Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Olubunmi Akinmade
olubunmi.akinmade@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
Noise and Statutory Nuisance – Ad-hoc Technical Support
two.1.2) Main CPV code
- 71313100 - Noise-control consultancy services
two.1.3) Type of contract
Services
two.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.
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: £1,750,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71356300 - Technical support 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
two.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.
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 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.
two.2.5) Award criteria
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 30
two.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
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: 2024/S 000-021720
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
17 December 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other 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
five.2.3) Name and address of the contractor
ACCON UK Limited
Unit B, Fronds Park Frouds Lane, Aldermaston, Reading
Reading
RG7 4LH
Telephone
+44 1189710000
Country
United Kingdom
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number
06269183
Internet address
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: £1,750,000
Total value of the contract/lot: £1,750,000
five.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 six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Body
N/A
N/A
N/A
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
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit