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
ReSCUE - Procurement framework for the provision of Lidar-coupled digital aerial surveys to quantify flight heights of seabirds in UK waters
Reference number
C21352
two.1.2) Main CPV code
- 73200000 - Research and development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is looking to appoint suppliers to provide Lidar (Light detection and ranging) – coupled Digital Aerial Surveys to deliver data relating to the altitude and identification of flying seabirds or proxy targets. The Authority requires the implementation of a framework contract to provide a series of mini-competitions, or lots, to plan and collect new data. Lot 1 will involve the collection of data to inform the validation of Lidar-based methods for quantifying seabird flight heights, standards and best practice. Lot 1 may include elements of terrestrial and marine surveys in UK waters. Lot 2 would involve a large-scale marine data collection campaign in UK waters to address seabird flight height knowledge gaps identified through separate work.
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.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Natural England is the lead organisation for the ReSCUE project. ReSCUE (Reducing Seabird Collisions Using Evidence) is a multi-partner, multi-year initiative funded by the Crown Estate through the Offshore Wind Evidence & Change (OWEC) Programme.
The ultimate aims of ReSCUE are to develop our understanding of seabird flight heights, to improve collision risk assessments, and to inform effective mitigation measures that reduce seabird collisions with offshore wind turbines. We will achieve this by (a) providing confidence in methods of seabird flight height estimation, especially combined camera-Lidar (Light Detection and Ranging) surveys; (b) assembling existing, and collecting new, fit-for-purpose evidence on seabird flight heights, and (c) creating publicly available datasets and tools, and carrying out analyses that will inform guidance and recommendations for impact assessments and mitigation. This framework contract relates to evidence collection informing the above aims (a) and (b).
The wider ReSCUE project is structured into SIX work packages (WPs) which are shown in Appendix G of this ITT document to provide context. However, this framework only relates to a requirement to develop and validate methods for seabird flight height estimation within WP1, and the collection of new data in WP2. For WP1, framework providers will be required to undertake combined camera-Lidar surveys to validate estimate of flight heights and to investigate potential sources of bias and/or methodological limitations. In WP2, the lessons learnt from WP1 will be employed to collect data to address knowledge gaps in relation to seabird flight heights.
It is important to note that the objectives of work packages 1 and 2 relating to this framework will be dependent on the outcomes of initial work reviewing available data and information. Expert Panel workshops, involving representatives from other SNCBs, NGOs, developers, consultancies, academia and other stakeholders, will consider the information and determine more detailed specifications for individual Lots under this framework.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
19 January 2024
End date
19 January 2027
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.2) Conditions related to the contract
three.2.2) Contract performance conditions
See KPIs on section 6 of the ITT doc
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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
1 December 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
14 December 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
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.4.4) 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