Tender

Bycatch Monitoring Programme (BMP)

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2021/S 000-031713

Procurement identifier (OCID): ocds-h6vhtk-02d447

Published 19 December 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

al.dyson@environment-agency.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://defra.bravosolution.co.uk

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

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

Bycatch Monitoring Programme (BMP)

two.1.2) Main CPV code

  • 90700000 - Environmental services

two.1.3) Type of contract

Services

two.1.4) Short description

DEFRA is seeking to appoint a contractor to investigate incidences of bycatch of sensitive species which include cetaceans (whales, dolphins and porpoise), seabirds, seals, elasmobranchs (sharks, skates and rays) and turtles. This will involve the contractor developing a monitoring programme to meet the project aims and objectives. Deliverables could include but are not limited to, maintaining a database, collecting accurate geo-referenced data and producing annual reports for the Authority and the Steering Group which overview trends and relevant information on the bycatch monitoring programme including which fisheries have the highest incidence of bycatch. It’s Defra’s intention to publish a yearly report with the contractor’s bycatch monitoring findings.

two.1.5) Estimated total value

Value excluding VAT: £1,050,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

DEFRA is seeking to appoint a contractor to investigate incidences of bycatch of sensitive species which include cetaceans (whales, dolphins and porpoise), seabirds, seals, elasmobranchs (sharks, skates and rays) and turtles. This will involve the contractor developing a monitoring programme to meet the project aims and objectives. Deliverables could include but are not limited to, maintaining a database, collecting accurate geo-referenced data and producing annual reports for the Authority and the Steering Group which overview trends and relevant information on the bycatch monitoring programme including which fisheries have the highest incidence of bycatch. It’s Defra’s intention to publish a yearly report with the contractor’s bycatch monitoring findings.

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: £1,050,000

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

Start date

1 April 2022

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

Options to extend for 2 x 12 month (annual increments)

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Please Note - This will not be a framework agreement (selected in error)

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-019672

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

Date

10 February 2022

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 February 2022

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

High Court

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 (Regulations) provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland). The Regulations set out the requirements on information to be provided prior to award of the contract and the procedures to be followed for bringing proceedings for breaches or alleged breaches of the Regulations.