Contract

UK Hydrocarbons Monitoring Network 2025-2027

  • ENVIRONMENT AGENCY

F03: Contract award notice

Notice identifier: 2025/S 000-015510

Procurement identifier (OCID): ocds-h6vhtk-044d01 (view related notices)

Published 16 April 2025, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

ENVIRONMENT AGENCY

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Defra Group Commercial

Email

procurement@defra.gov.uk

Telephone

+44 3459335577

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

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UK Hydrocarbons Monitoring Network 2025-2027

Reference number

C28478

two.1.2) Main CPV code

  • 90731100 - Air quality management

two.1.3) Type of contract

Services

two.1.4) Short description

The networks consist of interdependent elements, split between an automatic and a non-automatic network.
The Hydrocarbon Network Operator is responsible for the management of the network of air pollution monitoring sites throughout the UK for the measurement and assessment of Benzene and volatile organic compounds at automatic sites. The operator will be responsible for upkeep, collection, analysis QA/QC and transfer of data to contractors who have responsibility for wider dissemination of the data.
The objective is to continue delivery and encompass new monitoring using automatic analysers that can measure additional hydrocarbons to align with changes to the pollution climate of the UK.

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: £2,550,513.65

two.2) Description

two.2.2) Additional CPV code(s)

  • 90731100 - Air quality management

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Monitoring contracts team within Survey, National Monitoring has been managing the UK Hydrocarbons Network contract on behalf of DEFRA since April 2016. This procurement is to replace the current contract which has been running for 6 years (1st September 2018 until 31st August 2023) with an additional 1-year extension until August 24, followed by an STA for 6 months ending 31/03/2025.
The networks consist of interdependent elements, split between an automatic and a non-automatic network.
The Hydrocarbon Network Operator is responsible for the management of the network of air pollution monitoring sites throughout the UK for the measurement and assessment of Benzene and volatile organic compounds at automatic sites. The operator will be responsible for upkeep, collection, analysis QA/QC and transfer of data to contractors who have responsibility for wider dissemination of the data.

The retender cost is for 4-year period which is a two-year contract with the option of extending for a further two years.

The objective is to continue delivery and encompass new monitoring using automatic analysers that can measure additional hydrocarbons to align with changes to the pollution climate of the UK.

two.2.5) Award criteria

Price

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • No tenders or no suitable tenders/requests to participate in response to open procedure
  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons
  • New works/services, constituting a repetition of existing works/services

Explanation:

This is a genuine STA under Regulation 32 of PCR 2015 and complies with clause 9.
Additional ground relevant to new works or services which repeat similar ones
(9) The negotiated procedure without prior publication may be used for new works and services consisting of the repetition of similar works or services entrusted to the economic operator to which the same contracting authority awarded an original contract, provided that such works or services are in conformity with a basic project for which the original contract was awarded following a procedure in accordance with regulation 26(1) and (2), 32(1) and (2).
26.—(1) When awarding public contracts, contracting authorities shall apply procedures that conform to this Part.
(2) Such contracts may be awarded only if a call for competition has been published in accordance with this Part F1..., except where regulation 32 permits contracting authorities to apply a negotiated procedure without prior publication.
32.—(2) The negotiated procedure without prior publication may be used for public works contracts, public supply contracts and public service contracts in any of the following cases:—
(a)where no tenders, no suitable tenders, no requests to participate or no suitable requests to participate have been submitted in response to an open procedure or a restricted procedure, provided that the initial conditions of the contract are not substantially altered [F1and that—
(b)where the works, supplies or services can be supplied only by a particular economic operator for any of the following reasons:— (ii)competition is absent for technical reasons, but only, in the case of paragraphs (ii) and (iii), where no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement;

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-003818


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 March 2025

five.2.2) Information about tenders

Number of tenders received: 1

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

five.2.3) Name and address of the contractor

Ricardo-AEA Ltd

The Gemini Building, Harwell, Oxfordshire

Harwell

OX11 0QR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

08229264

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £2,550,513.65

Total value of the contract/lot: £2,550,513.65


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

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.4.4) Service from which information about the review procedure may be obtained

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