Notice Information
Notice Title
Navigation Waterways Benefits Assessment
Notice Description
This Section sets out the Authority's requirements: Support the National Navigation Team in further developing the benefits assessment evidence to inform the strategic business case for the navigable inland waterways operated by the Environment Agency. A. Requirement Support the National Navigation Team to prepare "whole" waterway assessments for a select set of benefits: (i) recreation, health and wellbeing; (ii) flood protection; (iii) water resources; (iv) sustainability (namely biodiversity and net zero carbon); and (v) local economic impacts. The assessments for flood protection and water resources should apply the existing methodologies used by the Environment Agency. The approach to recreation, health and wellbeing shall develop the approach tested in a previous commission completed in 2021 for the EA. The approach to sustainability and local economic impact assessments will need to be developed. The aim will be to provide an improved 'place-based' assessment accounting for the circumstances of the local population, including socio-economic profile and availability of green/blue space. The selected waterways for a complete assessment are: - Wye & Lugg - Lydney Harbour - Thames - Rye Harbour - Great Ouse - Nene The benefits assessment shall use the approach developed in the 2021 commission (attached). The benefit assessment for sustainability and local economic impacts shall also be completed for: - Stour - Medway, - Ancholme, - Welland and Glen - South Forty Foot Drain Deliverables: Present the results for each waterway requiring a complete assessment as a summary report and presentation. Present the results for the waterways requiring assessments for sustainability and local economic impacts as an addendum to the reports completed in 2021 for those waterways. B. Tasks Please account for the following tasks: 1. Project start-up meeting(s) and data and method share. 2. Benefits assessment per waterway. 3. Reporting. 4. Resource estimate per waterway and per benefit category. We will agree the format for reporting the assessment for each waterway as part of the project start-up template. We expect that this will include summary reports for each waterway, plus a set of guidance notes detailing the assessment method for each benefit type, the data sources and analytical steps. The headline results, findings and recommendations for next steps shall be presented to EA teams. Regular progress reporting meetings shall be included.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-b48ecfa6-eb58-4f32-a545-e408c4760366
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/f046500f-946a-4022-96b1-c77ce4c2acbf
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311300 - Infrastructure works consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £47,430 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Nov 20214 years ago
- Submission Deadline
- 6 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Nov 20214 years ago
- Contract Period
- 10 Nov 2021 - 31 Mar 2022 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 NETWORK ETENDERING PORTAL
- Contact Name
- Jon Mannering
- Contact Email
- jon.mannering@environment-agency.gov.uk
- Contact Phone
- 07795641941
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B3 1AQ
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- Not specified
-
- Local Authority
- Birmingham
- Electoral Ward
- Soho & Jewellery Quarter
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/f046500f-946a-4022-96b1-c77ce4c2acbf
8th November 2021 - 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-b48ecfa6-eb58-4f32-a545-e408c4760366-2021-11-08T11:54:51Z",
"date": "2021-11-08T11:54:51Z",
"ocid": "ocds-b5fd17-b48ecfa6-eb58-4f32-a545-e408c4760366",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "tender_285572/1012069",
"title": "Navigation Waterways Benefits Assessment",
"description": "This Section sets out the Authority's requirements: Support the National Navigation Team in further developing the benefits assessment evidence to inform the strategic business case for the navigable inland waterways operated by the Environment Agency. A. Requirement Support the National Navigation Team to prepare \"whole\" waterway assessments for a select set of benefits: (i) recreation, health and wellbeing; (ii) flood protection; (iii) water resources; (iv) sustainability (namely biodiversity and net zero carbon); and (v) local economic impacts. The assessments for flood protection and water resources should apply the existing methodologies used by the Environment Agency. The approach to recreation, health and wellbeing shall develop the approach tested in a previous commission completed in 2021 for the EA. The approach to sustainability and local economic impact assessments will need to be developed. The aim will be to provide an improved 'place-based' assessment accounting for the circumstances of the local population, including socio-economic profile and availability of green/blue space. The selected waterways for a complete assessment are: - Wye & Lugg - Lydney Harbour - Thames - Rye Harbour - Great Ouse - Nene The benefits assessment shall use the approach developed in the 2021 commission (attached). The benefit assessment for sustainability and local economic impacts shall also be completed for: - Stour - Medway, - Ancholme, - Welland and Glen - South Forty Foot Drain Deliverables: Present the results for each waterway requiring a complete assessment as a summary report and presentation. Present the results for the waterways requiring assessments for sustainability and local economic impacts as an addendum to the reports completed in 2021 for those waterways. B. Tasks Please account for the following tasks: 1. Project start-up meeting(s) and data and method share. 2. Benefits assessment per waterway. 3. Reporting. 4. Resource estimate per waterway and per benefit category. We will agree the format for reporting the assessment for each waterway as part of the project start-up template. We expect that this will include summary reports for each waterway, plus a set of guidance notes detailing the assessment method for each benefit type, the data sources and analytical steps. The headline results, findings and recommendations for next steps shall be presented to EA teams. Regular progress reporting meetings shall be included.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy 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"
}
]
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2021-10-06T18:00:00+01:00"
},
"contractPeriod": {
"startDate": "2021-11-10T00:00:00Z",
"endDate": "2022-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-156368",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "Aqua House, 20 Lionel Street",
"locality": "Birmingham",
"postalCode": "B3 1AQ",
"countryName": "England"
},
"contactPoint": {
"name": "Jon Mannering",
"email": "jon.mannering@environment-agency.gov.uk",
"telephone": "07795641941"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-188452",
"name": "Jeremy Benn Associates Ltd T/A JBA Consulting",
"identifier": {
"legalName": "Jeremy Benn Associates Ltd T/A JBA Consulting"
},
"address": {
"streetAddress": "1st Floor, Salts Mill, Victoria Road, Saltaire, Shipley, West Yorkshire. BD18 3LF."
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-156368",
"name": "Defra Network eTendering Portal"
},
"awards": [
{
"id": "ocds-b5fd17-b48ecfa6-eb58-4f32-a545-e408c4760366-1",
"status": "active",
"date": "2021-11-08T00:00:00Z",
"datePublished": "2021-11-08T11:54:51Z",
"value": {
"amount": 47430.12,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-188452",
"name": "Jeremy Benn Associates Ltd T/A JBA Consulting"
}
],
"contractPeriod": {
"startDate": "2021-11-10T00:00:00Z",
"endDate": "2022-03-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/f046500f-946a-4022-96b1-c77ce4c2acbf",
"datePublished": "2021-11-08T11:54:51Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"description": "n/a",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/22e9dc65-5211-4b84-a392-a981b9b8bd04",
"format": "application/pdf"
}
]
}
]
}