Tender

Agriculture, Land-use, Climate and Nature Evidence Programme

WELSH GOVERNMENT

This public procurement record has 2 releases in its history.

Tender

20 Jun 2022 at 12:11

Planning

06 Apr 2022 at 10:00

Summary of the contracting process

The Welsh Government is currently engaged in a procurement process for the "Agriculture, Land-use, Climate and Nature Evidence Programme" aimed at supporting policy and operational teams within the government and Natural Resources Wales (NRW). This tender is categorized under environmental monitoring services, with a budget of £15 million. The procurement is at the planning stage, with the deadline for submission set for 4th August 2022, following an open procurement method that allows all suppliers to participate.

This contract offers substantial opportunities for businesses specialising in environmental science, data analysis, and consultancy services, particularly those capable of delivering community benefits as part of their contract performance. Companies that possess expertise in agricultural practices, climate impact modelling, and ecological research will be well-suited to compete for this contract, especially if they can collaborate in a consortium to bring together a diverse range of skills and knowledge to meet the project's comprehensive requirements.

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

Agriculture, Land-use, Climate and Nature Evidence Programme

Notice Description

The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). The programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely a consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages: - Monitoring - undertake a National Field Survey (NFS) https://erammp.wales/en/nfs - Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) https://erammp.wales/en/imp - Evidence - deliver ongoing analytical support

Lot Information

Lot 1

The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). This programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages: - Monitoring - undertake a National Field Survey (NFS) - Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) - Evidence - deliver ongoing analytical support The Welsh Government expects the programme to: - Undertake a National Field Survey (NFS) enabling the monitoring and evaluation of policies in the areas of agriculture, land-use, climate and nature, including, but not exclusively, Glastir; transition schemes; the Sustainable Farming Schemes; the Nature Network Programme. - Undertake appropriate analytics of NFS data and other sources to satisfy reporting requirements in the areas of agriculture, land-use, climate and nature, including, but not exclusively, National Trends; Well-being of Future Generations (Wales) Act 2015 indicators; the Environment (Wales) Act 2016 State of Natural Resources Reporting (SoNaRR); Rural Development Plan replacement reporting; other emerging international and domestic reporting requirements. - Be adaptive and responsive in delivering evidence needs to support policy across the areas of agriculture, land-use, climate and nature, including, but not exclusively, ongoing modelling capability using the Integrated Modelling Platform and other modelling tools; undertake tactical analysis and evidence reviews and provide direct expert scientific support. To deliver this it is required that the lead supplier will bring together a wide range of skills, expertise, and organisations; will be adaptive and responsive; will identify and embrace new technology; will maximise the opportunities for using and sharing the data collected; will seek to deliver maximum community benefits and aspire to deliver an exemplar evidence programme. Additional information: The budget for the 2 year initial contract term is between GBP 2,600,000.00 - 3,000,000.00. The potential total contract budget for the max. 8 years of the optional extension periods is between GBP 10,400,000.00 - 12,000,000.00. The budget stated in II.2.6 is the max. budget for up to 10 years.

Renewal: The maximum contract duration is 10 years in total with 2 year renewal points - 2 years initial contract term with optional extension periods of 2 years, plus 2 years, plus 2 years, plus 2 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032a95
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016802-2022
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90711300 - Environmental indicators analysis other than for construction

90711500 - Environmental monitoring other than for construction

90714000 - Environmental auditing

90714100 - Environmental information systems

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jun 20223 years ago
Submission Deadline
4 Aug 2022Expired
Future Notice Date
21 Jun 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
between 2 and 10 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WELSH GOVERNMENT
Contact Name
Not specified
Contact Email
cpsprocurementadvice@gov.wales
Contact Phone
+44 3000257095

Buyer Location

Locality
CARDIFF
Postcode
CF10 3NQ
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
TLL Wales

Local Authority
Cardiff
Electoral Ward
Cathays
Westminster Constituency
Cardiff South and Penarth

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-h6vhtk-032a95-2022-06-20T13:11:51+01:00",
    "date": "2022-06-20T13:11:51+01:00",
    "ocid": "ocds-h6vhtk-032a95",
    "description": "E-Tender Information: https://etenderwales.bravosolution.co.uk - The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation. - Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration. - The User who performs the Registration becomes the Super User for the Organisation. - On registering on the Platform the Super User will select a Username and will receive a password. - The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page. - In order to log-in to the Platform please enter your Username and Password. - Note: If you forget your Password then visit the homepage and click \"Forgot your password?\" - Registration should only be performed once for each Organisation. - If you think that someone in your Organisation may have already registered on this Platform then you must not register again. - Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform. - Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation). - Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform. - Tenders must be uploaded to the BravoSolution portal by 2pm How To Find The ITT: - Once logged in you must click on 'ITT's Open to all Suppliers' - The e-tender references for this contract are: project_50288, itt_94628. - Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the ITT from the 'Open to all Suppliers' area to the 'My ITT's' on the home page. - You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area. - Should you have any questions on the ITT, please use the 'Messages' area to contact the buyer directly - Please do not contact the named person at the top of this notice. NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121876 Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are: Community Benefits will be scored, as per the information in the tender documents. (WA Ref:121876) The buyer considers that this contract is suitable for consortia.",
    "initiationType": "tender",
    "tender": {
        "id": "C208/2021/2022",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Agriculture, Land-use, Climate and Nature Evidence Programme",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "90711500",
            "description": "Environmental monitoring other than for construction"
        },
        "mainProcurementCategory": "services",
        "description": "The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). The programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely a consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages: - Monitoring - undertake a National Field Survey (NFS) https://erammp.wales/en/nfs - Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) https://erammp.wales/en/imp - Evidence - deliver ongoing analytical support",
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). This programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages: - Monitoring - undertake a National Field Survey (NFS) - Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) - Evidence - deliver ongoing analytical support The Welsh Government expects the programme to: - Undertake a National Field Survey (NFS) enabling the monitoring and evaluation of policies in the areas of agriculture, land-use, climate and nature, including, but not exclusively, Glastir; transition schemes; the Sustainable Farming Schemes; the Nature Network Programme. - Undertake appropriate analytics of NFS data and other sources to satisfy reporting requirements in the areas of agriculture, land-use, climate and nature, including, but not exclusively, National Trends; Well-being of Future Generations (Wales) Act 2015 indicators; the Environment (Wales) Act 2016 State of Natural Resources Reporting (SoNaRR); Rural Development Plan replacement reporting; other emerging international and domestic reporting requirements. - Be adaptive and responsive in delivering evidence needs to support policy across the areas of agriculture, land-use, climate and nature, including, but not exclusively, ongoing modelling capability using the Integrated Modelling Platform and other modelling tools; undertake tactical analysis and evidence reviews and provide direct expert scientific support. To deliver this it is required that the lead supplier will bring together a wide range of skills, expertise, and organisations; will be adaptive and responsive; will identify and embrace new technology; will maximise the opportunities for using and sharing the data collected; will seek to deliver maximum community benefits and aspire to deliver an exemplar evidence programme. Additional information: The budget for the 2 year initial contract term is between GBP 2,600,000.00 - 3,000,000.00. The potential total contract budget for the max. 8 years of the optional extension periods is between GBP 10,400,000.00 - 12,000,000.00. The budget stated in II.2.6 is the max. budget for up to 10 years.",
                "status": "active",
                "value": {
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The maximum contract duration is 10 years in total with 2 year renewal points - 2 years initial contract term with optional extension periods of 2 years, plus 2 years, plus 2 years, plus 2 years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711300",
                        "description": "Environmental indicators analysis other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714100",
                        "description": "Environmental information systems"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-06-22T00:00:00+01:00",
            "atypicalToolUrl": "https://etenderwales.bravosolution.co.uk/web/login.shtml"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk/web/login.shtml",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "as per the information in the tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "as per the information in the tender documents"
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "as per the information in the tender documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-08-04T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-08-04T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-08-04T14:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "between 2 and 10 years"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1044",
            "name": "Welsh Government",
            "identifier": {
                "legalName": "Welsh Government"
            },
            "address": {
                "streetAddress": "Corporate Procurement Services, Cathays Park",
                "locality": "Cardiff",
                "region": "UKL",
                "postalCode": "CF10 3NQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3000257095",
                "email": "CPSProcurementAdvice@gov.wales",
                "url": "https://etenderwales.bravosolution.co.uk/web/login.shtml"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://gov.wales/?lang=en",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1044",
        "name": "Welsh Government"
    },
    "language": "en"
}