Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: CPSProcurementAdvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: https://gov.wales/?lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Agriculture, Land-use, Climate and Nature Evidence Programme
Reference number: C208/2021/2022
II.1.2) Main CPV code
90711500
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). The programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely a consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:
- Monitoring - undertake a National Field Survey (NFS) https://erammp.wales/en/nfs
- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP) https://erammp.wales/en/imp
- Evidence - deliver ongoing analytical support
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
15 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
90711500
90711300
90714000
90714100
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Government wishes to commission an evidence programme to provide ongoing support to policy and operational teams within Welsh Government and Natural Resources Wales (NRW). This programme will broadly cover the interrelated areas of agriculture, land-use, climate and nature. The successful bidder, most likely consortium, will provide ongoing evidence, including that of a business-critical nature, through three interrelated work packages:
- Monitoring - undertake a National Field Survey (NFS)
- Modelling - provide ongoing integrated land-use modelling using the Integrated Modelling Platform (IMP)
- Evidence - deliver ongoing analytical support
The Welsh Government expects the programme to:
- Undertake a National Field Survey (NFS) enabling the monitoring and evaluation of policies in the areas of agriculture, land-use, climate and nature, including, but not exclusively, Glastir; transition schemes; the Sustainable Farming Schemes; the Nature Network Programme.
- Undertake appropriate analytics of NFS data and other sources to satisfy reporting requirements in the areas of agriculture, land-use, climate and nature, including, but not exclusively, National Trends; Well-being of Future Generations (Wales) Act 2015 indicators; the Environment (Wales) Act 2016 State of Natural Resources Reporting (SoNaRR); Rural Development Plan replacement reporting; other emerging international and domestic reporting requirements.
- Be adaptive and responsive in delivering evidence needs to support policy across the areas of agriculture, land-use, climate and nature, including, but not exclusively, ongoing modelling capability using the Integrated Modelling Platform and other modelling tools; undertake tactical analysis and evidence reviews and provide direct expert scientific support.
To deliver this it is required that the lead supplier will bring together a wide range of skills, expertise, and organisations; will be adaptive and responsive; will identify and embrace new technology; will maximise the opportunities for using and sharing the data collected; will seek to deliver maximum community benefits and aspire to deliver an exemplar evidence programme.
II.2.5) Award criteria
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
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
The budget for the 2 year initial contract term is between GBP 2,600,000.00 – 3,000,000.00. The potential total contract budget for the max. 8 years of the optional extension periods is between GBP 10,400,000.00 – 12,000,000.00. The budget stated in II.1.7 is the max. budget for up to 10 years.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
2022/S 022-121876
Section V: Award of contract
Contract No: C208/2021/2022
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
28/09/2022
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
UK Centre for Ecology and Hydrology
Maclean Building, Crowmarsh Gifford
Wallingford
OX108BB
UK
Telephone: +44 1491692373
NUTS: UKJ14
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:
Total value of the contract/lot:
: 15 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:125612)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
19/10/2022