Section one: Contracting authority
one.1) Name and addresses
Surrey County Council
11 Cockshot Hill
Reigate
RH2 8EF
melisa.suleyman@surreycc.gov.uk
Country
United Kingdom
Region code
UKJ - South East (England)
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SCC - MS - Surrey Biodiversity Net Gain Habitat Banking Study
Reference number
DN1529
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
Surrey County Council and borough and district councils across Surrey, wish to:
i. Understand the potential supply of Biodiversity units on public sector owned land, with the view to establishing a portfolio of Biodiversity gain sites (BNG habitat banks) and
ii. Identify locations and measures that will deliver multiple environmental benefits, in particular restoring/enhancing habitats in combination with increasing carbon storage and/or in combination with natural flood management.
Surrey County Council wishes to appoint a consultant to undertake an assessment of the baseline biodiversity units, at a range of public sector owned sites, and an appraisal of potential biodiversity unit gains (by enhancing, restoring or creating habitats). The opportunity for BNG uplift should take into account the current / future land use of the site and be realistic to achieve. The uplifts should also be based on ecological best practice and take account of existing local biodiversity policies, principally including Surrey Nature Partnership’s Biodiversity Opportunity Area (BOA) Policy statements (where relevant) and the National Character Area profiles for sites outside of BOA boundaries. In addition, the County Council places significant importance on landscape-appropriate local carbon sequestration, tree planting and natural flood management (NFM) opportunities. In particular, the county council has set a target to plant 1 million trees by 2030 and as Lead Local Flood Authority, has identified priority areas for catchment approaches to managing flood risk.
The County Council has recently completed a desk top exercise to provide a ‘best guess’ of habitat type across Surrey (OS master map feature). This data set will be available to the successful consultant, as a potential starting point for baseline surveys. In addition, previous ecology survey reports (such as Phase 1 habitat surveys, management plans) will also be made available for the site (where existing ecological data exists).
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ2 - Surrey, East and West Sussex
two.2.4) Description of the procurement
Surrey County Council wishes to appoint a consultant to undertake an assessment of the baseline biodiversity units, at a range of public sector owned sites, and an appraisal of potential biodiversity unit gains (by enhancing, restoring or creating habitats). The opportunity for BNG uplift should take into account the current / future land use of the site and be realistic to achieve. The uplifts should also be based on ecological best practice and take account of existing local biodiversity policies, principally including Surrey Nature Partnership’s Biodiversity Opportunity Area (BOA) Policy statements (where relevant) and the National Character Area profiles for sites outside of BOA boundaries. In addition, the County Council places significant importance on landscape-appropriate local carbon sequestration, tree planting and natural flood management (NFM) opportunities. In particular, the county council has set a target to plant 1 million trees by 2030 and as Lead Local Flood Authority, has identified priority areas for catchment approaches to managing flood risk.
The County Council has recently completed a desk top exercise to provide a ‘best guess’ of habitat type across Surrey (OS master map feature). This data set will be available to the successful consultant, as a potential starting point for baseline surveys. In addition, previous ecology survey reports (such as Phase 1 habitat surveys, management plans) will also be made available for the site (where existing ecological data exists).
An initial shortlist of sites to be surveyed is provided in Appendix 1 of the specification. This list is not exhaustive, considering the potential contract extension period, of up to a further 2 years. Surrey County Council and the districts and boroughs, require that as many sites are surveyed in 2023 as possible. However, it is acknowledged that there is an optimum survey window and as such, site surveys will roll over into the 2024 survey season. As such, for 2023, an equal split of sites between the various landowners will be required to be surveyed. A pre-commencement meeting will be held with the successful consultant to discuss the prioritisation of sites to be surveyed in 2023.
Upon contract award, a project start up meeting will be held with successful consultant and the relevant officers. This meeting will discuss the prioritisation of sites to be surveyed in 2023. It is anticipated that this would be held via Microsoft teams. In addition to the project start up meeting, a further three meetings as well as a project close out meeting will be held (5 meetings in total).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 September 2023
End date
17 September 2024
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
28 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
27 July 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justic
London
WC2A 2LL
Country
United Kingdom