National Angling Strategic Services Phase 2 – Environment Agency
We are advertising for a contract covering a range of angling related work to complement our own fisheries activities.
United Kingdom-Warrington: Environmental protection
2018/S 153-351249
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Richard Fairclough House, Knutsford Road, Latchford
Warrington
WA4 1HT
United Kingdom
Contact person: Mrs Dorothy Holding
Telephone: +44 2030250551
E-mail: dorothy.holding@environment-agency.gov.uk
NUTS code: UK
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
National Angling Strategic Services Phase 2
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
We are advertising for a contract covering a range of angling related work to complement our own fisheries activities. There are three important considerations for potential tenderers:
1) That any interested supplier has the required skills and knowledge to deliver the contract;
2) That the submission contains a plan of action which meets our specification;
3) That the tender is competitively costed and we expect the potential providers to show an appetite and evidence for continuous improvement throughout the contract term.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Angling participation leading to a growth in the sport and licence sales
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England
II.2.4)Description of the procurement:
To provide a coaching programme and develop/implement plans to boost involvement in angling. Increase the number of active anglers and address the decline in rod licence sales (by contributing to getting at least 1 000 000 licensed anglers in England)
Coordinate professionally organised events, which comply with licencing, safeguarding and H&S needs.
Working with others to secure, at least 25 % match funding, significant volunteering efforts and social, health and well-being benefits
Raise the awareness of angling and address known blockers for people (where to go, when to go, who to go with and how to fish). Ensuring work conforms with Cabinet office marketing exemption. Suggested lower value of Lot 1: 750 000 GBP, upper value of Lot 1: 1 800 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 24 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Angling Engagement and Advice (including predation prevention)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England
II.2.4)Description of the procurement:
To provide information mainly through a programme of meetings which allow effective communication and consultation between anglers, Environment agency staff and other interested parties and to provide fishery owners, managers and anglers with effective advice and information on priority issues faced. The service results in greater awareness of the problems faced and offers fisheries real solutions. Suggested lower value of Lot 2: 625 000 GBP, upper value of Lot 2: 1 600 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 24 months
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fisheries Enforcement Support Service (including VBS and building bridges)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England
II.2.4)Description of the procurement:
Oversee the Voluntary bailiff service (VBS) whilst working closely with other law enforcement organisations, to support enforcement of coarse and trout angling. Plus deliver a positive programme of key enforcement messages across the whole of the angling community. Suggested lower value of Lot 3: 625 000 GBP, upper value of Lot 3: 1 600 000 GBP.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 24 months
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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
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:
Other contracting authorities: This framework is primarily intended to meet the needs of the Environment agency. The Environment agency may require the successful bidder(s) to provide the services on the same terms that are agreed as a result of this tender to the Department of environment, food and rural affaire, 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-for-environment-food-rural-affairs
The successful bidder(s) may also be required to provide the services to local authorities in England. A full list may be found at http://local.direct.gov.uk/Data/
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/publications/public-bodies-2014
VI.4.1)Review body
Bristol
United Kingdom
Telephone: +44 2030250551
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
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. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
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.
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 judgement of potential Applicants and the Environment agency will not be responsible for any such expenditure.
VI.5)Date of dispatch of this notice: