Tender

Provision of Lidar-coupled digital aerial surveys to quantify flight heights of seabirds in UK waters

DEFRA

This public procurement record has 2 releases in its history.

Tender

23 Nov 2023 at 09:15

Tender

27 Oct 2023 at 09:25

Summary of the contracting process

The Department for Environment, Food & Rural Affairs (DEFRA) is looking for suppliers to provide Lidar-coupled digital aerial surveys to quantify flight heights of seabirds in UK waters. This procurement falls under the category of research and development consultancy services. The tender deadline is on 1st December 2023, with the contract period starting on 19th January 2024 and ending on 19th January 2027. The procurement method is an open procedure above the threshold, and the tender process is currently in progress.

This tender by DEFRA presents an opportunity for businesses specializing in research and development consultancy services to engage in a framework contract aimed at developing methods for seabird flight height estimation. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprise sectors (VCSEs) are particularly suited to compete for this opportunity. By participating in this tender, businesses can contribute to reducing seabird collisions with offshore wind turbines through providing innovative solutions and evidence-based recommendations in collaboration with Natural England and other stakeholders.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Lidar-coupled digital aerial surveys to quantify flight heights of seabirds in UK waters

Notice 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. 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-18b16aa3-d286-447b-8a0e-c1a27e7d6dc7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/9f8af199-0108-41a8-8ae4-6d6386fff281
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73200000 - Research and development consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Nov 20232 years ago
Submission Deadline
4 Dec 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Jan 2024 - 19 Jan 2027 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA
Contact Name
Defra
Contact Email
dgcenquiries@defra.gov.uk
Contact Phone
03459335577

Buyer Location

Locality
LONDON
Postcode
SW1P 3JR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-18b16aa3-d286-447b-8a0e-c1a27e7d6dc7-2023-11-23T09:15:36Z",
    "date": "2023-11-23T09:15:36Z",
    "ocid": "ocds-b5fd17-18b16aa3-d286-447b-8a0e-c1a27e7d6dc7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0160200D8d000003VQwdEAG",
        "title": "Provision of Lidar-coupled digital aerial surveys to quantify flight heights of seabirds in UK waters",
        "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. 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.",
        "datePublished": "2023-10-27T10:25:36+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73200000",
            "description": "Research and development consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 3JR"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 3JR"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2023-12-04T16:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2024-01-19T00:00:00Z",
            "endDate": "2027-01-19T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d1db62a3-a7d7-4692-96cf-0d1a18389a88",
                "datePublished": "2023-10-27T10:25:36+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "RESCUE Framework Bidder Pack",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/72c749c5-4d00-4ce0-95e9-49d858294576",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/9f8af199-0108-41a8-8ae4-6d6386fff281",
                "datePublished": "2023-10-27T10:25:36+01:00",
                "dateModified": "2023-11-23T09:15:36Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "6",
                "description": "RESCUE Framework Bidder Pack",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/feb3eeec-fba7-4898-83af-73c8ef863bba",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-243840",
            "name": "DEFRA",
            "identifier": {
                "legalName": "DEFRA"
            },
            "address": {
                "streetAddress": "17 Smith Square",
                "locality": "London",
                "postalCode": "SW1P 3JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Defra",
                "email": "DGCEnquiries@defra.gov.uk",
                "telephone": "03459335577"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-243840",
        "name": "DEFRA"
    }
}