Joint Nature Conservation Committee : Air Pollution Assessment Solution

  Joint Nature Conservation Committee is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Air Pollution Assessment Solution
Notice type: Contract Notice
Authority: Joint Nature Conservation Committee
Nature of contract: Services
Procedure: Open
Short Description: Air Pollution Assessment Solution
Published: 03/04/2024 15:32
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-Peterborough: Environmental services.
Section I: Contracting Authority
      I.1) Name and addresses
             JNCC Support Co, United Kingdom
             Quay House, 2 East Station Road,Fletton Quays, Peterborough, 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: https://jncc.gov.uk
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via https://ContractQueries@jncc.gov.uk 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: Air Pollution Assessment Solution       
      Reference Number: C23-0443-1869
      II.1.2) Main CPV Code:
      90700000 - Environmental services.
      DA39-8 - Pollution tracking

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Air Pollution Assessment Solution       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      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: What this service will solve
Air Pollution Assessment Service will for the first time enable:
•Focus on high-risk applications by optimising resources required by regulators and planning authorities.
•In-combination assessments to be done quickly and consistently through a registry to collect UK applications.
•Spatial data about ammonia sources to be captured and tracked in the National Atmospheric Emissions Inventory
•Modelling of strategic approaches to species or habitat recovery affected by air pollution.
UK APAS is an online Air Pollution calculation tool to provide evidence to be used in planning decisions, environmental permitting, and local plans.
Its aim is to provide an air quality modelling service that will offer a consistent approach by providing detailed modelling for ecosystem assessment and facilitates “in-combination” assessments across all key emission source types by storing development records in an archive.
Ultimately, the tool provides better protection for nature by making information on habitats, their vulnerability and local emission levels clearer and more accessible.
      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: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Tenderers should be aware that there is the potential for the successful bidder to be requested by JNCC to undertake support and hosting for an additional 2 years. Please note however that the potential for additional work to be undertaken is subject to a continuing need, availability of funds, and satisfactory contractor performance. For the avoidance of doubt, no guarantee can be given, that you will be asked to undertake the potential additional years of work. Bidders are not asked to provide details beyond indicative costs for these follow-on aspects at this stage.
      
      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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      last 3 years financial 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: 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: 03/05/2024 Time: 16:00
            
      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: 06/05/2024
         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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Environmental-services./PX2EX9Z2N8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PX2EX9Z2N8
   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
       Internet address: https://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
          Internet address: https://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, Peterborough, PE28YY, United Kingdom
       Tel. +44 1733866826, Email: Sharon.Joyce@jncc.gov.uk
       Internet address: https://jncc.gov.uk
   VI.5) Date Of Dispatch Of This Notice: 03/04/2024

Annex A
   I) Addresses and contact points from which further information can be obtained:
       C23-0443-1869 - APAS system software support and development, JNCC Support Co
       Quay House, 2 East Station Road, Fletton Quays, Peterborough, PE28YY, United Kingdom
       Tel. +44 1733866826, Email: Sharon.Joyce@jncc.gov.uk
       Contact: Sharon Joyce
       Main Address: https://jncc.gov.uk
       NUTS Code: UKH1   

   
   III) Addresses and contact points to which tenders/requests to participate must be sent:
       JNCC Support Co
       Quay House, 2 East Station Road, Fletton Quays, Peterborough, PE28YY, United Kingdom
       Tel. +44 1733866826, Email: Sharon.Joyce@jncc.gov.uk
       Contact: Sharon Joyce
       Main Address: https://www.jncc.gov.uk
       NUTS Code: UKH1

View any Notice Addenda

View Award Notice