Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Noise and Statutory Nuisance – Ad-hoc Technical Support

  • First published: 19 December 2024
  • Last modified: 19 December 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-047d84
Published by:
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Authority ID:
AA85878
Publication date:
19 December 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71318100 Artificial and natural lighting engineering services for buildings Advisory and consultative engineering services
90742400 Noise pollution advisory services Services related to noise pollution
71313100 Noise-control consultancy services Environmental engineering consultancy services
71356300 Technical support services Technical services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
olubunmi.akinmade@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.