Tender

Noise and Statutory Nuisance – Ad-hoc Technical Support

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2024/S 000-021720

Procurement identifier (OCID): ocds-h6vhtk-047d84

Published 15 July 2024, 4:10pm



The closing date and time has been changed to:

23 September 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Olubunmi Akinmade

Email

olubunmi.akinmade@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.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

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

Noise and Statutory Nuisance – Ad-hoc Technical Support

two.1.2) Main CPV code

  • 71356300 - Technical support services

two.1.3) Type of contract

Services

two.1.4) Short description

Defra is seeking to re-procure its 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. 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.

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.

Essential areas of expertise the Contractor (and/or their supply chain) will possess include road and rail traffic and aviation, light, odour, and smoke.

Other areas of expertise the Contractor (and/or their supply chain) will possess are environmental vibration, air source heat pump noise, low frequency noise,
insects, and dust, among others.

The initial contract term will be four (4) years with an option to extend for up to a further three (3) years in twelve (12) months.

two.1.5) Estimated total value

Value excluding VAT: £1,750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71313100 - Noise-control consultancy services
  • 71318100 - Artificial and natural lighting engineering services for buildings
  • 90742400 - Noise pollution advisory services

two.2.3) Place of performance

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

U.K.

two.2.4) Description of the procurement

Defra is seeking to re-procure its 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. 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.

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.

Essential areas of expertise the Contractor (and/or their supply chain) will possess include road and rail traffic and aviation, light, odour, and smoke.

Other areas of expertise the Contractor (and/or their supply chain) will possess are environmental vibration, air source heat pump noise, low frequency noise,
insects, and dust, among others.

The initial contract term will be four (4) years with an option to extend for up to a further three (3) years in twelve (12) months.

two.2.5) Award criteria

Quality criterion - Name: Sustainability / Weighting: 10

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,750,000

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

Start date

20 December 2024

End date

19 December 2028

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

May be extended for additional periods up to a maximum period of three (3) years bringing the total contract period to seven (7) years

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome

Any questions, requests to participate or tender submissions must be submitted electronically via this portal.

If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support@Atamis.co.uk or phone Tel: 029 2279 0052


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Originally published as:

Date

16 September 2024

Local time

12:00pm

Changed to:

Date

23 September 2024

Local time

12:00pm

See the change notice.

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 September 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Likely to be seven months before the extension term expires which is 20/06/31

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

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