Marine and Coastal Works Framework – Environment Agency
Lot 1: Major Marine and Coastal works – project values 5 000 000 GBP to 50 000 000 GBP, Lot 2: General Marine and Coastal works – project values under 5 000 000 GBP.
United Kingdom-London: Engineering services
2018/S 160-366164
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Seacole Block, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact person: LouiseVincent
Telephone: +44 2030256089
E-mail: NGSA2019@environment-agency.gov.uk
NUTS code: UK
Address of the buyer profile: www.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:
Marine and Coastal Works Framework (MCF)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Environment Agency is seeking Marine and Coastal suppliers to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for marine and coastal flood risk management defence assets (both fixed and active) that delivers sustainable, best value outcomes.
— Lot 1: Major Marine and Coastal works – project values 5 000 000 GBP to 50 000 000 GBP,
— Lot 2: General Marine and Coastal works – project values under 5 000 000 GBP.
Both lots will have national coverage. Further detail is available in the Selection Questionnaire.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Major Marine and Coastal works (Project values 5 000 000 GBP-50 000 000 GBP)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
National
II.2.4)Description of the procurement:
The Environment Agency is seeking suppliers to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of investment and improvement works for major (5 000 000 GBP-50 000 000 GBP project value) marine and coastal flood risk management assets that delivers sustainable, best value outcomes nationally.
The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.
Working with the Environment Agency as part of the Marine and Coastal Works Framework, it is anticipated that the contractor’s role may include (but is not limited to):
Delivery of — works for Marine and Coastal assets which may include (but is not limited to):
— asset replacement, refurbishment, and capital maintenance works,
— design and consultancy services,
— site investigation
— engineering surveys and other investigations,
— environmental and engineering design of works,
— environmental assessment,
— design of public amenity and environmental enhancements,
— computational modelling,
— incident management support,
— programme and schedule management,
— project management,
— project execution,
— spend forecasting,
— supply chain management,
— commercial management,
— risk management,
— safety management,
— quality control, and
— document and data management,
— construction engineering works.
At the Environment Agency’s option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) operation and maintenance services for coastal and marine assets falling within the Environment Agency Programme.
The form of contracts used under the framework between the Environment Agency and suppliers will be based on the NEC4 Framework Contract, and call off contracts based on NEC4 Professional Services Contract, and Engineering Construction Contract. Further information regarding the scope of the Marine and Coastal Works Framework is set out in the Selection Questionnaire and Invitation to Tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Further detail available in the Selection Questionnaire documents.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
N/A
II.2.14)Additional information
The framework itself is not subject to European Union funding, but it is possible that some Works and Services called off under the arrangement may receive European Union funding.
II.2.1)Title:
General Marine and Coastal Works (Project value <5 000 000 GBP)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
National
II.2.4)Description of the procurement:
The Environment Agency is seeking suppliers to work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for General (<5 000 000 GBP project value) marine and coastal flood risk management assets that delivers sustainable, best value outcomes nationally.
The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.
Working with the Environment Agency as part of the Marine and Coastal Works Framework, it is anticipated that the contractors role may include (but is not limited to):
— asset replacement, refurbishment, and capital maintenance works,
— site investigations,
— construction engineering works,
— incident management support,
— inland waterways requiring specialist equipment
— design and consultancy services,
— engineering surveys and other investigations,
— environmental and engineering design of works,
— environmental assessment,
— design and implementation of public amenity and environmental enhancements,
— programme and schedule management,
— project management,
— project execution,
— spend forecasting,
— supply chain management,
— commercial management,
— risk management,
— safety management,
— quality control, and
— document and data management
At the Environment Agency’s option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) operation and maintenance services for the marine and coastal assets falling within the Environment Agency Programme.
The form of contracts used under the framework between the Environment Agency and suppliers will be based on the NEC4 Framework Contract, and call off contracts based on NEC4 Professional Services Contract, and Engineering Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role. Further information regarding the scope of the Marine and Coastal Framework is set out in the Selection Questionnaire and Invitation to Tender documents.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Further detail available in the Selection Questionnaire.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Framework itself is not subject to European Union funding, but it is possible that some Works and Services
Called off under the arrangement may receive European Union funding.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Environment Agency is open to receiving Expressions of Interest from Consortia, Joint Ventures, Strategic Alliances and other such arrangements, however, we would require such organisations to form a single legal entity to contract with prior to the award of the contract. For the avoidance of doubt the Environment Agency does not require a legal entity to be formed for the purposes of tendering.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
N/A
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
VI.2)Information about electronic workflows
VI.3)Additional information:
Submission of expressions of interest and procurement specific information: This exercise shall be conducted using the Environment Agency’s eSourcing portal provided by Bravo Solutions. Candidates shall only be considered by registering their expression of interest on our portal at www.defra.bravosolutions.co.uk
— Click on the “register now” link and then Register Free on the portal. Login 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.
Requests to participate must be made by completing and returning a selection questionnaire by the date and time specified in Section IV.2.2 and in accordance with the instructions set out in the selection questionnaire.
Completed selection questionnaires submitted after the deadline may not be considered. The selection questionnaire will be made available to potential providers who have registered their interest.
Section IV.2.3: The date for issue of invitation to tender documents is provisional and may be subject to change.
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 contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, or to call for new tenders should it consider this necessary.
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 Environment 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.
Details may be found at: https://www.gov.uk/find-local-council
The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England and Wales. A full list may be found at:
http://www.ada.org.uk/member_type/idbs/
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
https://www.gov.uk/government/collections/public-bodies
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
Environment Agency
Bristol
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar days 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 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 one 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.
VI.5)Date of dispatch of this notice: