Contract

Provision of Support to an APHA Tier 2 National Exercise (ASPEN)

  • ANIMAL AND PLANT HEALTH AGENCY

F03: Contract award notice

Notice identifier: 2025/S 000-023454

Procurement identifier (OCID): ocds-h6vhtk-04e60d (view related notices)

Published 20 May 2025, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

ANIMAL AND PLANT HEALTH AGENCY

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Email

dgcenquiries@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

Provision of Support to an APHA Tier 2 National Exercise (ASPEN)

Reference number

C28984

two.1.2) Main CPV code

  • 98110000 - Services furnished by business, professional and specialist organisations

two.1.3) Type of contract

Services

two.1.4) Short description

The Animal and Plant Health Agency (APHA) is seeking to engage a supplier to support the production and delivery of a Tier 2 National Exercise and supporting agencies. Tier 2 National Exercises are a) led by a Lead Government Department with involvement from key stakeholders (including other departments), b) may take the form of Tabletop or Live Exercises or elements of both and c) include likely participation of COBR (Civil Contingencies Committee).

The primary purpose of the Tier 2 National Exercise will be to test the Government’s Contingency Plans and established policy, for the control of an outbreak of Foot and Mouth Disease (FMD). Its aim is not to provoke new policy developments but rather to explore current policy and the arrangements for its implementation. It will also test APHA’s operational response arrangements and expose communications, resilience and capability to
scrutiny.

The supplier will have experience of managing and delivering exercises of a similar scale. They will be expected to create and deliver an Exercise Package capable of testing the preparedness and effectiveness of Defra framework response plans, Contingency Plans for Governmental administrations and APHA Operational response plans.

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: £155,600

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

APHA has a critical role in the control and eradication of endemic and exotic notifiable and reportable diseases including responding to Outbreaks of notifiable avian disease, Foot and Mouth Disease (FMD) or swine fever.

APHA in conjunction with the Department for the Environment, Food and Rural Affairs (Defra), Welsh Government (WG), Scottish Government (SG) & Northern Ireland (NI) and their operational partners are to work in partnership to plan, prepare and deliver a Tier 2 National Exercise. The exercise will be a medium to large scale FMD Outbreak originating in
the border regions of England and Wales spreading to Scotland, Wales and Northern Ireland.

The primary purpose of the National Exercise is to test Defra’s, WG’s, SG’s and NI governments current contingency plans and established policy, for the control of an outbreak of FMD. Its aim is not to provoke new policy developments but rather to explore current policy and the arrangements for its implementation. It will also test the APHA’s operational response arrangements and expose communications, resilience and capability to
scrutiny.

A phased approach is required and summarised below. This is to ensure a level of professionalism and quality of delivery that APHA resource could not produce. It is necessary that the Contractor has experience of managing and delivering exercises of similar scale.

Phase 1 – Project Initiation & Contract Mobilisation
Phase 2 – Project Design & Exercise Planning
Phase 3 – Exercise Development & Pre-briefing
Phase 4 – Project and Exercise Delivery
Phase 5 – Project Debriefing
Phase 6 – Project Reporting & Closure

two.2.5) Award criteria

Quality criterion - Name: Technical Envelope (Including Sustainability & Social Value) / Weighting: 50%

Cost criterion - Name: Commercial Envelope / Weighting: 50%

two.2.11) Information about options

Options: Yes

Description of options

The Authority may extend the Contract for a period of up to 6 months’ by
giving not less than 1 months’ notice in writing to the Supplier prior to the
Expiry Date. The terms and conditions of the Contract shall apply throughout
any such extended period

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

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-006592


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

20 May 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

RAB Consultants Ltd.

Cathedral House, Second Floor, Beacon Street

Lichfield

WS13 7AA

Telephone

+44 7753730886

Country

United Kingdom

NUTS code
  • UK - United Kingdom
National registration number

5799647

Internet address

https://rabconsultants.co.uk/

The contractor is an SME

Yes

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

Initial estimated total value of the contract/lot: £220,000

Total value of the contract/lot: £155,600


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

ANIMAL AND PLANT HEALTH AGENCY

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Country

United Kingdom

Internet address

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