Environment Agency South East Minor Works Framework
The Framework’s 4 distinct lots cover the types of services and works falling under the following categories:
1. River Maintenance and Vegetation Management including incident response at both 12-hours and 24-hours notice to support the Environment Agency.
United Kingdom-Reading: Repair and maintenance services
2016/S 162-293155
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Environment Agency
Kings Meadow House, Kings Meadow Road
For the attention of: Ms Julie Robins
RG1 8DQ Reading
United Kingdom
Telephone: +44 2030258747
E-mail: julie.robins@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
Kings Meadow House, Kings Meadow Road
For the attention of: Ms Julie Robins
RG1 8DQ Reading
United Kingdom
Telephone: +44 2030258747
E-mail: julie.robins@environment-agency.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Environment Agency
Kings Meadow House, Kings Meadow Road
For the attention of: Ms Julie Robins
RG1 8DQ Reading
United Kingdom
Telephone: +44 2030258747
E-mail: julie.robins@environment-agency.gov.uk
Tenders or requests to participate must be sent to: Environment Agency
Kings Meadow House, Kings Meadow Road
For the attention of: Ms Julie Robins
RG1 8DQ Reading
United Kingdom
Telephone: +44 2030258747
E-mail: julie.robins@environment-agency.gov.uk
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 see VI.3) Additional information
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 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 18
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 25 000 000 and 35 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Environment Agency is intending to select framework contractors to undertake the works detailed in the Specification for the Minor Works Framework across the South East of England — this incorporates the Agency’s geographical areas of Herts and North London, West Thames, Solent and South Downs, and Kent and South London.
Suppliers for each lot will be required to service the whole of the Environment Agency’s South East region for that Lot, covering the 4 geographical areas.
The Framework will be split into 4 distinct ‘Lots’, reflecting different areas of work. Suppliers are able to apply for any number of lots. Any suppliers applying for more than 1 lot must detail how they will be able to manage to cover simultaneously each lot applied for.
The framework’s 4 distinct lots cover the types of services and works falling under the following categories:
1. River Maintenance and Vegetation Management including incident response at both 12-hours and 24-hours notice to support the Environment Agency,
2. Civil Construction, Maintenance, Design and Build including associated M&E and Early Supplier Engagement,
3. Design, Manufacture and Installation of Fabricated Steel, aluminium structures and other works and Maintenance,
4. River Restoration and associated works.
Please note that under lot 2 (Civils works) 87 % of the works tendered under the current Minor Works Framework were of a value of 50 000 GBP or less. Therefore, whilst there may be some larger value works tendered under this lot, the majority of the works are anticipated to be of a similar value, and therefore the supplier profile we are targeting for this lot are those suppliers who are keen to undertake works valued at 50 000 GBP or less.
For lots 1, 3, and 4, more than 80 % of the works awarded under these lots were at a value of 25 000 GBP and under, and therefore the Environment Agency is, in the main, looking for suppliers who want to bid for and provide works of this value level.
The services are to be delivered primarily in South East England, to cover the Environment Agency Areas listed below. However, this does not preclude the service covering other Areas on an ad-hoc basis, or as otherwise required:
— Kent and South London (KSL);
— Solent and South Downs (SSD);
— West Thames (WT);
— Hertfordshire and North London (HNL).
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 will be a multiple supplier framework with provision for the projects under each lot to be competitively tendered at individual project call off level.
It is envisaged that the framework will be awarded on the basis of the following number of suppliers:
Lot 1: 4 suppliers;
Lot 2: 6 suppliers;
Lot 3: 4 suppliers;
Lot 4: 4 suppliers.
II.1.6)Common procurement vocabulary (CPV)
50000000, 44000000, 45000000, 51000000, 71000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The framework’s 4 distinct lots cover the types of services and works falling under the following categories:
1. River Maintenance and Vegetation Management including incident response at both 12-hours and 24-hours notice to support the Environment Agency,
2. Civil Construction, Maintenance, Design and Build including associated M&E and Early Supplier Engagement,
3. Design, Manufacture and Installation of Fabricated Steel, aluminium structures and other works and Maintenance,
4. River Restoration and associated works.
The services are to be delivered primarily in South East England, to cover the Environment Agency Areas listed below. However, this does not preclude the service covering other Areas on an ad-hoc basis, or as otherwise required:
— Kent and South London (KSL);
— Solent and South Downs (SSD);
— West Thames (WT);
— Hertfordshire and North London (HNL).
Estimated value excluding VAT:
Range: between 25 000 000 and 35 000 000 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 2 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.1.1)Deposits and guarantees required:
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: Contract 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.3.7)Minimum time frame during which the tenderer must maintain the tender
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: 4 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 a two stage, two system approach: organisations wishing to pursue this opportunity should complete the questions and submit your response at this Supplier Selection Criteria (SSC) stage through the ProContract system (www.sell2ea.com). The information you provide will enable us to select suppliers who are eligible for the next stage in the procurement process. Please note that companies who are successful in progressing through to the Invitation to Tender stage will be required to register and submit their Invitation to Tender responses on the Environment Agency’s new e-tendering system, ‘Bravo’.
Guidance on Procontract: 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 framework. 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 your interest and you will receive confirmation of this via a system generated email. 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 or 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 14:00 on 21.9.2016. Suppliers must submit their completed ‘Selection Stage Response Form’ by 14:00 on 21.9.016 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 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(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 and 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 may be found athttp://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:
Related Posts
Oxfordshire County Council Arboricultural Services Framework
Sustainable Resource Management in Wales
Climate Change and Trading Regulatory Services Framework
Archaeological Works Tender Package Lincolnshire