Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Contact
Defra
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.lightning.force.com/lightning/r/ProSpend__OJEU_Notice__c/a0b8d00000DZYIEAA5/view
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
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-family.force.com/s/Welcome
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
Nature Based Solutions in the Wensum and the Bure
Reference number
C20965
two.1.2) Main CPV code
- 73200000 - Research and development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Overview of Requirement
The Environment Agency (EA) wish to support the creation of a national evidence base for chalk catchments, for use in Water Industry National Environment Programme (WINEP) and other water resource considerations. The EA and Water Resources East (WRE) also wish to explore whether Nature-based Solutions (NbS) can be used to increase water availability, to improve groundwater recharge and support low flows in rivers.
Modelling and mapping have already taken place in the chalk river catchments of the Test, Cam, Wensum, and Bure to identify the types of locations which best enable recharge. More specifically in the Wensum, modelling showed that interventions such as soil improvements and run-off attenuation features at scale could improve low flows from 5% – 15% in the catchment. A project is now being developed to evaluate these outputs in the Wensum catchment, via a comprehensive monitoring programme, which may run for several years.
Project Drivers
The outputs from this work will help the Environment Agency and Water Resource East to deliver other pieces of work, which include:
Plan, projects, and strategies
• Linking to the WRE’s Norfolk Water Strategy Programme on nature-based solutions, which is a collaboration with The Nature Conservancy, the Norfolk councils, and Anglian Water,
• Aligning to the objectives of the Defra 25 Year Environment Plan - Primarily ‘Clean and plentiful water’ and mitigation of the impacts of climate change, ‘Thriving plants and wildlife’ and ‘Reducing risks of harm from environmental hazards’ (floods and drought),
• Catchment licensing strategies by 2027 and Commitments in River Basin Management Plans (RBMPs) to support implementation of the Water Environment (Water Framework Directive) (England and Wales) Regulations 2017,
• Contributing towards catchment measures as part of the Water Industry National Environment Programme (WINEP),
• Evidence to support the new Environmental Land Management Schemes (ELMS),
• Evidence to support the production of Local Nature Recovery Strategies,
• Support the National FCRM Strategy.
• Contributing towards achievement of the CaBA Chalk Stream Strategy, and the Environment Agency’s chalk streams programme.
Environmental outcomes
• Providing groundwater that is more resilient to the impacts of climate change, droughts and mitigating the impacts of abstraction,
• Assess water quality benefits including increased baseflow values (valuable from a water quality discharge perspective) and reduced sediment deposition,
• Potential biodiversity benefits arising from the temporary storage of water in the landscape.
Scope
The EA/WRE wish to commission the following pieces of work. The EA and WRE are also happy with the use of sub-contractors to support this work as this project does include a wide skillset and background knowledge. We are currently programming this work to complete in March 2026 but are actively searching for additional funds to continue through to March 2028.
The overall long-term (FY2023 - 2026) objectives of this monitoring equipment are to assess runoff attenuation features (RAFs) for:
A. Changes in seepage, groundwater recharge and evaporation processes to support water resources throughout the monitoring period,
B. The identification of any changes in surface water flow regimes from sub-headwater catchments to support water resources throughout the monitoring period.
two.1.5) Estimated total value
Value excluding VAT: £0.10
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
- 73200000 - Research and development consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Overview of Requirement
The Environment Agency (EA) wish to support the creation of a national evidence base for chalk catchments, for use in Water Industry National Environment Programme (WINEP) and other water resource considerations. The EA and Water Resources East (WRE) also wish to explore whether Nature-based Solutions (NbS) can be used to increase water availability, to improve groundwater recharge and support low flows in rivers.
Modelling and mapping have already taken place in the chalk river catchments of the Test, Cam, Wensum, and Bure to identify the types of locations which best enable recharge. More specifically in the Wensum, modelling showed that interventions such as soil improvements and run-off attenuation features at scale could improve low flows from 5% – 15% in the catchment. A project is now being developed to evaluate these outputs in the Wensum catchment, via a comprehensive monitoring programme, which may run for several years.
Project Drivers
The outputs from this work will help the Environment Agency and Water Resource East to deliver other pieces of work, which include:
Plan, projects, and strategies
• Linking to the WRE’s Norfolk Water Strategy Programme on nature-based solutions, which is a collaboration with The Nature Conservancy, the Norfolk councils, and Anglian Water,
• Aligning to the objectives of the Defra 25 Year Environment Plan - Primarily ‘Clean and plentiful water’ and mitigation of the impacts of climate change, ‘Thriving plants and wildlife’ and ‘Reducing risks of harm from environmental hazards’ (floods and drought),
• Catchment licensing strategies by 2027 and Commitments in River Basin Management Plans (RBMPs) to support implementation of the Water Environment (Water Framework Directive) (England and Wales) Regulations 2017,
• Contributing towards catchment measures as part of the Water Industry National Environment Programme (WINEP),
• Evidence to support the new Environmental Land Management Schemes (ELMS),
• Evidence to support the production of Local Nature Recovery Strategies,
• Support the National FCRM Strategy.
• Contributing towards achievement of the CaBA Chalk Stream Strategy, and the Environment Agency’s chalk streams programme.
Environmental outcomes
• Providing groundwater that is more resilient to the impacts of climate change, droughts and mitigating the impacts of abstraction,
• Assess water quality benefits including increased baseflow values (valuable from a water quality discharge perspective) and reduced sediment deposition,
• Potential biodiversity benefits arising from the temporary storage of water in the landscape.
Scope
The EA/WRE wish to commission the following pieces of work. The EA and WRE are also happy with the use of sub-contractors to support this work as this project does include a wide skillset and background knowledge. We are currently programming this work to complete in March 2026 but are actively searching for additional funds to continue through to March 2028.
The overall long-term (FY2023 - 2026) objectives of this monitoring equipment are to assess runoff attenuation features (RAFs) for:
A. Changes in seepage, groundwater recharge and evaporation processes to support water resources throughout the monitoring period,
B. The identification of any changes in surface water flow regimes from sub-headwater catchments to support water resources throughout the monitoring period.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £0.10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2023
End date
31 March 2025
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The Authority will review the economic information provided as part of the Selection Questionnaire response to evaluate a Tenderer’s economic and financial standing. The Authority’s evaluation will be based on all the information reviewed and will not be determined by a single indicator. If, based on its assessment of the information provided in a Response, the Authority decides that a Tenderer does not meet the Authority’s required level of economic standing, the Authority may:
• ask for additional information, including information relating to the Tenderer’s parent company, if applicable; and/or
• require a parent company guarantee or a performance bond.
If the Authority decides that a parent company guarantee or performance bond is required, the Authority will reject a Response if the Tenderer is unable to offer a commitment to make such provision. In addition to the information provided in a Response, the Authority may, at its discretion, consult Dun & Bradstreet reports and other credit rating or equivalent reports depending on where a Tenderer is located.
The Authority’s assessment of economic and financial standing will consider financial strength and risk of business failure. Financial strength is based on tangible net worth and is rated on a scale of 5A (strongest) to H (weakest) obtained from Dun & Bradstreet. There are also classifications for negative net worth and net worth undetermined (insufficient information). Financial strength will be assessed relative to the estimated annual contract value.
The Authority will also consider annual turnover.
In the case of a joint venture or a consortium bid, the annual turnover is calculated by combining the turnover of the relevant organisations in each of the last two financial years.
Risk of Business Failure is rated on a scale of 1 (minimal) to 4 (significant) obtained from Dun & Bradstreet. There is also a classification of insufficient information. The Authority regards a score of 4 as indicating inadequate economic and financial standing for this procurement. The Authority will also calculate and evaluate the Tenderer’s:
• operating performance: growth or reductions in sales, gross profit, operating profit, profit before tax and earnings before interest, tax, depreciation, amortisation, exceptional items and profit/loss on sale of businesses;
• liquidity: net current assets, movements in cash flow from operations, working capital and quick ratios, and average collection and payments periods; and
• financial structure: gearing ratios and interest cover.
three.1.3) Technical and professional ability
List and brief description of selection criteria
This stage will be evaluated in accordance with the criteria set out in the Technical Questionnaire.
Some requirements are mandatory and if you cannot provide them your Tender may be rejected.
Scored as 70% weighting of the total available score, consisting of the following breakdown of questions:
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators will be included in the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
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 expressions of interest
Date
9 October 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.5) Scheduled date for start of award procedures
16 October 2023
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.2) Body responsible for mediation procedures
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Issue Notification of Intention to Award letters will be 18/10/2023
six.4.4) Service from which information about the review procedure may be obtained
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs