Award

Specialist Science and Contingency Services

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-009686

Procurement identifier (OCID): ocds-h6vhtk-04ede8

Published 17 March 2025, 2:20pm



Section one: Contracting authority/entity

one.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Leonie Cormac

Email

sscs@defra.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Specialist Science and Contingency Services

Reference number

C24955

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This notice is for information only and is not a call for competition. Defra would like to notify their intention to directly award a service contract for Specialist Science and Contingency Services having identified no alternative provider, through extensive market engagement, with the capability and capacity to deliver the services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £345,710,030

two.2) Description

two.2.2) Additional CPV code(s)

  • 73111000 - Research laboratory services
  • 90721000 - Environmental safety services
  • 90712400 - Natural resources management or conservation strategy planning services
  • 90721300 - Food or feed contamination protection services
  • 80000000 - Education and training services
  • 90721800 - Natural risks or hazards protection services
  • 73200000 - Research and development consultancy services
  • 90721400 - Genetic resources protection services
  • 79311300 - Survey analysis services
  • 90715000 - Pollution investigation services
  • 90720000 - Environmental protection
  • 90721700 - Endangered species protection services
  • 73100000 - Research and experimental development services
  • 90711500 - Environmental monitoring other than for construction
  • 85200000 - Veterinary services
  • 73112000 - Marine research services
  • 90712300 - Marine conservation strategy planning
  • 73110000 - Research services
  • 90722000 - Environmental rehabilitation

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

The existing Long Term Service Agreement framework will expire 31 March 2025. Defra sought a replacement commercial arrangement to provide critical scientific evidence and contingency services to support its policy making and operational responsibilities including emergency response capabilities in relation to food and the environment. The contract is also used by other government departments, including but not limited to the Food Standards Agency and the Home Office. The supplier has the ability to deliver reliable, high-quality business and scientific services competitively; well-proven transition and transformational capabilities within challenging timeframes; and possesses a vision and commitment to enhance relevant scientific capability
into the future. The seamless continuation of services is essential due to statutory requirements, and Defra therefore must have a supplier that has the required capabilities in place within the timescales outlined.
The contract is awarded for an initial period of five years and has the option to extend for an additional five years (+2+1+1+1).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 45

Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Price / Weighting: 45

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated without a prior call for competition

  • The works, supplies or services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

Defra intends to direct award a contract using the negotiated procedure without prior publication, in accordance with Regulation 32(2)(b)(ii) (competition absent for technical reasons) of the Public Contracts Regulations 2015.

The current contract will expire on 31 March 2025 and this contract must be made to ensure critical statutory specialist science and contingency services continue to be provided. This contract will be awarded to Fera Science Limited for the provision of specialist science and contingency services.

To inform its decision-making, Defra has undertaken three rounds of market engagement with interested suppliers. Before each round, it has published a prior information notice (PIN), ensuring that all interested suppliers are aware of the re-procurement and have had the opportunity to express interest and provide evidence of their capacity and capabilities to perform all or part of the services. Three elements of the specification were identified:

(a) those aspects where there is no competition, eg, those parts of the specification that relate to the required specialist facilities for this contract;
(b) those parts where there may be genuine competition.
(c) those parts where competitors have expressed an interest in supplying all or part of the requirement, but have not provided sufficient information when requested to establish that they have, or could develop in the time available, the necessary capacity or capability.

In relation to (b) there are some services for Government Departments, FSA, HSE, Welsh Government and DAERA where reasonable alternatives in the market were identified, as such, those services have been disaggregated and those respective Departments will identify a route to market outside of this contract. Some research and development requirements that are not related to (a), will be procured through Defra’s existing RDE Framework or such other route to market. As such these services no longer form part of the specification for this contract.

In relation to (a) and (c), the market engagement has identified that currently there is no candidate who is able to deliver the requirements of the specification and competition is absent for technical reasons.

As such this contract will be awarded by direct award in accordance with Regulation 32(2)(b)(ii).

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

17 March 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

Fera Science Ltd

York Bio Tech Campus, Sand Hutton, York, North Yorkshire.

York

YO41 1LZ

Email

tracker@fera.co.uk

Telephone

+44 1904462000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

9413107

Internet address

www.fera.co.uk

The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £345,710,030


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

HIGH COURT ROYAL COURTS OF JUSTICE

London

The Strand

WC2A 2LL

Country

United Kingdom

Internet address

www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice