Award

TRN 970/01/2015 Review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines, with a view to recommending how excessive AM might be controlled through the use of a planning condition

DEPARTMENT OF ENERGY AND CLIMATE CHANGE

This public procurement record has 2 releases in its history.

Tender

18 Nov 2016 at 20:17

Award

18 Nov 2016 at 20:15

Summary of the contracting process

The Department of Energy and Climate Change (DECC) is seeking to commission a tender titled "TRN 970/01/2015 Review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines." This procurement falls within the research and development services industry category and is located in London, United Kingdom. The tender period concluded on 21st April 2015, and the contract was expected to run from 25th May 2015 to 11th September 2015, with a total contract value of £30,000. This process was conducted under an open procurement method.

This tender presents significant opportunities for businesses specialising in environmental consultancy and research, particularly those with expertise in noise analysis and wind energy. Firms that can demonstrate experience in evaluating the effects of amplitude modulation and developing planning conditions will be particularly well-suited to compete. The successful contractor will engage with the Institute of Acoustics, presenting a unique opportunity for organisations to collaborate with notable stakeholders in the energy and acoustics sectors.

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

TRN 970/01/2015 Review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines, with a view to recommending how excessive AM might be controlled through the use of a planning condition

Notice Description

The Department of Energy and Climate Change ("DECC") wishes to commission a review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines, with a view to recommending how excessive AM might be controlled through the use of a planning condition. The aims of the project are: * To review the available evidence on Amplitude Modulation (AM) in relation to wind turbines, including but not limited to the research commissioned and published by RenewableUK in December 2013. * To work closely with the Institute of Acoustics' AM working group, who are expected to recommend a preferred metric and methodology for quantifying and assessing the level of AM in a sample of wind turbine noise data. * To review the robustness of relevant dose-response relationships, including the one developed by the University of Salford as part of the RenewableUK study, on which the correction (or penalty) for amplitude modulation proposed as part of its template planning condition is based. * To consider how, in a policy context, the level(s) of AM in a sample of noise data should be interpreted, in particular determining at what point it causes a significant adverse impact. * To recommend how excessive AM might be controlled through the use of an appropriate planning condition. * To consider the engineering/cost trade-offs of possible mitigation measures. The contractor will be expected to apply the following methodology: Phase 1 * Propose an approach and methodology * Prepare a detailed work plan * Engage with IOA's AM Working Group and other external stakeholders, including researchers, planning authorities, developers and RUK (and the contractors that carried out work packages for them), to compile a list of relevant research and evidence * Define evidence needs Phase 2 * Review the outputs from the RUK research, in particular: o the robustness of the study into the subjective response to AM and the conclusions drawn about an appropriate penalty scheme o the merits of the proposed planning condition, in the context of ETSU-R-97 and Circular 11/95 * Obtain and review other relevant evidence * Summarise (for non-technical audience) main findings of review of evidence * Recommend an appropriate penalty scheme (or alternative) for use in a planning condition, compatible with the IOA AM Working Group's preferred metric * Prepare a report summarising the main findings and setting out clear recommendations, in a form suitable for publication by DECC. (The report should discuss the limitations of the evidence on which the recommendations are based.) * Present the main findings and recommendations to the IOA's AM Working Group and, separately, to DECC's Steering Group for this work. The contractor will be expected to work closely with the IOA's AM Working Group throughout the project. They will also be required to attend DECC's Steering Group meetings as appropriate. Additional information: Please note: This contract may be withdrawn and not awarded should there be a change in DECC policy following the General Election. * To review the available evidence on Amplitude Modulation (AM) in relation to wind turbines, including but not limited to the research commissioned and published by RenewableUK in December 2013. * To work closely with the Institute of Acoustics' AM working group, who are expected to recommend a preferred metric and methodology for quantifying and assessing the level of AM in a sample of wind turbine noise data. * To review the robustness of relevant dose-response relationships, including the one developed by the University of Salford as part of the RenewableUK study, on which the correction (or penalty) for amplitude modulation proposed as part of its template planning condition is based. * To consider how, in a policy context, the level(s) of AM in a sample of noise data should be interpreted, in particular determining at what point it causes a significant adverse impact. * To recommend how excessive AM might be controlled through the use of an appropriate planning condition. * To consider the engineering/cost trade-offs of possible mitigation measures. The contractor will be expected to apply the following methodology: Phase 1 * Propose an approach and methodology * Prepare a detailed work plan * Engage with IOA's AM Working Group and other external stakeholders, including researchers, planning authorities, developers and RUK (and the contractors that carried out work packages for them), to compile a list of relevant research and evidence * Define evidence needs Phase 2 * Review the outputs from the RUK research, in particular: o the robustness of the study into the subjective response to AM and the conclusions drawn about an appropriate penalty scheme o the merits of the proposed planning condition, in the context of ETSU-R-97 and Circular 11/95 * Obtain and review other relevant evidence * Summarise (for non-technical audience) main findings of review of evidence * Recommend an appropriate penalty scheme (or alternative) for use in a planning condition, compatible with the IOA AM Working Group's preferred metric * Prepare a report summarising the main findings and setting out clear recommendations, in a form suitable for publication by DECC. (The report should discuss the limitations of the evidence on which the recommendations are based.) * Present the main findings and recommendations to the IOA's AM Working Group and, separately, to DECC's Steering Group for this work. The contractor will be expected to work closely with the IOA's AM Working Group throughout the project. They will also be required to attend DECC's Steering Group meetings as appropriate.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-444d26a5-adc8-11e6-9901-0019b9f3037b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/cb4c8aa9-73f8-4d79-a9c1-d74136cbe17a
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£30,000 Under £100K
Lots Value
Not specified
Awards Value
£15,000 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20169 years ago
Submission Deadline
21 Apr 2015Expired
Future Notice Date
Not specified
Award Date
2 Aug 201510 years ago
Contract Period
2 Aug 2015 - 26 Feb 2016 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF ENERGY AND CLIMATE CHANGE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1A 2AW
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
TLI London

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

Supplier Information

Number of Suppliers
1
Supplier Name

PARSONS BRINCKERHOFF

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-b5fd17-444d26a5-adc8-11e6-9901-0019b9f3037b-2016-11-18T20:17:15Z",
    "date": "2016-11-18T20:17:15Z",
    "ocid": "ocds-b5fd17-444d26a5-adc8-11e6-9901-0019b9f3037b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TRN 970/01/2015",
        "title": "TRN 970/01/2015 Review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines, with a view to recommending how excessive AM might be controlled through the use of a planning condition",
        "description": "The Department of Energy and Climate Change (\"DECC\") wishes to commission a review of the evidence on the effects of and response to amplitude modulation (AM) from wind turbines, with a view to recommending how excessive AM might be controlled through the use of a planning condition. The aims of the project are: * To review the available evidence on Amplitude Modulation (AM) in relation to wind turbines, including but not limited to the research commissioned and published by RenewableUK in December 2013. * To work closely with the Institute of Acoustics' AM working group, who are expected to recommend a preferred metric and methodology for quantifying and assessing the level of AM in a sample of wind turbine noise data. * To review the robustness of relevant dose-response relationships, including the one developed by the University of Salford as part of the RenewableUK study, on which the correction (or penalty) for amplitude modulation proposed as part of its template planning condition is based. * To consider how, in a policy context, the level(s) of AM in a sample of noise data should be interpreted, in particular determining at what point it causes a significant adverse impact. * To recommend how excessive AM might be controlled through the use of an appropriate planning condition. * To consider the engineering/cost trade-offs of possible mitigation measures. The contractor will be expected to apply the following methodology: Phase 1 * Propose an approach and methodology * Prepare a detailed work plan * Engage with IOA's AM Working Group and other external stakeholders, including researchers, planning authorities, developers and RUK (and the contractors that carried out work packages for them), to compile a list of relevant research and evidence * Define evidence needs Phase 2 * Review the outputs from the RUK research, in particular: o the robustness of the study into the subjective response to AM and the conclusions drawn about an appropriate penalty scheme o the merits of the proposed planning condition, in the context of ETSU-R-97 and Circular 11/95 * Obtain and review other relevant evidence * Summarise (for non-technical audience) main findings of review of evidence * Recommend an appropriate penalty scheme (or alternative) for use in a planning condition, compatible with the IOA AM Working Group's preferred metric * Prepare a report summarising the main findings and setting out clear recommendations, in a form suitable for publication by DECC. (The report should discuss the limitations of the evidence on which the recommendations are based.) * Present the main findings and recommendations to the IOA's AM Working Group and, separately, to DECC's Steering Group for this work. The contractor will be expected to work closely with the IOA's AM Working Group throughout the project. They will also be required to attend DECC's Steering Group meetings as appropriate. Additional information: Please note: This contract may be withdrawn and not awarded should there be a change in DECC policy following the General Election. * To review the available evidence on Amplitude Modulation (AM) in relation to wind turbines, including but not limited to the research commissioned and published by RenewableUK in December 2013. * To work closely with the Institute of Acoustics' AM working group, who are expected to recommend a preferred metric and methodology for quantifying and assessing the level of AM in a sample of wind turbine noise data. * To review the robustness of relevant dose-response relationships, including the one developed by the University of Salford as part of the RenewableUK study, on which the correction (or penalty) for amplitude modulation proposed as part of its template planning condition is based. * To consider how, in a policy context, the level(s) of AM in a sample of noise data should be interpreted, in particular determining at what point it causes a significant adverse impact. * To recommend how excessive AM might be controlled through the use of an appropriate planning condition. * To consider the engineering/cost trade-offs of possible mitigation measures. The contractor will be expected to apply the following methodology: Phase 1 * Propose an approach and methodology * Prepare a detailed work plan * Engage with IOA's AM Working Group and other external stakeholders, including researchers, planning authorities, developers and RUK (and the contractors that carried out work packages for them), to compile a list of relevant research and evidence * Define evidence needs Phase 2 * Review the outputs from the RUK research, in particular: o the robustness of the study into the subjective response to AM and the conclusions drawn about an appropriate penalty scheme o the merits of the proposed planning condition, in the context of ETSU-R-97 and Circular 11/95 * Obtain and review other relevant evidence * Summarise (for non-technical audience) main findings of review of evidence * Recommend an appropriate penalty scheme (or alternative) for use in a planning condition, compatible with the IOA AM Working Group's preferred metric * Prepare a report summarising the main findings and setting out clear recommendations, in a form suitable for publication by DECC. (The report should discuss the limitations of the evidence on which the recommendations are based.) * Present the main findings and recommendations to the IOA's AM Working Group and, separately, to DECC's Steering Group for this work. The contractor will be expected to work closely with the IOA's AM Working Group throughout the project. They will also be required to attend DECC's Steering Group meetings as appropriate.",
        "datePublished": "2015-03-27T10:09:57Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1A 2AW"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 30000,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2015-04-21T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2015-05-25T00:00:00+01:00",
            "endDate": "2015-09-11T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "minValue": {
            "amount": 20000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/cb4c8aa9-73f8-4d79-a9c1-d74136cbe17a",
                "datePublished": "2015-03-27T10:09:57Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "application/msword",
                "description": "Terms & Conditions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fffabd9a-285b-43d2-bfc6-7b6e62594169",
                "format": "application/msword"
            },
            {
                "id": "3",
                "documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
                "description": "ITT",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/45411fd6-ca71-4230-9cea-8b0d292f3a07",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-GOR-D11",
            "name": "DEPARTMENT OF ENERGY AND CLIMATE CHANGE",
            "identifier": {
                "legalName": "DEPARTMENT OF ENERGY AND CLIMATE CHANGE",
                "scheme": "GB-GOR",
                "id": "D11"
            },
            "address": {
                "streetAddress": "Area 2D/E, 3 Whitehall Place",
                "locality": "London",
                "postalCode": "SW1A 2AW",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "james.burt@decc.gsi.gov.uk",
                "name": "James Burt",
                "telephone": "0300 068 5233"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.decc.gov.uk"
            }
        },
        {
            "id": "GB-CFS-40861",
            "name": "Parsons Brinckerhoff",
            "identifier": {
                "legalName": "Parsons Brinckerhoff"
            },
            "address": {
                "streetAddress": "Kings Orchard, 1 Queens Street,Bristol BS2 0HQ"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-GOR-D11",
        "name": "DEPARTMENT OF ENERGY AND CLIMATE CHANGE"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-444d26a5-adc8-11e6-9901-0019b9f3037b-1",
            "status": "active",
            "date": "2015-08-03T00:00:00+01:00",
            "datePublished": "2015-09-02T09:55:38+01:00",
            "value": {
                "amount": 15000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-40861",
                    "name": "Parsons Brinckerhoff"
                }
            ],
            "contractPeriod": {
                "startDate": "2015-08-03T00:00:00+01:00",
                "endDate": "2016-02-26T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/4106d00b-1913-442d-849b-27cb04f85a4a",
                    "datePublished": "2015-09-02T09:55:38+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "application/pdf",
                    "description": "Contract",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e8616495-dfc1-4c22-8234-0b2a306d7e6e",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}