Joint Nature Conservation Committee : Terrestrial Surveillance Development and Analysis

  Joint Nature Conservation Committee has published this notice through Delta eSourcing

Notice Summary
Title: Terrestrial Surveillance Development and Analysis
Notice type: Contract Notice
Authority: Joint Nature Conservation Committee
Nature of contract: Services
Procedure: Open
Short Description: The Terrestrial Surveillance Development and Analysis (TSDA) project aims to deliver cross-scheme development and analysis functions across a wide range of current and future terrestrial (including freshwater) biodiversity surveillance schemes in the UK. Work undertaken will align to a five-year strategy developed by the successful tenderer(s) and JNCC working together in partnership, aiming to improve outcomes, quality of analytical products, and utility of surveillance schemes (including wider biological recording) through development, implementation and evaluation of solutions. This is in recognition that most schemes face common problems, such as ensuring adequate geographic coverage, developing effective data management systems, and data interpretation. Importantly, cross-scheme analytical products are required in order to provide strong evidence-based advice to policymakers regarding the status of biodiversity and impacts of pressures and interventions.
Published: 11/05/2022 16:38

View Full Notice

UK-Peterborough: Environmental services.
Section I: Contracting Authority
      I.1) Name and addresses
             Joint Nature Conservation Committee
             Monkstone House, Peterborough, PE1 1JY, United Kingdom
             Tel. +44 1733866894, Email: contractqueries@jncc.gov.uk
             Main Address: https://www.jncc.gov
             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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://jncc.gov.uk/about-jncc/corporate-information/procurement/procurement-a22-0382-1654/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      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: Terrestrial Surveillance Development and Analysis       
      Reference Number: A22-0382-1654
      II.1.2) Main CPV Code:
      90700000 - Environmental services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Terrestrial Surveillance Development and Analysis (TSDA) project aims to deliver cross-scheme development and analysis functions across a wide range of current and future terrestrial (including freshwater) biodiversity surveillance schemes in the UK. Work undertaken will align to a five-year strategy developed by the successful tenderer(s) and JNCC working together in partnership, aiming to improve outcomes, quality of analytical products, and utility of surveillance schemes (including wider biological recording) through development, implementation and evaluation of solutions. This is in recognition that most schemes face common problems, such as ensuring adequate geographic coverage, developing effective data management systems, and data interpretation. Importantly, cross-scheme analytical products are required in order to provide strong evidence-based advice to policymakers regarding the status of biodiversity and impacts of pressures and interventions.       
      II.1.5) Estimated total value:
      Value excluding VAT: 400,000       
      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: Open Competition
      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: 400,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2022 / End: 31/05/2027       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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 three financial years full 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: No

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: 15/06/2022 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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 15/06/2022
         Time: 12:00
         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: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=689495909
   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: 11/05/2022

Annex A


View any Notice Addenda

View Award Notice