Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
Defra
London
SW1P 3JR
Network.Procurement@defra.gov.uk
Telephone
+44 2072385921
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Outcome Indicator Framework Wildlife Indicator Development
two.1.2) Main CPV code
- 73300000 - Design and execution of research and development
two.1.3) Type of contract
Services
two.1.4) Short description
The Outcome Indicator Framework (OIF) is a comprehensive set of indicators describing environmental change that relates to the 10 goals within the 25 Year Environment Plan. The framework contains 66 indicators, arranged into 10 broad themes. The indicators are extensive; they cover natural capital assets (for example, land, freshwater, air and seas) and together they show the condition of these assets, the pressures acting upon them and the provision of services or benefits they provide.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £421,781.41
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The main aim of this work is to further develop existing indicators under the Outcome Indicator Framework as part of the 25 Year Environment Plan (25 YEP). The indicators specifically covered in this procurement are:
• D1: Quantity, quality and connectivity of habitats
• D2: Extent and condition of protected sites
• D7: Species supporting ecosystem functions
• H1: Abatement of the number of invasive non-native species entering and establishing against a baseline
• H2: Distribution of invasive non-native species and plant pests and diseases
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Price / Weighting: 30%
Price - Weighting: 30%
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-021670
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2022
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
UK Centre for Ecology & Hydrology
Maclean Building, Crowmarsh Gifford
Wallingford
OX10 8BB
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £421,781.41
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department for Environment Food and Rural Affairs
Nobel House, 17 Smith Square
London
Country
United Kingdom