Environment Agency Ecological Services Framework 3
The Environment Agency and DEFRA bodies are sourcing suppliers for a multi-lot, multi supplier ecology services Framework.
United Kingdom-Bristol: Environmental management
2018/S 228-521850
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Horizon House, Deanery Road
Bristol
BS1 5AH
United Kingdom
Contact person: Alicia Simms
Telephone: +44 2030254048
E-mail: alicia.simms@environment-agency.gov.uk
NUTS code: UK
Address of the buyer profile: https://defra.bravosolution.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Ecological Services Framework 3 (EcoSF3)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Environment Agency and DEFRA bodies are sourcing suppliers for a multi-lot, multi supplier ecology services framework.
II.1.6)Information about lots
II.2.1)Title:
Algal Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England.
II.2.4)Description of the procurement:
Work under lot 1 covers services relating to all freshwater algology work on a national UK delivery basis. This includes but is not limited to contracts covering benthic diatom, freshwater phytoplankton, nuisance phytoplankton and macro-algal work. This work is needed to cover monitoring required for international, national and local drivers, as well as local investigatory and regulatory and statutory needs.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewals will be based on organisational requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Macroinvertebrate Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Work under lot 2 covers services relating to all freshwater macroinvertebrate work. This includes but is not limited to contracts involving macroinvertebrates in both rivers and lakes, and the Chironomidae Pupal Exuviae Technique (CPET). This work is needed to cover monitoring required for international, national and local drivers, as well as local investigatory and regulatory needs. Activities under lot 2 include, national and local drivers, as well as local investigatory and regulatory and statutory needs.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewals will be based on organisational requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Protected Species and Invasive Non-Native Species
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 3 will be used to procure surveys, reports and advice for protected species and INNS associated with the delivery of Environment Agency (EA) flood risk projects and habitat enhancement projects. These projects will mostly be of an aquatic/riparian nature, including work in and adjacent to rivers, lakes and wetlands. As such, we require that suppliers offering these services are able to demonstrate applied knowledge of the EA regulatory and operational role, and that suppliers are able to demonstrate applied knowledge of providing the services detailed below for rivers, lakes and wetlands. Natural England (NE) may use this Lot to procure surveys to inform designated site strategies, as part of designated sites monitoring work, to develop plans for the new nature recovery network, to inform possible enforcement action and partnership project working.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewals will be based on organisational requirements.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
River Restoration, Habitat Creation and Fish Passage Design
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Lot 4 is designed to allow Environment Agency and Natural England staff to supplement our in-house expertise on using natural processes to manage and restore rivers and habitats, with the additional resource and expertise that external suppliers can offer. In particular Lot 4 focuses upon the supply of river restoration, habitat creation and fish passage design expertise. We seek bids from contractors who are able to use these skills to help us understand the natural functioning of the water environment through survey and assessment work, and to help us understand and design the most effective way to deliver projects that improve natural geomorphological, hydrological and ecological processes for the purposes of reducing flood risk, restoring habitats and improving fish passage. We want suppliers to demonstrate the ability to work at the strategic catchment scale as well as the local.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewals will be based on organisational requirements.
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
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
Re-procurement will be based on organisational needs with the aim of commencing 12 months prior to expiry of current provision.
VI.2)Information about electronic workflows
VI.3)Additional information:
The framework is primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). A full list of the Defra Group can be found at: https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs
The Environment Agency expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award 1 or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) to award a contract(s) in stages.
In no circumstances will the Environment Agency be liable for any costs incurred by the Applicants/Tenderers and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.
VI.4.1)Review body
Various
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification(minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period”.
VI.5)Date of dispatch of this notice: