Contract

Noise and Statutory Nuisance – Ad-hoc Technical Support

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

F03: Contract award notice

Notice identifier: 2024/S 000-040660

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

Published 17 December 2024, 4:08pm



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

Email

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

www.accon-uk.com

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

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