Construction Tenders

Thu October 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Nov 2023

Tender Details
Referenceocds-h6vhtk-041597
Common Procurement VocabularyPollution investigation services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Nov 2023

Tender Details
Referenceocds-h6vhtk-041597
Common Procurement VocabularyPollution investigation services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

SBRI

SBRI Centre of Excellence,IMT Building,Wrexham Maelor Hospital,

Wrexham

LL13 7TD

Email

SBRI.COE [at] wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://sdi.click/sbriammonia

Buyer's address

https://sdi.click/sbriammonia

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://sdi.click/sbriammonia

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://sdi.click/sbriammonia

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

https://sdi.click/sbriammonia

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

SBRI COMPETITION - Reducing pollution resulting from agricultural ammonia emissions in cattle sector.

II.1.2) Main CPV code

  • 90715000 - Pollution investigation services

II.1.3) Type of contract

Services

II.1.4) Short description

The aim of this competition is to develop products or services that can help reduce harmful pollutants in the atmosphere resulting from agricultural practices that generate ammonia, including from anaerobic digestion.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 24413000 - Ammonia
  • 90740000 - Pollutants tracking and monitoring and rehabilitation services

II.2.3) Place of performance

NUTS codes
  • UKL - Wales

II.2.4) Description of the procurement

This is a phase 2 competition aimed at demonstration therefore applicants are required to have an existing working prototype of their technology which is in operation on preferably more than 1 farm or agricultural business in Wales. Applicants will also need to demonstrate that their technology takes into account potential pollution swapping and cost effectiveness for farmers.

Your solution must either prevent emissions of ammonia, extract it from the air or reduce deposition onto sensitive habitats. This can include demonstrating, piloting, testing and validation of new, emerging or improved products, processes or services in relevant environments. The primary objective is to validate ammonia emissions reductions in products, processes or services that are near-to-market.

Your phase 2 project must:

-Assemble a robust evidence pack that demonstrates ammonia emissions reductions. For example, proposed technology will demonstrate reduction of ammonia emissions by 20% for the duration of the project/experiment at the farm level. Evidence packs are of a standard suitable for consideration by the UK Air Quality and Greenhouse Gas inventories requirements.

-Applications are expected to include sufficient capability and capacity to assemble the testing and validation evidence. Ideally, project applications will include scientific/academic subcontractors who have the required experience and facilities to undertake necessary site and laboratory testing and evaluation.

-Demonstrate that the technology takes into account potential pollution swapping. Pollution swapping should be investigated, described and mitigated. Please include measurable effects on Greenhouse Gas such as carbon and methane emissions, as well as phosphorous.

-Evaluate cost effectiveness for farmers for the implementation of the proposed technology. The costs to farmers and government should be proportionate to the benefit. In other words, if it reduces emissions only marginally it shouldn’t be very expensive. The solution should show significant benefits for farmers. This competition is seeking innovations that would be financially self-sustaining, i.e. the direct on-farm benefit to the farmer is greater than the costs. It will be important for the applicants to set out the expected on-farm benefits as part of their commercialisation road-map.

-List side effects and their mitigation. Account for potential disadvantages of the proposed technology implementation in Wales. For example, floating slurry storage covers tend to be blown to the side due to strong winds in some areas. Some flowing covers are impractical to rearrange back as they cover deep slurry lagoons. This dramatically reduces measure’s effectiveness.

-Comply with current Welsh and UK legislation, particularly with The Water Resources (Control of Agricultural Pollution) (Wales) Regulations 2021

-Work closely with potential users and customers to collect and record their feedback

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 February 2024

End date

7 February 2025

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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

More information found in the attached briefs


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

5 January 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

5 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=136122.

(WA Ref:136122)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom