Award

Solent Mapping and Modelling LUCT

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Award

09 Mar 2022 at 17:26

Summary of the contracting process

The tender titled "Solent Mapping and Modelling LUCT" is conducted by the Defra Network eTendering Portal as part of a project aimed at developing a trading platform for nutrient neutrality in housing developments. This initiative is crucial for overcoming environmental challenges in the Solent area, located in the UK, and is classified under research services. The procurement process is currently complete, having utilised a direct procurement method through a single tender action, and the contract was awarded on 3rd February 2022, with a total contract value of £248,980. The contract is scheduled to commence on 3rd February 2022 and conclude by 31st December 2022.

This procurement opportunity is poised to create significant growth potential for businesses specialising in environmental services, ecology, and agricultural management, particularly those equipped to engage in habitat and biodiversity enhancement projects. Companies that can demonstrate expertise in mitigating nutrient pollution through innovative agricultural practices or habitat creation will be well-positioned to compete. The emphasis on scalability and replicability may also open doors for collaborating with local authorities across various regions facing similar environmental challenges.

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

Solent Mapping and Modelling LUCT

Notice Description

The SOF project investment objectives underpinning the development of the pilot Solent trading platform are to develop a system that: 1. Enables housing developments to achieve nutrient neutrality quickly and cost effectively by delivering a pipeline of costed, off site, mitigation projects with known mitigation value, thereby: a. unblocking stalled housing (whilst avoiding harm to the protected sites) b. facilitating future housing development, including that already in the pipeline c. protecting and creating jobs linked to the above 2. Ensures no adverse impact on the current status of marine Natura 2000 sites protected under the Water Regulations 2017 and the Conservation of Habitats and Species Regulations 2017. 3. Simultaneously delivers wider benefits for the environment and society, in line with the Government's environmental objectives (e.g., natural flood risk management, climate change mitigation, biodiversity gains, nature recovery networks, increased access to nature) 4. Includes ongoing monitoring and evaluation, helping developers demonstrate the environmental benefits of their schemes and local authorities demonstrate the environmental benefits of growth 5. Is scalable and replicable in other parts of England (and potentially also places beyond) facing similar spatially specific challenges relating to water or air pollution impacts on internationally important protected sites. The intention is that developers will pay to offset any new nitrate input into the Solent - from sewage discharge from new housing and other development - by trading credits with farmers, who will in turn offer up land for long term habitat and woodland creation for a period of 80 to 120 years, thereby offsetting against nutrient losses from agricultural diffuse pollution. Land which is deemed suitable for trade will have been identified through the use of the Land Use Choices Tool (LUCT) supplemented by a range of further data to be provided by the Trading platform operators, including detailed farm records and land record checks, for example. The LUCT will support effective targeting and evaluation of the proposed project sites and add confidence in the long-term viability of proposed sites - taking into account detailed surface water and ground water movement mapping throughout the catchment, constraints to long-term site choices and also climate change proofing. The LUCT may also be used to support prioritisation of trading sites, for example those offering greater overall environmental benefit or higher nutrient mitigation efficiency, particularly for locations which offer potential nitrogen sinks through woodland and wetland development. The LUCT is also likely to inform land eligibility considerations for land owners wishing to enter the trading scheme, for example based on the efficiency of the nutrient pollution reduction that the land can deliver and may also be used to define land "exclusion zones" where potential applicants may be refused.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a232ded4-89ef-458e-b324-37de8be649b9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/cdb8e2c9-da1e-458b-b79a-3efa156eee6e
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Single tender action (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73110000 - Research services

Notice Value(s)

Tender Value
£248,980 £100K-£500K
Lots Value
Not specified
Awards Value
£248,980 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
9 Mar 20223 years ago
Submission Deadline
1 Feb 2022Expired
Future Notice Date
Not specified
Award Date
3 Feb 20224 years ago
Contract Period
3 Feb 2022 - 31 Dec 2022 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
Defra/Environment Agency
Contact Email
dgcenquiries@defra.gov.uk
Contact Phone
00

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

Supplier Information

Number of Suppliers
1
Supplier Name

RSK ADAS

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-a232ded4-89ef-458e-b324-37de8be649b9-2022-03-09T17:26:50Z",
    "date": "2022-03-09T17:26:50Z",
    "ocid": "ocds-b5fd17-a232ded4-89ef-458e-b324-37de8be649b9",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_296041/1050864",
        "title": "Solent Mapping and Modelling LUCT",
        "description": "The SOF project investment objectives underpinning the development of the pilot Solent trading platform are to develop a system that: 1. Enables housing developments to achieve nutrient neutrality quickly and cost effectively by delivering a pipeline of costed, off site, mitigation projects with known mitigation value, thereby: a. unblocking stalled housing (whilst avoiding harm to the protected sites) b. facilitating future housing development, including that already in the pipeline c. protecting and creating jobs linked to the above 2. Ensures no adverse impact on the current status of marine Natura 2000 sites protected under the Water Regulations 2017 and the Conservation of Habitats and Species Regulations 2017. 3. Simultaneously delivers wider benefits for the environment and society, in line with the Government's environmental objectives (e.g., natural flood risk management, climate change mitigation, biodiversity gains, nature recovery networks, increased access to nature) 4. Includes ongoing monitoring and evaluation, helping developers demonstrate the environmental benefits of their schemes and local authorities demonstrate the environmental benefits of growth 5. Is scalable and replicable in other parts of England (and potentially also places beyond) facing similar spatially specific challenges relating to water or air pollution impacts on internationally important protected sites. The intention is that developers will pay to offset any new nitrate input into the Solent - from sewage discharge from new housing and other development - by trading credits with farmers, who will in turn offer up land for long term habitat and woodland creation for a period of 80 to 120 years, thereby offsetting against nutrient losses from agricultural diffuse pollution. Land which is deemed suitable for trade will have been identified through the use of the Land Use Choices Tool (LUCT) supplemented by a range of further data to be provided by the Trading platform operators, including detailed farm records and land record checks, for example. The LUCT will support effective targeting and evaluation of the proposed project sites and add confidence in the long-term viability of proposed sites - taking into account detailed surface water and ground water movement mapping throughout the catchment, constraints to long-term site choices and also climate change proofing. The LUCT may also be used to support prioritisation of trading sites, for example those offering greater overall environmental benefit or higher nutrient mitigation efficiency, particularly for locations which offer potential nitrogen sinks through woodland and wetland development. The LUCT is also likely to inform land eligibility considerations for land owners wishing to enter the trading scheme, for example based on the efficiency of the nutrient pollution reduction that the land can deliver and may also be used to define land \"exclusion zones\" where potential applicants may be refused.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73110000",
            "description": "Research services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "BS1 5AH"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 248980,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-02-01T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-02-03T00:00:00Z",
            "endDate": "2022-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-101071",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Nobel House, 17 Smith Square",
                "locality": "London",
                "postalCode": "SW1P 3JR",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Defra/Environment Agency",
                "email": "DGCEnquiries@defra.gov.uk",
                "telephone": "00"
            },
            "details": {
                "url": "http://defra.bravosolutions.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-200550",
            "name": "RSK ADAS",
            "identifier": {
                "legalName": "RSK ADAS"
            },
            "address": {
                "streetAddress": "The Old School, Stillhouse Lane, Bristol BS3 4EB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-101071",
        "name": "Defra Network eTendering Portal"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a232ded4-89ef-458e-b324-37de8be649b9-1",
            "status": "active",
            "date": "2022-02-03T00:00:00Z",
            "datePublished": "2022-03-09T17:26:50Z",
            "value": {
                "amount": 248980,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-200550",
                    "name": "RSK ADAS"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-02-03T00:00:00Z",
                "endDate": "2022-12-31T23:59:59Z"
            },
            "description": "RSK ADAS Daniel Hobley Modelling & Informatics RSK Bristol The Old School Stillhouse Lane Bristol BS3 4EB",
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/cdb8e2c9-da1e-458b-b79a-3efa156eee6e",
                    "datePublished": "2022-03-09T17:26:50Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c9ae2c67-0332-424a-be6d-704707ffbdf3",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}