Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Olubunmi Akinmade
Telephone: +44 3459335577
E-mail: olubunmi.akinmade@defra.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Address of the buyer profile: https://defra-family.force.com/s/Welcome
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
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Noise and Statutory Nuisance – Ad-hoc Technical Support
II.1.2) Main CPV code
71313100
II.1.3) Type of contract
Services
II.1.4) Short description
This is the re-procurement of Defra's contractual arrangement for the provision of ad hoc timely, high quality, specialist technical input to the Authority’s Noise and Statutory Nuisance Policy and Evidence Teams.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 750 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71356300
71318100
90742400
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The re-procurement of the provision of ad hoc timely, high quality, specialist technical input to the Authority’s Noise and Statutory Nuisance Policy and Evidence Teams. There are no guarantees of any minimum level of work over the contract duration. Tasks under the contract will be confirmed on an ad hoc basis through Work Orders.<br/><br/>The scope of requirement covers technical and legislative information, analysis, research, policy-attuned appraisal and advice, modelling, information about practical implementation of policies and procedures, economic appraisal or any other related support on noise and vibration, all statutory nuisances, artificial light pollution and policy areas with significant synergies, e.g. air quality.<br/><br/>Essential areas of expertise the Contractor (and/or their supply chain) will possess include road and rail traffic and aviation, light, odour, and smoke.<br/><br/>Other areas of expertise the Contractor (and/or their supply chain) will possess are environmental vibration, air source heat pump noise, low frequency noise,<br/>insects, and dust, among others.<br/><br/>The initial contract term will be four (4) years commencing on 06/01/2025, to 05/01/2029 with an option to extend for up to a further three (3) years in twelve (12) months, to 05/01/2032.
II.2.5) Award criteria
Quality criterion: Sustainability
/ Weighting: 10
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
Option to extend up to a further thirty-six (36) months resulting in contract expiry date of 05/01/32 if enacted
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
2024/S 000-021720
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/12/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ACCON UK Limited
06269183
Unit B, Fronds Park Frouds Lane, Aldermaston, Reading
Reading
RG7 4LH
UK
Telephone: +44 1189710000
NUTS: UKJ1
Internet address(es)
URL: www.accon-uk.com
The contractor is an SME:
Yes
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:
: 1 750 000.00
GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 15 %
Short description of the part of the contract to be subcontracted:
The provision of technical expertise in some Essential Areas and Additional Areas as listed in the Specification of the Requirement. The subcontractor will also be involved in technical review of key deliverables
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.4) Service from which information about the review procedure may be obtained
Public Procurement Review Body
N/A
N/A
N/A
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
17/12/2024