Joint Nature Conservation Committee has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Towards Predicting the Biodiversity Impacts of Environmental Change |
Notice type: | Contract Notice |
Authority: | Joint Nature Conservation Committee |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | In November 2022, JNCC and the Statutory Nature Conservation Bodies published a joint statement on Nature Recovery. This set out the need to embed nature recovery in UK decision-making and to deliver impactful policies that incentivise and drive public and private investment in the protection and recovery of the UK’s nature through all our activities. As envisaged in that statement, the global community has now committed to the ambitious Kunming-Montreal Global Biodiversity Framework. In May 2023, JNCC published a new strategy: Together for Nature (https://jncc.gov.uk/about-jncc/our-strategy); this further set out the need to advise on the design of new policies and actions to progress nature recovery. However, despite a strong evidence base on biodiversity in the UK, we currently lack the technical capability to use this evidence to model the impact of potential environmental, societal and policy trajectories on biodiversity. |
Published: | 29/06/2023 14:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, UK-Peterborough: Environmental services., PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
Main Address: http://www/jncc.gov.uk
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: http://www/jncc.gov.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www/jncc.gov.uk 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: Towards Predicting the Biodiversity Impacts of Environmental Change
Reference Number: C23-0382-1774
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: In November 2022, JNCC and the Statutory Nature Conservation Bodies published a joint statement on Nature Recovery. This set out the need to embed nature recovery in UK decision-making and to deliver impactful policies that incentivise and drive public and private investment in the protection and recovery of the UK’s nature through all our activities. As envisaged in that statement, the global community has now committed to the ambitious Kunming-Montreal Global Biodiversity Framework. In May 2023, JNCC published a new strategy: Together for Nature (https://jncc.gov.uk/about-jncc/our-strategy); this further set out the need to advise on the design of new policies and actions to progress nature recovery.
However, despite a strong evidence base on biodiversity in the UK, we currently lack the technical capability to use this evidence to model the impact of potential environmental, societal and policy trajectories on biodiversity.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
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: JNCC is seeking research partners to help develop a modelling framework for predicting the impact on biodiversity from changes to the environment over the next 25-50 years across the whole of the UK. This framework must identify and be responsive to critical drivers of biodiversity change, including climate, society, land use and land management. The framework must allow for different scenarios to be developed and run to assess how different societal and policy choices could affect biodiversity. The framework should be designed to model a range of different biodiversity measures including measures of both species and habitat outcomes to provide a holistic view of biodiversity change.
Development of this modelling framework is likely to be a long-term endeavour. During the course of this contractual period, both the initial development and longer term planning
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 04/09/2023 / End: 14/03/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: No
Description of options: Not provided
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:
Refer to the tecnical specification
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Provision or access to three years finanical 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
Refer to the technical specification
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: No
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: 04/08/2023 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: 04/08/2023
Time: 09:30
Place:
Peterborough, United Kingdom
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 No
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=792283731
VI.4) Procedures for review
VI.4.1) Review body:
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, Peterborough, PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
VI.4.2) Body responsible for mediation procedures:
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, Peterborough, PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
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
Quay House, 2 East Station Road,Fletton Quays, UK-Peterborough: Environmental services., PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
VI.5) Date Of Dispatch Of This Notice: 29/06/2023
Annex A
View any Notice Addenda
UK-UK-Peterborough: Environmental services.: Research and development services and related consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, UK-Peterborough: Environmental services., PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
Main Address: http://www/jncc.gov.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Towards Predicting the Biodiversity Impacts of Environmental Change Reference number: C23-0382-1774
II.1.2) Main CPV code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: In November 2022, JNCC and the Statutory Nature Conservation Bodies published a joint statement on Nature Recovery. This set out the need to embed nature recovery in UK decision-making and to deliver impactful policies that incentivise and drive public and private investment in the protection and recovery of the UK’s nature through all our activities. As envisaged in that statement, the global community has now committed to the ambitious Kunming-Montreal Global Biodiversity Framework. In May 2023, JNCC published a new strategy: Together for Nature (https://jncc.gov.uk/about-jncc/our-strategy); this further set out the need to advise on the design of new policies and actions to progress nature recovery. However, despite a strong evidence base on biodiversity in the UK, we currently lack the technical capability to use this evidence to model the impact of potential environmental, societal and policy trajectories on biodiversity.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 27/07/2023
VI.6) Original notice reference:
Notice Reference: 2023 - 594162
Notice number in OJ S: 2023/S 000 - 594162
Date of dispatch of the original notice: 29/06/2023
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Lot No: Not provided
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of: Date: 04/08/2023 Time 09:00
Read: Date: 25/08/2023 Time 09:00
VII.2) Other additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=798553193
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, UK-Peterborough: Environmental services., PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
Main Address: http://www/jncc.gov.uk
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Towards Predicting the Biodiversity Impacts of Environmental Change
Reference number: C23-0382-1774
II.1.2) Main CPV code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: In November 2022, JNCC and the Statutory Nature Conservation Bodies published a joint statement on Nature Recovery. This set out the need to embed nature recovery in UK decision-making and to deliver impactful policies that incentivise and drive public and private investment in the protection and recovery of the UK’s nature through all our activities. As envisaged in that statement, the global community has now committed to the ambitious Kunming-Montreal Global Biodiversity Framework. In May 2023, JNCC published a new strategy: Together for Nature (https://jncc.gov.uk/about-jncc/our-strategy); this further set out the need to advise on the design of new policies and actions to progress nature recovery. However, despite a strong evidence base on biodiversity in the UK, we currently lack the technical capability to use this evidence to model the impact of potential environmental, societal and policy trajectories on biodiversity.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 250,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: JNCC is seeking research partners to help develop a modelling framework for predicting the impact on biodiversity from changes to the environment over the next 25-50 years across the whole of the UK. This framework must identify and be responsive to critical drivers of biodiversity change, including climate, society, land use and land management. The framework must allow for different scenarios to be developed and run to assess how different societal and policy choices could affect biodiversity. The framework should be designed to model a range of different biodiversity measures including measures of both species and habitat outcomes to provide a holistic view of biodiversity change. Development of this modelling framework is likely to be a long-term endeavour. During the course of this contractual period, both the initial development and longer term planning
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-594162
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: C23-0382-1774
Lot Number: Not Provided
Title: Towards Predicting the Biodiversity Impacts of Environmental Change
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/11/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
UK Centre for Ecology and Hydrology, 12251749
Maclean Building, Benson Lane,, Crowmarsh Gifford, Wallingford,, OX10 8BB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 250,000
Total value of the contract/lot: 249,650
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 22/11/2023
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
UK Centre for Ecology and Hydrology, 12251749
Maclean Building, Benson Lane, Crowmarsh Gifford, Wallingford,, OX10 8BB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 249,650
Total value of the contract/lot: 249,650
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=840969013
VI.4) Procedures for review
VI.4.1) Review body
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, Peterborough, PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
VI.4.2) Body responsible for mediation procedures
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, Peterborough, PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Joint Nature Conservation Committee
Quay House, 2 East Station Road,Fletton Quays, UK-Peterborough: Environmental services., PE28YY, United Kingdom
Tel. +44 1733562626, Email: contractqueries@jncc.gov.uk
VI.5) Date of dispatch of this notice: 06/02/2024