Award

CEFAS22-74 Contract for services for mapping the aquatic food sector in South Africa under One Food Project

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 1 release in its history.

Award

28 Oct 2022 at 11:55

Summary of the contracting process

The Prime Africa Consult Pty Ltd has been awarded a contract by the Defra Network eTendering Portal for the "CEFAS22-74 Contract for services for mapping the aquatic food sector in South Africa under One Food Project." This research and development services contract in the CPV category includes economic research services. The contract, valued at £55,217.14 GBP, is a Direct Award following a failed open tender process. The tender period ended on September 30, 2022, with a contract period from October 28, 2022, to March 31, 2023.

This procurement process provides opportunities for businesses involved in research and development services, particularly those with expertise in economic research. Small and medium-sized enterprises (SMEs) are deemed suitable for this contract. Businesses that can contribute to mapping national aquatic food systems in South Africa and are adept at risk analysis and sustainable food system design would be well-suited to compete. The contract creates a platform for companies with capabilities in hazard identification, post-harvest losses assessment, and greenhouse gas emissions analysis within aquatic food production systems to showcase their skills and contribute to enhancing food security and sustainability in South Africa.

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

CEFAS22-74 Contract for services for mapping the aquatic food sector in South Africa under One Food Project

Notice Description

Over the past 5 years Cefas and other UK partners have been working with governments, academia, and NGOs (Non-Government Organisations) in Official Development Assistance (ODA) countries to develop improved capacity in aquatic animal health, Anti-Microbial Resistance (AMR), environmental protection, food safety and security, collectively under the banner of One Health. Cefas and APHA (Animal and Plant Health Agency) are now coordinating a UK ODA research and development project that aims to develop a risk analysis tool that places hazard identification and control at the heart of sustainable food system design. The supplier will map the national aquatic food systems in South Africa, to form the basis for future in-depth research on hazards and control. The mapping will: i. Describe the following activities: input supply, production, processing, by-products and waste disposal up to the point of retail/export (or the point of consumption). ii. Describe the volume of domestic consumption verses export. iii. Describe post-harvest losses throughout the value chain. iv. Provide an understanding of how the aquatic food systems are embedded in geographical spaces and ecosystems in SA and shed light on their natural resource base, including the biodiversity and habitats occurring within the footprint of the food systems. v. Identify elements of the food systems that cannot be adequately mapped due to insufficient data availability. vi. Catalogue the key organisations (companies, public and private organisations), and others (e.g. co-operatives, individual farms) involved. vii. Describe known or estimated greenhouse gas emissions of food production within each aquatic food production system. viii. Indicate which elements of the aquatic food systems are (1) essential to SA's national food security, (2) the mainstay of family s subsistence, (3) essential to the country's food exports, and/or (4) emerging alternatives to dominant aquatic foods. This is a Direct Award to the supplier following a failed open tender process where no bids were received.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a28bde01-0178-4c83-a65c-3d1142296467
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/847bdcd5-332e-4505-a6da-798269c31f59
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
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services

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


CPV Codes

73000000 - Research and development services and related consultancy services

79311400 - Economic research services

Notice Value(s)

Tender Value
£55,217 Under £100K
Lots Value
Not specified
Awards Value
£55,217 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
28 Oct 20223 years ago
Submission Deadline
30 Sep 2022Expired
Future Notice Date
Not specified
Award Date
26 Oct 20223 years ago
Contract Period
27 Oct 2022 - 31 Mar 2023 1-6 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LOWESTOFT
Postcode
NR33 0HT
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH63 East Suffolk
Delivery Location
Not specified

Local Authority
East Suffolk
Electoral Ward
Kirkley & Pakefield
Westminster Constituency
Lowestoft

Supplier Information

Number of Suppliers
1
Supplier Name

PRIME AFRICA CONSULT

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-a28bde01-0178-4c83-a65c-3d1142296467-2022-10-28T12:55:25+01:00",
    "date": "2022-10-28T12:55:25+01:00",
    "ocid": "ocds-b5fd17-a28bde01-0178-4c83-a65c-3d1142296467",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_256206/1118603",
        "title": "CEFAS22-74 Contract for services for mapping the aquatic food sector in South Africa under One Food Project",
        "description": "Over the past 5 years Cefas and other UK partners have been working with governments, academia, and NGOs (Non-Government Organisations) in Official Development Assistance (ODA) countries to develop improved capacity in aquatic animal health, Anti-Microbial Resistance (AMR), environmental protection, food safety and security, collectively under the banner of One Health. Cefas and APHA (Animal and Plant Health Agency) are now coordinating a UK ODA research and development project that aims to develop a risk analysis tool that places hazard identification and control at the heart of sustainable food system design. The supplier will map the national aquatic food systems in South Africa, to form the basis for future in-depth research on hazards and control. The mapping will: i. Describe the following activities: input supply, production, processing, by-products and waste disposal up to the point of retail/export (or the point of consumption). ii. Describe the volume of domestic consumption verses export. iii. Describe post-harvest losses throughout the value chain. iv. Provide an understanding of how the aquatic food systems are embedded in geographical spaces and ecosystems in SA and shed light on their natural resource base, including the biodiversity and habitats occurring within the footprint of the food systems. v. Identify elements of the food systems that cannot be adequately mapped due to insufficient data availability. vi. Catalogue the key organisations (companies, public and private organisations), and others (e.g. co-operatives, individual farms) involved. vii. Describe known or estimated greenhouse gas emissions of food production within each aquatic food production system. viii. Indicate which elements of the aquatic food systems are (1) essential to SA's national food security, (2) the mainstay of family s subsistence, (3) essential to the country's food exports, and/or (4) emerging alternatives to dominant aquatic foods. This is a Direct Award to the supplier following a failed open tender process where no bids were received.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "79311400",
                "description": "Economic 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"
                    }
                ]
            }
        ],
        "value": {
            "amount": 55217.14,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-09-30T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-10-28T00:00:00+01:00",
            "endDate": "2023-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-136940",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Pakefield Road",
                "locality": "Lowestoft",
                "postalCode": "NR33 0HT",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "procure@cefas.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-225519",
            "name": "Prime Africa Consult Pty Ltd",
            "identifier": {
                "legalName": "Prime Africa Consult Pty Ltd"
            },
            "address": {
                "streetAddress": "The Factory, 274 Brander Street, Jan Nimand Park, Pretoria, South Africa 0186"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-136940",
        "name": "Defra Network eTendering Portal"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a28bde01-0178-4c83-a65c-3d1142296467-1",
            "status": "active",
            "date": "2022-10-27T00:00:00+01:00",
            "datePublished": "2022-10-28T12:55:25+01:00",
            "value": {
                "amount": 55217.14,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-225519",
                    "name": "Prime Africa Consult Pty Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-10-28T00:00:00+01:00",
                "endDate": "2023-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/847bdcd5-332e-4505-a6da-798269c31f59",
                    "datePublished": "2022-10-28T12:55:25+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/5b36c741-30d2-4722-b3bd-9cc32fc57413",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}