Diving Services Framework – Environment Agency
The Environment Agency is seeking the provision of diving services to complete both planned preventative maintenance and reactive diving works for a number of Environment Agency assets.
United Kingdom-Bristol: Diving services
2019/S 225-552069
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Horizon House
Town: Bristol
NUTS code: UK
Postal code: BS1 5AH
Country: United Kingdom
Contact person: Eunice Kuyinu
E-mail: Eunice.Kuyinu@environment-agency.gov.uk
Telephone: +44 2080247594
Address of the buyer profile: https://www.gov.uk/government/organisations/environment-agency
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
1200000
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
1200000
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Environment Agency is seeking the provision of diving services to complete both planned preventative maintenance (PPM) and reactive diving works for a number of Environment Agency assets, including locks, weirs and bridges within its Thames Area and with a possible requirement for working in other Environment Agency areas as and when required. PPM work comprises sub-surface inspections of a variety of structures and producing comprehensive written reports, as well as scheduled component replacement. Reactive works are generated by PPM inspection findings, as well as additional construction works requested by Environment Agency areas and departments.
Environment Agency assets in Thames Area which require routine diving operations are mainly located along the River Thames, the upper half flowing from St John’s Lock to Hurley Lock and the lower half from Temple Lock to Teddington Lock. Further assets are found on the Rivers Wey, Kennet, Loddon, Ray, Wolvercote and on the Jubilee River. All rivers stated are non-tidal, with the exception of Teddington Lock site on the River Thames. The diving teams will predominantly be working on inland rivers and reservoirs, with an infrequent requirement to work on our coastal defenses.
Use of this framework may also be offered to the Department of the Environment, Food and Rural Affairs (Defra) and to its associated bodies including any agencies and non departmental public bodies.
As such, any indicative volumes or estimated framework values may be subject to change.
The framework is intended to be awarded to a single supplier.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Provision of diving services for the Thames Area.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Every 4 years.
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 Open Procedure Regulation 29.
Please note: this exercise shall be conducted using a 2-stage approach:- organisations wishing to pursue this opportunity should complete the questions and submit your response to the supplier selection criteria (SSC) and award stage question through
The Bravo Portal system(www.bravosolution.co.uk).
The objective of the selection stage is to evaluate responses in accordance with regulations 57 and 58 of the Public Contracts Regulations 2015. Completion of this section is mandatory. Any tenderer that fails one of the mandatory criteria set out in the specification will not progressed to be evaluated at the award stage.
Selection stage questions are listed under the qualification envelope. Most of the questions are ‘pass/fail’ questions. If you do not answer any of these questions appropriately, we will reject your application in full and will not evaluate any further questions and you will not be eligible to have your tender assessed at the award stage.
Please ensure you complete and submit the on-line qualification envelope forms within Bravo.
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 a 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 to provide the services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs and 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 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-forenvironment-Food-rural-affairs The successful bidder 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 may be required to supply and 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
VI.4.1)Review body
Postal address: Horizon House
Town: Bristol
Postal code: BS1 5AH
Country: United Kingdom
VI.5)Date of dispatch of this notice: