South East Electrical Services Framework
The 5-year full framework term is proposed in order to align the framework with the Agency’s 5 year electrical testing and inspection frequency.
United Kingdom-Worthing: Electrical services
2016/S 046-076300
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Environment Agency
Guildbourne House, Chatsworth Road
For the attention of: Mr Michael Feest
BN11 1LD Worthing
UNITED KINGDOM
Telephone: +44 1903832033
E-mail: michael.feest@environment-agency.gov.uk
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/environment-agency
Electronic access to information: https://www.sell2ea.com
Electronic submission of tenders and requests to participate: https://www.sell2ea.com
Further information can be obtained from: Environment Agency
https://www.sell2ea.com (A6EJ-QYPZBU)
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Environment Agency
https://www.sell2ea.com (A6EJ-QYPZBU)
UNITED KINGDOM
Tenders or requests to participate must be sent to: Environment Agency
https://www.sell2ea.com (A6EJ-QYPZBU)
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Please refer to Section VI.3)
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: The 5-year full framework term is proposed in order to align the framework with the Agency’s 5 year electrical testing and inspection frequency, and so enable compliance with Institute of Engineering and Technology wiring regulations and guidance.
This will also enable (in the event of the full extension period being exercised) all of the Agency’s electrical assets within the framework’s Principal Contract Area to have been tested and documented on a consistent basis.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 200 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The South East Electrical Services Framework is intended to primarily cover:
— requirements for the periodic inspection and testing of fixed electrical installations and completion of remedial works if required;
— requirements for works on fixed installations including new electrical installations, refurbishments, alterations, additions and repairs; and
— remedial works on sites identified by third-party periodic inspection and testing contractors.
A general (but not exhaustive) description of typical sites is summarised below:
— Lock sites with navigation locks, lock offices, mess rooms, and toilet/sanitary facilities; associated structures with sluice gates controlled by a motor and gear box and associated control devices;
— Flood defence structures with sluice gates controlled by a motor and gear box or hydraulically operated and associated control devices;
— Pumping stations comprising electrically driven, associated control panels, general purpose lighting and power;
— River gauging stations generally comprising small lighting and power together with frost protection heating;
— Small bore hole sites generally comprising a three phase pump and control equipment together with small lighting and power; and
— Other sites including offices, workshops and depots.
Main place of performance: Predominantly south east England, including but not limited to: Berkshire, Gloucestershire, Oxfordshire, Wiltshire, Buckinghamshire, Hertfordshire, Bedfordshire, Essex, London and Greater London, Kent, Surrey, Sussex, Hampshire and the Isle of Wight.
II.1.6)Common procurement vocabulary (CPV)
71314100, 45310000, 50116100, 51110000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The South East Electrical Services Framework is intended to primarily cover:
— requirements for the periodic inspection and testing of fixed electrical installations and completion of remedial works if required;
— requirements for works on fixed installations including new electrical installations, refurbishments, alterations, additions and repairs; and
— remedial works on sites identified by third-party periodic inspection and testing contractors.
A general (but not exhaustive) description of typical sites is summarised below:
— Lock sites with navigation locks, lock offices, mess rooms, and toilet/sanitary facilities; associated structures with sluice gates controlled by a motor and gear box and associated control devices;
— Flood defence structures with sluice gates controlled by a motor and gear box or hydraulically operated and associated control devices;
— Pumping stations comprising electrically driven, associated control panels, general purpose lighting and power;
— River gauging stations generally comprising small lighting and power together with frost protection heating;
— Small bore hole sites generally comprising a three phase pump and control equipment together with small lighting and power; and
— Other sites including offices, workshops and depots.
Main place of performance: Predominantly south east England, including but not limited to: Berkshire, Gloucestershire, Oxfordshire, Wiltshire, Buckinghamshire, Hertfordshire, Bedfordshire, Essex, London and Greater London, Kent, Surrey, Sussex, Hampshire and the Isle of Wight.
Estimated value excluding VAT:
Range: between 1 200 000 and 2 000 000 GBP
II.2.2)Information about options
Description of these options: The framework will be awarded for an initial period of 2 years with options to extend, at the Environment Agency’s discretion, for up to a further 3 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Contracts terms as specified in the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the tender documentation.
Minimum level(s) of standards possibly required:
As detailed in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 5 years.
VI.2)Information about European Union funds
VI.3)Additional information
Please Note: This framework is being procured under the Public Contracts Regulations 2015. In relation to IV.1), the type of procedure is the ‘competitive procedure with negotiation’ (regulation 29). However, the Agency may award the framework on the basis of the initial tenders without negotiation, and reserves the possibility of doing so in accordance with regulation 29(15).- — – — – – Please Note: This exercise shall be conducted using ProContract: the Environment Agency’s eSourcing portal provided by Due North. Candidates shall only be considered by registering their expression of interest on our portal at www.sell2ea.com.- — – — – – Guidance: Click on the ‘Supplier’s Area’ link and then Register Free on the portal. Log in to the portal with the username/password then find this opportunity in the Search Latest Opportunities area and click on the relevant hyperlink relating to this contract. Those published in this area are opportunities open to any registered supplier. Once in the opportunity click the Register Interest button at the bottom of the page. This will then inform the buyer that you have registered an interest and you will receive confirmation of this via a system generated e-mail. Expressions of Interest sent directly to the contact person placing this notice will not be considered and shall not be responded to. You may contact this person for advice for information regarding the contracting opportunity but for all portal issues click on the Support area on the supplier registration page.- — – — – – Please Note: The deadline for the Selection Stage is 2 pm on 5.4.2016. Suppliers must submit their completed ‘Selection Stage Response Form’ by 2 pm on 5.4.2016 accordingly.- — – — – – Right To Cancel: The Environment Agency reserves the right to discontinue the procurement process at any time, which shall include the right not to award a framework or contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the framework or contract in part, or to call for new tenders should it consider this necessary.- — – — – – The Environment Agency shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender.- — – — — Other Contracting Authorities: This framework is primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder(s) to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food & Rural Affairs, and to its associated bodies including any Agencies and non departmental public bodies and others (the Defra Group). The Agency may also require the provision of the goods/services to members of the aforementioned Defra Group via the Environment Agency, rather than directly. A full list of the Defra Group can be found at:https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs The successful bidder(s) may also be required to provide the services to local authorities in England and Wales. A full list maybe found at:http://local.direct.gov.uk/Data/. Similarly, the successful bidder(s) may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, Natural Resources Wales, Forestry Commission Scotland, or Forestry Service Northern Ireland. The successful bidder(s) may also be required to provide the services to Central Government departments, executive agencies and other NDPBs. Full lists can be found at: https://www.gov.uk/government/organisations and https://www.gov.uk/government/publications/public-bodies-2014
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: