Joint Nature Conservation Committee has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Goose and Swan Monitoring Programme |
Notice type: | Contract Notice |
Authority: | Joint Nature Conservation Committee |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Goose and Swan Monitoring Programme (GSMP) is an established monitoring programme that aims to deliver population estimates and trends both at UK and at site level for selected goose and migratory swan populations, as well as to provide data and information about the demographic factors (e.g. breeding success) driving those trends. The results enable us to assess the status of geese and swans wintering in the UK and inform conservation action. The GSMP coordinates a suite of volunteer-based surveys and collates relevant goose and swan survey data collected by third parties. Regarding estimate of contract value, JNCC would welcome partner co-funding contribution or in-kind contribution. |
Published: | 10/02/2022 16:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Joint Nature Conservation Committee
Monkstone House, Peterborough, PE1 1JY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
Main Address: https://jncc.gov.uk/about-jncc/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://jncc.gov.uk/about-jncc/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the address as in Annex A.III
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Goose and Swan Monitoring Programme
Reference Number: C21-0379-1640
II.1.2) Main CPV Code:
90700000 - Environmental services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Goose and Swan Monitoring Programme (GSMP) is an established monitoring programme that aims to deliver population estimates and trends both at UK and at site level for selected goose and migratory swan populations, as well as to provide data and information about the demographic factors (e.g. breeding success) driving those trends. The results enable us to assess the status of geese and swans wintering in the UK and inform conservation action. The GSMP coordinates a suite of volunteer-based surveys and collates relevant goose and swan survey data collected by third parties. Regarding estimate of contract value, JNCC would welcome partner co-funding contribution or in-kind contribution.
II.1.5) Estimated total value:
Value excluding VAT: 450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Environment services. The Goose and Swan Monitoring Programme (GSMP) is an established monitoring programme that aims to deliver population estimates and trends both at UK and at site level for selected goose and migratory swan populations, as well as to provide data and information about the demographic factors (e.g. breeding success) driving those trends. This will be an open procurement opportunity
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/06/2022 / End: 31/05/2025
This contract is subject to renewal: Yes
Description of renewals: Bidders should be aware that while the agreement is scheduled to end in June 2025, it may be subject to an extension of up to two years if appropriate and agreed by Partners towards the end of the contract's term. Please note however that the potential for an extension is subject to a continuing need, availability of funds and satisfactory contractor performance following a mid-project review. For the avoidance of doubt, no guarantee can be given that an extension would be granted.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Bidders are required to study the technical specification. Regarding estimate of contract value, JNCC would welcome partner co-funding contribution or in-kind contribution.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Previous 3 years statement of accounts.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/03/2022 Time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 11/03/2022
Time: 09:00
Place:
Peterborough
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=666356760
VI.4) Procedures for review
VI.4.1) Review body:
Joint Nature Conservation Committee
Monkstone House, Peterborough, PE1 1JY, United Kingdom
Tel. +44 1733866894
VI.4.2) Body responsible for mediation procedures:
Joint Nature Conservation Committee
Monkstone House, Peterborough, PE1 1JY, United Kingdom
Tel. +44 1733866894
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Joint Nature Conservation Committee
Monkstone House, Peterborough, PE1 1JY, United Kingdom
Tel. +44 1733866894
VI.5) Date Of Dispatch Of This Notice: 10/02/2022
Annex A
III) Addresses and contact points to which tenders/requests to participate must be sent:
Joint Nature Conservation Committee
Monkstone House, City Road, Peterborough, PE1 1JY, United Kingdom
Email: contractqueries@jncc.gov.uk
Main Address: https://jncc.gov.uk/about-jncc/
NUTS Code: UK