again aim to build on preceding stages, furthering our knowledge of these chemicals and the risks they pose, with increased focus on highlighted sites of concern. This notice outlines our intention and approach to procure the following three work packages through an open competition, with a sub lot for each package of work.

WP2 - Lot 1. Development of Best Practice Guidance

WP3 - Lot 2. Detailed Assessment of Potential PFAS Problem Sites:

o In-depth desk studies of x10 highlighted problem sites

o Site investigation of x1 prioritised site (Grosvenor Chemicals)

WP4 - Lot 3. Economic Appraisal

two.1.5) Estimated total value

Value excluding VAT: £1,550,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Development of Best Practice Guidance

Lot No

1

two.2.2) Additional CPV code(s)

  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The primary objective is to develop a reference guide aimed at those involved in the regulation of sites of concern due to the impact, or potential impact, from PFAS and associated chemicals. Staff can refer to the guide when faced with sites highlighted under voluntary schemes, regulatory regimes, or pollution incidents. The guide will provide background to the problem, the nature and characteristics of these chemicals, and the tailored approach necessary to best assess the risk, apply regulatory controls and ultimately implement mitigation measures (if necessary). The step-by-step guide will adopt the classic land contamination evaluation approach, indicating how at each stage of site assessment the site evaluation strategy should be conducted when considering contaminants of this nature.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

10

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) Description

two.2.1) Title

Detailed Assessment of Potential PFAS Problem Sites

Lot No

2

two.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This work package includes two separate but linked activities which are to be combined under a single Lot. The first component relates to delivering a series of desk studies for sites of concern. The second involves progressing one of these desk studies, where historic evidence has already led to formal site determination and designation under Part 2A of the Environmental Protection Act 1990, into an intrusive site investigation.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,350,000

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

Duration in months

30

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) Description

two.2.1) Title

Economic Appraisal

Lot No

Lot 3

two.2.2) Additional CPV code(s)

  • 71621000 - Technical analysis or consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The objective is to build on the outputs of Phase 3 which, using the results generated by the GIS model, aimed to categorise and quantify the number of potential problem PFAS sites across England. To assess the recommendations from this Phase 3 task, and develop an approach and ultimately deliver a report, detailing the nature of the PFAS problem across the Country together will a mechanism for deriving costs to highlight the financial scale and burden of the problem.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Duration in months

18

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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

23 August 2022

Local time

3:00pm

Changed to:

Date

30 August 2022

Local time

3:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

23 August 2022

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Environment Agency expressly reserves the right:

(i) Not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;

(ii) To make whatever changes it may see fit to the content and structure of the tendering competition;

(iii) To award 1 or more public contract(s) in relation to part only of the requirements covered by this notice;

and/or

(iv) To award a contract(s) in stages.

In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.

six.4) Procedures for review

six.4.1) Review body

Courts of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible

after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period”.