Mobile Plant Construction Work for Environment Agency
26410 provision of low loader service for the Anglian region.
UK-Solihull: mobile plant construction work
2012/S 82-134437
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Environment Agency
Sapphire East, 550 Streetsbrook Road
For the attention of: Steven Williams
B91 1QT Solihull
UNITED KINGDOM
Telephone: +44 1217115954
E-mail: steven.williams@environment-agency.gov.uk
Fax: +44 1217115827
Internet address(es):
General address of the contracting authority: www.environment-agency.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
26410 provision of low loader service for the Anglian region
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Rental
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
The notice involves a public contract
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 300 000 and 450 000 GBP
II.1.5)Short description of the contract or purchase(s)
This contract relates to Low Loader plant movement of the Environment Agencys owned plant around the Anglian Region. The operations delivery business function of the Environment Agency, are only able to move their own plant items up to a weight of 10 tonnes.
The Environment Agency has items of plant in excess of this weight and in order to meet operational needs, require frequent movements, sometimes on a daily basis. On occasions there is a need for bulky or large items of materials that require movement beyond the capacity of our HGV lorries.
In addition to the use of low loaders by operations delivery, the fleet operations department, who control all Environment Agency owned fleet and plant, also make ad-hoc use of low-loaders to transport plant to and from Environment Agency auction houses, dealers, other areas and other regions.
II.1.6)Common procurement vocabulary (CPV)
45252110, 60181000, 60000000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 300 000 and 450 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Evidence of economic and financial standing and technical competence will be required, each application will be sent a questionnaire.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
26410
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.5.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Right to Cancel, always.
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 Authorities Involved, if applicable.
This contract, framework is primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder or bidders to provide the goods, services on the same terms that are agreed as a result of this tender to the Department of the environment, food and rural affairs, and to its associated bodies including any Agencies and non departmental public bodies. A full list can be found at:
www.archive.defra.gov.uk
Similarly the contractor may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, the Welsh Assembly Government, including its Agencies, and the Forestry Commission, including its Executive Agencies.
On Tuesday 29.11.2011 John Griffiths AM, Welsh Government Minister for the Environment and Sustainable Development, announced that he will create a Single Environment Body SEB for Wales, the vesting date is 1.4.13. This framework or contract will be available for use by the SEB from this date, however, the Environment Agency acknowledges that the SEB may set up their own arrangements in future.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:24.4.2012