Notice Information
Notice Title
Analysis of existing standards for installation and maintenance of river water quality monitoring equipment
Notice Description
Issue: In the Environment Act 2021, Government placed a legal requirement on sewerage undertakers to monitor the water quality impacts of their assets (storm overflows and wastewater treatment works discharges). We are in the process of bringing these duties into force. Without Government requiring some kind of assurance, it is likely that some water companies will install sub-standard monitoring equipment. Naturally this will lead to sub-standard data, which (at best) will lead to a national patchwork of data quality, or (at worst) could render the monitoring programme useless. The Environment Agency has advised they are not currently resourced in terms of capacity & specialist assurance capability to assure installation or data quality themselves. Government not requiring assurance potentially places the motoring programme at risk of failure. We therefore should require work be carried out to a specific delivery standard, with associated certification scheme(s) to deliver assurance on this standard being met correctly. However, there are a several different certification schemes suggested by industry as appropriate, including MCert, ISO, CEN or another (potentially as yet undesigned) bespoke standard. The EA have developed their own delivery standard which may act as a useful reference for a new bespoke standard for this programme. Per the below, neither Defra nor EA currently have the resource available or depth of technical expertise to assess which standard would both assure quality data and remain cost effective, or to build this into a coherent delivery package. Proposal: That Defra commissions an external partner agency, through an established framework, to research, assess and make a recommendation on the options for certification standards and assurance. These options include applying an existing standard, a bespoke standard (potentially to be designed by the external partner), or applying no certification standards for each part. The project should cover at least the following and the Tenderer is welcome to include other factors: a. Standards currently available or parameters for a bespoke approach; b. Minimum equipment standards; c. Installation standards; d. Acceptable down-time; e. Maintenance and calibration standards; f. Data validation standards (when can you exclude data and when can't you); and g. Models of implementing the standards (e.g- who runs it, and at what cost) These standards should be used to develop an overarching delivery framework which brings these standards together and recommend an assurance framework. Outputs: The Authority expects the contractor to produce a report with recommendations which comprehensively describe the benefits and drawbacks of any relevant accreditation scheme, or (if none are suitable) what a bespoke accreditation scheme would look like.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/e5434eed-31b7-462b-b4cf-e91e7fac7ac2
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Not specified
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- SME, VCSE
- Awardee Scale
- SME
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
- £40,418 Under £100K
- Lots Value
- Not specified
- Awards Value
- £40,418 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Mar 20232 years ago
- Submission Deadline
- 23 Jan 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Feb 20233 years ago
- Contract Period
- 7 Feb 2023 - 24 Mar 2023 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA
- Contact Name
- Felicity Jowett
- Contact Email
- felicity.jowett@defra.gov.uk
- Contact Phone
- 07917084225
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 5AH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK51 Bristol, City of
- Delivery Location
- Not specified
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Hotwells and Harbourside
- Westminster Constituency
- Bristol Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/e5434eed-31b7-462b-b4cf-e91e7fac7ac2
30th March 2023 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/9ad17659-cfe3-45e9-bc38-089318564999
29th March 2023 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/765569de-1882-435e-8887-5152bf5de2af
29th March 2023 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf-2023-03-30T08:42:34+01:00",
"date": "2023-03-30T08:42:34+01:00",
"ocid": "ocds-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0052200D8d000003VQwdEAG",
"title": "Analysis of existing standards for installation and maintenance of river water quality monitoring equipment",
"description": "Issue: In the Environment Act 2021, Government placed a legal requirement on sewerage undertakers to monitor the water quality impacts of their assets (storm overflows and wastewater treatment works discharges). We are in the process of bringing these duties into force. Without Government requiring some kind of assurance, it is likely that some water companies will install sub-standard monitoring equipment. Naturally this will lead to sub-standard data, which (at best) will lead to a national patchwork of data quality, or (at worst) could render the monitoring programme useless. The Environment Agency has advised they are not currently resourced in terms of capacity & specialist assurance capability to assure installation or data quality themselves. Government not requiring assurance potentially places the motoring programme at risk of failure. We therefore should require work be carried out to a specific delivery standard, with associated certification scheme(s) to deliver assurance on this standard being met correctly. However, there are a several different certification schemes suggested by industry as appropriate, including MCert, ISO, CEN or another (potentially as yet undesigned) bespoke standard. The EA have developed their own delivery standard which may act as a useful reference for a new bespoke standard for this programme. Per the below, neither Defra nor EA currently have the resource available or depth of technical expertise to assess which standard would both assure quality data and remain cost effective, or to build this into a coherent delivery package. Proposal: That Defra commissions an external partner agency, through an established framework, to research, assess and make a recommendation on the options for certification standards and assurance. These options include applying an existing standard, a bespoke standard (potentially to be designed by the external partner), or applying no certification standards for each part. The project should cover at least the following and the Tenderer is welcome to include other factors: a. Standards currently available or parameters for a bespoke approach; b. Minimum equipment standards; c. Installation standards; d. Acceptable down-time; e. Maintenance and calibration standards; f. Data validation standards (when can you exclude data and when can't you); and g. Models of implementing the standards (e.g- who runs it, and at what cost) These standards should be used to develop an overarching delivery framework which brings these standards together and recommend an assurance framework. Outputs: The Authority expects the contractor to produce a report with recommendations which comprehensively describe the benefits and drawbacks of any relevant accreditation scheme, or (if none are suitable) what a bespoke accreditation scheme would look like.",
"status": "complete",
"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"
},
{
"postalCode": "SW1P 3JR"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 40418,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2023-01-23T23:59:00Z"
},
"contractPeriod": {
"startDate": "2023-02-07T00:00:00Z",
"endDate": "2023-03-24T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-CFS-240413",
"name": "Defra",
"identifier": {
"legalName": "Defra"
},
"address": {
"streetAddress": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
"locality": "Bristol",
"postalCode": "BS1 5AH",
"countryName": "UK"
},
"contactPoint": {
"name": "Felicity Jowett",
"email": "felicity.jowett@defra.gov.uk",
"telephone": "07917084225"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-240453",
"name": "Jacobs UK Ltd",
"identifier": {
"legalName": "Jacobs UK Ltd"
},
"address": {
"streetAddress": "Cottons Centre, Cottons Lane, London Bridge SE1 2QG"
},
"details": {
"scale": "sme"
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-240559",
"name": "Defra",
"identifier": {
"legalName": "Defra"
},
"address": {
"streetAddress": "Horizon House Deanery Road",
"locality": "Bristol",
"postalCode": "BS1 5AH",
"countryName": "UK"
},
"contactPoint": {
"name": "Felicity Jowett",
"email": "felicity.jowett@defra.gov.uk",
"telephone": "07917084225"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-240559",
"name": "Defra"
},
"awards": [
{
"id": "ocds-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf-1",
"status": "active",
"date": "2023-02-07T00:00:00Z",
"datePublished": "2023-03-29T14:03:35+01:00",
"value": {
"amount": 40418,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-240453",
"name": "Jacobs UK Ltd"
}
],
"contractPeriod": {
"startDate": "2023-02-07T00:00:00Z",
"endDate": "2023-03-24T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/765569de-1882-435e-8887-5152bf5de2af",
"datePublished": "2023-03-29T14:03:35+01:00",
"format": "text/html",
"language": "en"
}
]
},
{
"id": "ocds-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf-2",
"status": "active",
"date": "2023-02-07T00:00:00Z",
"datePublished": "2023-03-29T14:13:51+01:00",
"value": {
"amount": 40418,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-240453",
"name": "Jacobs UK Ltd"
}
],
"contractPeriod": {
"startDate": "2023-02-07T00:00:00Z",
"endDate": "2023-03-24T23:59:59Z"
},
"documents": [
{
"id": "2",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/9ad17659-cfe3-45e9-bc38-089318564999",
"datePublished": "2023-03-29T14:13:51+01:00",
"format": "text/html",
"language": "en"
}
]
},
{
"id": "ocds-b5fd17-7613cc97-1c3b-435d-96e8-ebf293154ebf-3",
"status": "active",
"date": "2023-02-07T00:00:00Z",
"datePublished": "2023-03-30T08:42:34+01:00",
"value": {
"amount": 40418,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-240453",
"name": "Jacobs UK Ltd"
}
],
"contractPeriod": {
"startDate": "2023-02-07T00:00:00Z",
"endDate": "2023-03-24T23:59:59Z"
},
"documents": [
{
"id": "3",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e5434eed-31b7-462b-b4cf-e91e7fac7ac2",
"datePublished": "2023-03-30T08:42:34+01:00",
"format": "text/html",
"language": "en"
}
]
}
]
}