Tender

PS24055 - Update to ETSU-R-97 Onshore Wind Noise Guidance - ITQ

DESNZ

This public procurement record has 1 release in its history.

Tender

07 May 2024 at 15:28

Summary of the contracting process

The Department of Energy Security and Net Zero (DESNZ) is looking to update the ETSU-R-97 Onshore Wind Noise Guidance through a public procurement process. The procurement stage is currently in the tender phase, with bids accepted until Wednesday 29th May 2024 at 11:00. The contract period is set to start on 17th June 2024 and end on 31st March 2025. This tender falls under the "Market Research Services" category and has a value of £80,000 GBP. DESNZ, based in Swindon, England, is the buying organisation for this opportunity.

This tender provides an opportunity for businesses with expertise in acoustics and noise evaluation, specifically in air-borne noise, to compete. Ideal bidders should possess technical knowledge in the field, experience in producing guidance documents, and the ability to engage with relevant experts for peer review. Small and medium-sized enterprises (SMEs) are encouraged to participate in this open procedure, which aims to update technical noise guidance for onshore wind turbines, contributing to the UK's renewable energy objectives.

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

PS24055 - Update to ETSU-R-97 Onshore Wind Noise Guidance - ITQ

Notice Description

The final date and time for the submission of bids is Wednesday 29th May 2024 at 11:00 DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Brief Description of Requirement Onshore wind is a mature, efficient and cheap technology, with over 15GW of installed capacity in the UK today. To achieve a low-cost net zero system in the future, we will require a sustained increase in locally supported onshore wind to 2030 and beyond, alongside other renewables such as offshore wind and solar. The Department of Energy Security and Net Zero (DESNZ) owns policy and guidance in relation to noise from onshore wind turbines. The current guidance for the assessment of turbine noise emissions is 'The Assessment and Rating of Noise From Wind Farms', otherwise known as ETSU-R-97, or ETSU, which dates back to 1996. ETSU uses contemporary evidence of turbine noise emissions to provide noise thresholds, split between daytime and night-time limits, above which noise from proposed wind turbines would be considered too loud. These thresholds are not absolute: ETSU generally sets these thresholds at a decibel level relative to background noise so turbine noise impacts are not considered in isolation. The successful bidder of this contract will produce two documents. An informal paper of secondary research to be shared internally with Government, and updated ETSU guidance to be published on gov.uk. The expectations of the contractor are: - The contractor Supplier will work closely with the Government throughout the duration of the contract to iterate the final product. The updated guidance will be published by, and the intellectual property of, the Government. - The contractor Supplier should have technical expertise and knowledge of acoustics and noise, specifically in air-borne noise, that can be applied to this contract to ensure quality of outputs when updating technical noise guidance. - The contractor Supplier should have experience expertise in evaluating research in a highly technical area, and drafting guidance documents to a high standard. - The contractor Supplier will peer review the guidance thoroughly and have access to a group of relevant experts to review and iterate the guidance. Above and in the attachments section we have provided a high-level overview of the Scope of Services for this Contract. Due to the sensitivity of this work, the full specification will only be provided to potential Bidders upon completion of the PS24055 Non-Disclosure Contract - Not a Deed Agreement, which can be found within the Contracts Finder attachments area. If you are bidding as a consortium or shall be using sub-contractors all parties will need to complete and sign the NDA. Completed NDAs must be emailed to ProfessionalServices@uksbs.co.uk where these will be countersigned and your organisation will then be added into the main Jaggaer procurement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-8c91f6ea-6c0d-4e03-a7a6-97c63dc8b95e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ff3f8948-48b6-4e7f-b65b-d1b69b9b7996
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 (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79310000 - Market research services

Notice Value(s)

Tender Value
£80,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20241 years ago
Submission Deadline
29 May 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
16 Jun 2024 - 31 Mar 2025 6-12 months
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
DESNZ
Contact Name
Not specified
Contact Email
professionalservices@uksbs.co.uk
Contact Phone
Not specified

Buyer Location

Locality
SWINDON
Postcode
SN2 1FF
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
Not specified

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

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-b5fd17-8c91f6ea-6c0d-4e03-a7a6-97c63dc8b95e-2024-05-07T16:28:31+01:00",
    "date": "2024-05-07T16:28:31+01:00",
    "ocid": "ocds-b5fd17-8c91f6ea-6c0d-4e03-a7a6-97c63dc8b95e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_411107/1348177",
        "title": "PS24055 - Update to ETSU-R-97 Onshore Wind Noise Guidance - ITQ",
        "description": "The final date and time for the submission of bids is Wednesday 29th May 2024 at 11:00 DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Brief Description of Requirement Onshore wind is a mature, efficient and cheap technology, with over 15GW of installed capacity in the UK today. To achieve a low-cost net zero system in the future, we will require a sustained increase in locally supported onshore wind to 2030 and beyond, alongside other renewables such as offshore wind and solar. The Department of Energy Security and Net Zero (DESNZ) owns policy and guidance in relation to noise from onshore wind turbines. The current guidance for the assessment of turbine noise emissions is 'The Assessment and Rating of Noise From Wind Farms', otherwise known as ETSU-R-97, or ETSU, which dates back to 1996. ETSU uses contemporary evidence of turbine noise emissions to provide noise thresholds, split between daytime and night-time limits, above which noise from proposed wind turbines would be considered too loud. These thresholds are not absolute: ETSU generally sets these thresholds at a decibel level relative to background noise so turbine noise impacts are not considered in isolation. The successful bidder of this contract will produce two documents. An informal paper of secondary research to be shared internally with Government, and updated ETSU guidance to be published on gov.uk. The expectations of the contractor are: - The contractor Supplier will work closely with the Government throughout the duration of the contract to iterate the final product. The updated guidance will be published by, and the intellectual property of, the Government. - The contractor Supplier should have technical expertise and knowledge of acoustics and noise, specifically in air-borne noise, that can be applied to this contract to ensure quality of outputs when updating technical noise guidance. - The contractor Supplier should have experience expertise in evaluating research in a highly technical area, and drafting guidance documents to a high standard. - The contractor Supplier will peer review the guidance thoroughly and have access to a group of relevant experts to review and iterate the guidance. Above and in the attachments section we have provided a high-level overview of the Scope of Services for this Contract. Due to the sensitivity of this work, the full specification will only be provided to potential Bidders upon completion of the PS24055 Non-Disclosure Contract - Not a Deed Agreement, which can be found within the Contracts Finder attachments area. If you are bidding as a consortium or shall be using sub-contractors all parties will need to complete and sign the NDA. Completed NDAs must be emailed to ProfessionalServices@uksbs.co.uk where these will be countersigned and your organisation will then be added into the main Jaggaer procurement.",
        "datePublished": "2024-05-07T16:28:31+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79310000",
            "description": "Market research services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 70000,
            "currency": "GBP"
        },
        "value": {
            "amount": 80000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2024-05-29T11:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-06-17T00:00:00+01:00",
            "endDate": "2025-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ff3f8948-48b6-4e7f-b65b-d1b69b9b7996",
                "datePublished": "2024-05-07T16:28:31+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d7977d23-9825-45e6-9c80-b1c888cbce51",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4c4b022d-94a7-4ea4-9779-90a1e550d59b",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "4",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/515b3e72-6c1b-41ef-8ed9-c16090f53e0a",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e91ffe3e-e370-4917-8120-12838ae16156",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eda7c39b-ce7f-433e-8a05-ff1af9ab53a9",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-271634",
            "name": "DESNZ",
            "identifier": {
                "legalName": "DESNZ"
            },
            "address": {
                "streetAddress": "Polaris House",
                "locality": "Swindon",
                "postalCode": "SN2 1FF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "professionalservices@uksbs.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-271634",
        "name": "DESNZ"
    }
}