Tender

Contract for the Modelling of Ambient Air Quality (MAAQ)

DEFRA NETWORK ETENDERING PORTAL

This public procurement record has 2 releases in its history.

TenderUpdate

18 Oct 2024 at 08:54

Planning

19 Jul 2024 at 14:33

Summary of the contracting process

The Defra Network eTendering Portal is seeking bids for its "Contract for the Modelling of Ambient Air Quality (MAAQ)" under the services category of research and development services and related consultancy services. This contract aims to assess and report compliance with air quality regulations across the UK. The procurement process is currently in the tender stage, with the most recent update on 18th October 2024. The final date for tender submission is 1st November 2024. Key activities under this contract include mapping pollutant concentrations, performing annual compliance assessments, and supporting policy initiatives. This tender is part of ensuring adherence to the Air Quality Standards Regulations 2010 (AQSR) and will support environmental protection efforts.

This tender presents substantial opportunities for businesses specialising in environmental consulting, air quality modelling, and compliance reporting. Companies with experience in developing and applying air quality models, especially those who participated in the recent Defra Model Intercomparison Exercise, are well-suited for this contract. The ability to conduct detailed pollutant analysis and provide comprehensive compliance assessments is highly valued. Winning this contract could enhance the selected firm's portfolio and standing in environmental consultancy and public sector projects. Businesses who can demonstrate expertise in the required areas and meet the specified criteria should consider tendering a proposal to leverage this growth opportunity.

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

Contract for the Modelling of Ambient Air Quality (MAAQ)

Notice Description

The Modelling of Ambient Air Quality contract helps fulfil the legal obligation to conduct air quality assessments and report compliance with air quality limit values, critical levels, target values and long-term objectives on an annual basis under the Air Quality Standards Regulations 2010 (AQSR).

Lot Information

Lot 1

The Authority is seeking to appoint a contractor for the Modelling of Ambient Air Quality for assessment of air quality and reporting compliance with air quality limit values, critical levels, target values and long-term objectives under the Air Quality Standards Regulations 2010 (AQSR).
The objectives of the Modelling of Ambient Air Quality contract are to develop and apply air quality models and other methods of assessment to:
* Map ambient air pollutant concentrations across the UK for 13 pollutants including the pollutants of most concern in terms of health burdens and statutory compliance risks, which are nitrogen dioxide and particulate matter.
* Carry out an annual assessment of compliance with air quality limit values and target values for statutory reporting (under the AQSR).
* Support the investigation and development of policy initiatives. Additional information: Requirements from Suppliers
* The Supplier will be required to use the model(s) to carry out the annual supplementary assessment modelling by 20 August each year, for reporting compliance under the Air Quality Standards Regulations 2010 (AQSR), ready for the reporting to be delivered by the 30 September (or latest working day preceding that date) each year. Draft modelling must be complete by 20th July each year.
* The Supplier will be required to use modelling approaches compliant with the Air Quality Standards Regulations 2010 (AQSR) (The Air Quality Standards Regulations 2010 (legislation.gov.uk)) to calculate background concentrations for all pollutant metrics (limit values and target values) as required and defined within the AQSR at a minimum resolution of 1km x 1km. (Where appropriate alternative approaches to modelling for different pollutants may be used).
The pollutants are:
Pollutant Objective
NO2 Limit value for health (1-hr mean)
Limit value for health (annual mean)
NOx Critical level for vegetation (annual mean)
PM10 Limit value for health (24-hr mean)
Limit value for health (annual mean)
PM2.5
Stage 1 Limit value (annual mean, 1st Jan 2015
Stage 2 Limit value (annual mean, 1st Jan 2020)
SO2 Limit value for health (1-hr mean)
Limit value for health (24-hr mean)
Critical level for vegetation (annual mean)
Critical level for vegetation (winter mean)
Lead Limit value (annual mean)
Benzene Limit value (annual mean)
CO Limit value (8-hr mean)
Ozone Target value and Long Term Objective for health (8-hr mean)
Target value and Long Term Objective for vegetation (AOT40)
Arsenic Target value (annual mean)
Cadmium Target value (annual mean)
Nickel Target value (annual mean)
BaP Target value (annual mean)
* For pollutants with a significant roadside contribution (NOx, NO2, PM10, PM2.5 and benzene), concentrations at the roadside must be modelled for major urban roads (as defined in the NAEI UK Spatial Emissions Methodology report updated annually, latest Report: UK Spatial Emissions Methodology - A report of the National Atmospheric Emission Inventory 2021 - NAEI, UK (beis.gov.uk) Section 3.3.2 Road transport mapping methodology). Roadside concentrations could additionally be modelled for other roads.
* The contractor must carry out additional detailed modelling by mid August (or a date agreed with the Authority) each year for BaP and/or Nickel for specified industrial sites to be agreed with the authority.
* The supplier will also be required to:
o Obtain, and process as required, all input data required. Where available, data from the NAEI (provided by the NAEI contractor) should be the default unless the Contractor can demonstrate a better alternative to be agreed with the Authority.
o Deliver the required output files to the Data Dissemination Unit (DDU) Contractor by the relevant deadlines to enable completion of reporting.
o Provide (roadside) source apportionment for NOx (to represent NO2), PM10 and PM2.5
o The model must be capable of modelling future years.
* The supplier will be required to support the Authority in a range of policy assessment and other services to meet current evidence priorities.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0482f5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/033675-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Oct 20241 years ago
Submission Deadline
Not specified
Future Notice Date
1 Sep 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEFRA NETWORK ETENDERING PORTAL
Contact Name
ella.liu@defra.gov.uk
Contact Email
dgc-laww-buyer@defra.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
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

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-0482f5-2024-10-18T09:54:27+01:00",
    "date": "2024-10-18T09:54:27+01:00",
    "ocid": "ocds-h6vhtk-0482f5",
    "description": "*Planned Market Engagement Process Overview :<br/> The Authority has alerted the market to the upcoming retender for the Modelling of Ambient Air Quality contract, including via this PIN. The Authority will engage with selected suppliers in 1-2-1 conversations as per the criteria below.<br/><br/>*Supplier Selection Criteria for 1-2-1 conversation :<br/> Selected suppliers will be invited to 1-2-1 conversations based on the Authority's assessment of the capability to meet the detailed requirements of the modelling for the compliance assessment under the AQSR legislation. This will be determined based on the performance of suppliers who were involved in the recent Defra Model Intercomparison Exercise (MIE), which was designed to understand the compliance reporting capabilities of models. If you believe that you also should have a 1-2-1 conversation, please reach out to us by 19th August 2024 and explain why. A summary of MIE can be provided upon request if the Authority agrees that you have provided acceptable evidence that you could reasonably deliver the requirement. <br/><br/>*The purpose of the PIN :<br/>The purpose of this PIN is a request for information, offering suppliers the preliminary opportunity to share their potential ideas for the network. In order to understand the markets appetite and ability to resource and bid for this work, we are requesting you respond to this PIN to confirm if you are interested in bidding for this work and that you can meet any or all of the requirements outlined above. Your response should be submitted by email to dgc-laww-buyer@defra.gov.uk by the closing date of 19th August 2024 (17:00). The Authority may contact you to confirm your interest and ability to meet our requirements.<br/>The response to this PIN will determine if/ when we are able to commence a procurement process. This PIN does not commit the Authority to progressing this opportunity beyond this point.<br/>It should also be noted that this PIN invites individuals and organisations to express an interest in this exercise only, and it is NOT a pre-qualification questionnaire, and is NOT part of any pre-qualification or selection process.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0482f5",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Contract for the Modelling of Ambient Air Quality (MAAQ)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Modelling of Ambient Air Quality contract helps fulfil the legal obligation to conduct air quality assessments and report compliance with air quality limit values, critical levels, target values and long-term objectives on an annual basis under the Air Quality Standards Regulations 2010 (AQSR).",
        "lots": [
            {
                "id": "1",
                "description": "The Authority is seeking to appoint a contractor for the Modelling of Ambient Air Quality for assessment of air quality and reporting compliance with air quality limit values, critical levels, target values and long-term objectives under the Air Quality Standards Regulations 2010 (AQSR).<br/>The objectives of the Modelling of Ambient Air Quality contract are to develop and apply air quality models and other methods of assessment to:<br/>* Map ambient air pollutant concentrations across the UK for 13 pollutants including the pollutants of most concern in terms of health burdens and statutory compliance risks, which are nitrogen dioxide and particulate matter.<br/>* Carry out an annual assessment of compliance with air quality limit values and target values for statutory reporting (under the AQSR).<br/>* Support the investigation and development of policy initiatives. Additional information: Requirements from Suppliers <br/>* The Supplier will be required to use the model(s) to carry out the annual supplementary assessment modelling by 20 August each year, for reporting compliance under the Air Quality Standards Regulations 2010 (AQSR), ready for the reporting to be delivered by the 30 September (or latest working day preceding that date) each year. Draft modelling must be complete by 20th July each year.<br/>* The Supplier will be required to use modelling approaches compliant with the Air Quality Standards Regulations 2010 (AQSR) (The Air Quality Standards Regulations 2010 (legislation.gov.uk)) to calculate background concentrations for all pollutant metrics (limit values and target values) as required and defined within the AQSR at a minimum resolution of 1km x 1km. (Where appropriate alternative approaches to modelling for different pollutants may be used). <br/>The pollutants are:<br/>Pollutant Objective<br/>NO2 Limit value for health (1-hr mean)<br/> Limit value for health (annual mean)<br/>NOx Critical level for vegetation (annual mean)<br/>PM10 Limit value for health (24-hr mean)<br/> Limit value for health (annual mean)<br/>PM2.5<br/> Stage 1 Limit value (annual mean, 1st Jan 2015<br/> Stage 2 Limit value (annual mean, 1st Jan 2020)<br/>SO2 Limit value for health (1-hr mean)<br/> Limit value for health (24-hr mean)<br/> Critical level for vegetation (annual mean)<br/> Critical level for vegetation (winter mean)<br/>Lead Limit value (annual mean)<br/>Benzene Limit value (annual mean)<br/>CO Limit value (8-hr mean)<br/>Ozone Target value and Long Term Objective for health (8-hr mean) <br/> Target value and Long Term Objective for vegetation (AOT40)<br/>Arsenic Target value (annual mean)<br/>Cadmium Target value (annual mean)<br/>Nickel Target value (annual mean)<br/>BaP Target value (annual mean)<br/>* For pollutants with a significant roadside contribution (NOx, NO2, PM10, PM2.5 and benzene), concentrations at the roadside must be modelled for major urban roads (as defined in the NAEI UK Spatial Emissions Methodology report updated annually, latest Report: UK Spatial Emissions Methodology - A report of the National Atmospheric Emission Inventory 2021 - NAEI, UK (beis.gov.uk) Section 3.3.2 Road transport mapping methodology). Roadside concentrations could additionally be modelled for other roads. <br/>* The contractor must carry out additional detailed modelling by mid August (or a date agreed with the Authority) each year for BaP and/or Nickel for specified industrial sites to be agreed with the authority.<br/>* The supplier will also be required to: <br/>o Obtain, and process as required, all input data required. Where available, data from the NAEI (provided by the NAEI contractor) should be the default unless the Contractor can demonstrate a better alternative to be agreed with the Authority.<br/>o Deliver the required output files to the Data Dissemination Unit (DDU) Contractor by the relevant deadlines to enable completion of reporting.<br/>o Provide (roadside) source apportionment for NOx (to represent NO2), PM10 and PM2.5<br/>o The model must be capable of modelling future years.<br/>* The supplier will be required to support the Authority in a range of policy assessment and other services to meet current evidence priorities.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-09-02T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-09-02"
                        },
                        "newValue": {
                            "date": "2024-11-01"
                        },
                        "where": {
                            "section": "II.3.0.1"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-99321",
            "name": "Defra Network eTendering Portal",
            "identifier": {
                "legalName": "Defra Network eTendering Portal"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "ella.liu@defra.gov.uk",
                "email": "dgc-laww-buyer@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "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": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-99321",
        "name": "Defra Network eTendering Portal"
    },
    "language": "en"
}