Section one: Contracting authority
one.1) Name and addresses
SBRI
SBRI Centre of Excellence,IMT Building,Wrexham Maelor Hospital,
Wrexham
LL13 7TD
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SBRI COMPETITION - Reducing pollution resulting from agricultural ammonia emissions in cattle sector.
two.1.2) Main CPV code
- 90715000 - Pollution investigation services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of this competition is to develop products or services that can help reduce harmful pollutants in the atmosphere resulting from agricultural practices that generate ammonia, including from anaerobic digestion.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24413000 - Ammonia
- 90740000 - Pollutants tracking and monitoring and rehabilitation services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
This is a phase 2 competition aimed at demonstration therefore applicants are required to have an existing working prototype of their technology which is in operation on preferably more than 1 farm or agricultural business in Wales. Applicants will also need to demonstrate that their technology takes into account potential pollution swapping and cost effectiveness for farmers.
Your solution must either prevent emissions of ammonia, extract it from the air or reduce deposition onto sensitive habitats. This can include demonstrating, piloting, testing and validation of new, emerging or improved products, processes or services in relevant environments. The primary objective is to validate ammonia emissions reductions in products, processes or services that are near-to-market.
Your phase 2 project must:
-Assemble a robust evidence pack that demonstrates ammonia emissions reductions. For example, proposed technology will demonstrate reduction of ammonia emissions by 20% for the duration of the project/experiment at the farm level. Evidence packs are of a standard suitable for consideration by the UK Air Quality and Greenhouse Gas inventories requirements.
-Applications are expected to include sufficient capability and capacity to assemble the testing and validation evidence. Ideally, project applications will include scientific/academic subcontractors who have the required experience and facilities to undertake necessary site and laboratory testing and evaluation.
-Demonstrate that the technology takes into account potential pollution swapping. Pollution swapping should be investigated, described and mitigated. Please include measurable effects on Greenhouse Gas such as carbon and methane emissions, as well as phosphorous.
-Evaluate cost effectiveness for farmers for the implementation of the proposed technology. The costs to farmers and government should be proportionate to the benefit. In other words, if it reduces emissions only marginally it shouldn’t be very expensive. The solution should show significant benefits for farmers. This competition is seeking innovations that would be financially self-sustaining, i.e. the direct on-farm benefit to the farmer is greater than the costs. It will be important for the applicants to set out the expected on-farm benefits as part of their commercialisation road-map.
-List side effects and their mitigation. Account for potential disadvantages of the proposed technology implementation in Wales. For example, floating slurry storage covers tend to be blown to the side due to strong winds in some areas. Some flowing covers are impractical to rearrange back as they cover deep slurry lagoons. This dramatically reduces measure’s effectiveness.
-Comply with current Welsh and UK legislation, particularly with The Water Resources (Control of Agricultural Pollution) (Wales) Regulations 2021
-Work closely with potential users and customers to collect and record their feedback
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
7 February 2024
End date
7 February 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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.2.14) Additional information
More information found in the attached briefs
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
5 January 2024
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
5 January 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=136122.
(WA Ref:136122)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom