National Framework for Pollution Control and Clean Up Materials
It is anticipated a number of suppliers will be appointed to a framework to supply and deliver a range of pollution control equipment and pollution clean-up materials.
United Kingdom-Warrington: Textile wadding, yarns, fabrics and articles for technical uses
2014/S 071-122178
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Environment Agency
North Procurement (West) P O Box 12 Richard Fairclough House
For the attention of: Carol Caddick
WA4 1HG Warrington
UNITED KINGDOM
Telephone: +44 1925542916
E-mail: carol.caddick@environment-agency.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Documents
Competition documents and specifications will be forwarded to all eligible parties registering their interest by the advert closure date once this date has passed. Please do not contact us prior to this date to request further documentation
Tenders or requests to participate must be sent to: Request to Participate
This procurement will be managed through our ProContract ePortal hosted by Due North. If you have not already done so, please go to www.sell2EA.com to register your interest.
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Multiple locations throughout the UK including Wales, Scotland Northern Ireland, Isle of White and Isle of Man.
NUTS code UKZ
maximum number of participants to the framework agreement envisaged: 12
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 800 000 and 1 000 000 GBP
The contract is primarily to supply the Environment Agency but suppliers may also be required to supply goods and services to other partner organisations under the arrangement.
39563000, 42122510, 50511000
Tenders may be submitted for one or more lots
Oil and chemical sorbents;
Leak Sealing Products;
Spill Kit Grab Packs;
Drain Sealing Products;
Containment Booms (land and/or water use);
Self Erecting Pools;
Inflatable Rollover Tanks;
Overpack Drums;
Flexible storage tanks and tank liners;
Peristaltic Pumps.
A managed service to inventory and provide a routine maintenance programme and reactive repair service for peristaltic pumps in operational use.
Sundry products (wooden stakes, drain tracing dyes, polythene waste bags, adhesive tapes, cable ties, hazard warning labelling etc.).
Other similar products as required.
The Framework is predominantly to supply the Environment Agency but suppliers may also be required to supply goods and services directly to other partner organisations under the same terms and conditions.
Suppliers must evidence their ability to provide a sustainable, robust and flexible service for the duration of the contract.
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
Information about lots
Lot No: 1 Lot title: Oil and Chemical Sorbents
39563000
Range: between 70 000 and 90 000 GBP
Products should be inert lightweight and dust free.
Booms and pillows may be either fixed or loose fill but must have a protective mesh type outer skin.
Pads, sheets and rolls must be single thickness only.
The Environment Agency and FRS operatate a colour coding for sorbents in line with BS7959 pt 3.
As a guide sorbents should be coloured blue for oil products and yellow for chemical sorbents although this may be altered if products are manufactured from a sustainable material that cannot be coloured.
Preference will be given to products made from sustainable materials providing they offer acceptable performance and value for money.
Products required are:
a) Oil Sorbents.
Pads/Sheets min. size 45 cm x 45 cm.
Rolls/Blankets – 45-50 mtr x 50-100 cm wide.
Booms/pillows between 1-5 m long with varying diameter/thickness.
b) Chemical Sorbents.
Pads/Sheets min. size 45 cm x 45 cm.
Rolls/Blankets – 45-50 mtr x 50-100 cm wide.
Booms/pillows between 1-5 m long with varying diameter/thickness.
Other similar products may be required during the lifetime of the framework as operational needs dictate.
39563000
Range: between 30 000 and 45 000 GBP
Leak sealing devices for temporary sealing of holes in leaking drums, pipes and tanks. Devices should be portable, stowable, resistant to oils and chemicals and suitable for use whilst wearing fire brigade gloves
Other similar products may be required during the lifetime of the framework as operational needs dictate
39563000
Range: between 10 000 and 15 000 GBP
The quantity of bags required over the term of the framework is anticipated to be low. Therefore it is expected that this item will be supplied as a complementary item to a main equipment offer by a successful tenderer and the Lot will not be open to bids to supply this product alone.
All parts of the bag should have high chemical resistance, be cold and heat resistant.
39563000
Range: between 130 000 and 145 000 GBP
Individually packed.
A range of sizes suitable for deployment on all standard UK road and yard drains.
b) Inflatable Drain Sealing Bags inc Carry Bag.
Designed to be inflated in drains or gullies to contain spillages.
All parts of the bag should have high chemical resistance, be cold and heat resistant.
Bags should be suitable for repeated use with a manual pump or by pressurised inflation if the specification requires it.
Various sizes required for drains 10 cm and above.
Spares/replacement parts/accessories must also be available to purchase individually as required.
Other similar products may be required during the lifetime of the framework as operational needs dictate.
b) Booms designed to be operated on land and water to act as a liquid tight barrier.
c) Booms designed to be used on water to contain floating contaminants. Booms should be resistant to hydrocarbons.
39563000
Range: between 240 000 and 260 000 GBP
b) Booms designed to be operated on land and water to act as a liquid tight barrier. Approx dimensions should be 980 mm wide x 150 m lengths.
c) Booms designed to be used on water to contain floating contaminants. Booms should be resistant to hydrocarbons and sectional so overall length can be increased/decreased as necessary across a watercourse. Approx dimensions should be 250 mm wide x 3 m lengths. Supplied with wooden stakes and ties.
All sizes are approximate and similar sizes will be considered but will need to be easily stowed on board FRS response vehicles.
Other sizes should be available and may be required during the lifetime of the framework as operational needs dictate
Both single use and reusable products will be considered based on their suitability for deployment in a range of incidents
39563000
Range: between 80 000 and 100 000 GBP
Pools must be collapsible to aid stowage.
All products must be hydrocarbon resistant.
Protective carrying bags with and handles should be included.
The base of tanks should be resistant to punctures and abrasions and be able to be stored at high and low temperatures without deterioration.
A range of sizes should be offered.
Individual spares for a repair kit should is also required.
All products must be hydrocarbon resistant.
39563000
Range: between 10 000 and 20 000 GBP
Products must be collapsible to aid stowage and be suitable for repeated use.
All products must be hydrocarbon resistant.
Protective carrying bags with and handles should be included.
The base should be resistant to punctures and abrasions and be able to be stored at high and low temperatures without deterioration.
A range of sizes should be offered.
Individual spares for a repair kit should is also required.
Constructed from low density polyethylene or similar material. Tenderers will be required specify the Packing Groups (CDG Regulations) and UN approval drums comply with.
Size range to include 25, 50 and 205 litres capacity but other sizes but other sizes should be available and may be required during the lifetime of the framework as operational needs dictate.
39563000
Range: between 50 000 and 75 000 GBP
Tenderers will be required specify the Packing Groups (CDG Regulations) and UN approval drums comply with.
Minimum pumping capacity of 25,000 Litres/Hour.
42122510
Range: between 80 000 and 100 000 GBP
Minimum pumping capacity of 25,000 Litres/Hour.
Comprehensive operation and maintenance manual included with each pump.
Accessories.
Spare/replacement parts.
39563000
Range: between 40 000 and 60 000 GBP
Size range 1000 – 6000 litres but other sizes may be required during the lifetime of the framework as operational needs dictate.
Carry bags with handles suitable for lifting points for Hiab equipment.
Tanks liners (min. 150mu thickness).
Repair kits for tanks.
b) Printed adhesive tape.
c) Cable ties (min. 250 mm in length).
d) Wooden stakes.
e) Drain tracing dyes.
f) Hazard warning labels.
39563000
Range: between 40 000 and 60 000 GBP
b) Printed adhesive tape suitable for outdoor use in all weather conditions.
c) Cable ties (min. 250 mm in length).
d) Wooden stakes for securing booms approx. 750 mm dia x 500 mm with one end shaped for ground penertration made from FSC approved timber.
e) Drain tracing dyes.
f) Hazard warning labels conforming to ADR road transport regulations for all nine classifications of dangerous/hazardous goods.
Similar sundry items may be required during the term of the framework as operational needs dictate.
Planned annual maintenance/repair programme to service equipment on site.
Reactive repair/maintenance service as required for site based equipment within agreed call-out timescales.
50511000
Range: between 15 000 and 30 000 GBP
Planned annual maintenance/repair programme to service equipment on site.
Reactive repair/maintenance service as required for site based equipment within agreed call-out timescales.
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Bidders must supply the information and evidence requested throughout the tender process. Failure to do so may result in automatic removal from the competition.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Latest set of audited or certified annual accounts, for a period not exceeding 18 months prior to date of request to be provided.
Minimum level(s) of standards possibly required: n/a
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
All products subject to UK, European or Industry standards (BS, EN, ISO etc) must conform with current standards and suppliers must be able to evidence the relevant conformance certificates at Tender stage if requested.
Minimum level(s) of standards possibly required:
Product specific where they exist.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A staged procedure to gradually reduce the supply of a number of solutions.
Additional information about electronic auction: The strategic decision as to whether to undertake an electronic auction as the final stage of the commercial evaluation has not been finalised at this time.
The decision to proceed with the auction and the number of tenderers to include will be based on the number of suitable compliant bids received, the results of the initial cost : quality evaluation and evidence that the potential cost : benefit analysis justify the resources required to undertake the process.
Section VI: Complementary information
Estimated timing for further notices to be published: 40 months
Submission of expressions of interest and procurement specific information: This exercise shall be conducted using the Environment Agency’s eSourcing portal provided by Due North. Candidates shall only be considered by registering their expression of interest on our portal at www.sell2ea.co.uk
Click on the ‘Suppliers click here’ 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. 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 an interest and you will receive confirmation of this via a system generated e-mail. 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 for information regarding the contracting opportunity but for all portal issues click on the Support area on the supplier registration page.
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 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 : This contract/framework is primarily intended to meet the needs of the Environment Agency, Natural Resources Wales (NRW) and Fire and Rescue Services (FRS) based throughout the UK. 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 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:
http://archive.defra.gov.uk/corporate/about/with/delivery/landscape/documents/public-bodies.pdf
Similarly the contractor may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency and the Isle of Man Environment Agency.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:7.4.2014
United Kingdom-Warrington: Textile wadding, yarns, fabrics and articles for technical uses
2014/S 071-122178
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
Environment Agency
North Procurement (West) P O Box 12 Richard Fairclough House
For the attention of: Carol Caddick
WA4 1HG Warrington
UNITED KINGDOM
Telephone: +44 1925542916
E-mail: carol.caddick@environment-agency.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Documents
Competition documents and specifications will be forwarded to all eligible parties registering their interest by the advert closure date once this date has passed. Please do not contact us prior to this date to request further documentation
Tenders or requests to participate must be sent to: Request to Participate
This procurement will be managed through our ProContract ePortal hosted by Due North. If you have not already done so, please go to www.sell2EA.com to register your interest.
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Multiple locations throughout the UK including Wales, Scotland Northern Ireland, Isle of White and Isle of Man.
NUTS code UKZ
maximum number of participants to the framework agreement envisaged: 12
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 800 000 and 1 000 000 GBP
The contract is primarily to supply the Environment Agency but suppliers may also be required to supply goods and services to other partner organisations under the arrangement.
39563000, 42122510, 50511000
Tenders may be submitted for one or more lots
Oil and chemical sorbents;
Leak Sealing Products;
Spill Kit Grab Packs;
Drain Sealing Products;
Containment Booms (land and/or water use);
Self Erecting Pools;
Inflatable Rollover Tanks;
Overpack Drums;
Flexible storage tanks and tank liners;
Peristaltic Pumps.
A managed service to inventory and provide a routine maintenance programme and reactive repair service for peristaltic pumps in operational use.
Sundry products (wooden stakes, drain tracing dyes, polythene waste bags, adhesive tapes, cable ties, hazard warning labelling etc.).
Other similar products as required.
The Framework is predominantly to supply the Environment Agency but suppliers may also be required to supply goods and services directly to other partner organisations under the same terms and conditions.
Suppliers must evidence their ability to provide a sustainable, robust and flexible service for the duration of the contract.
Estimated value excluding VAT:
Range: between 800 000 and 1 000 000 GBP
Information about lots
Lot No: 1 Lot title: Oil and Chemical Sorbents
39563000
Range: between 70 000 and 90 000 GBP
Products should be inert lightweight and dust free.
Booms and pillows may be either fixed or loose fill but must have a protective mesh type outer skin.
Pads, sheets and rolls must be single thickness only.
The Environment Agency and FRS operatate a colour coding for sorbents in line with BS7959 pt 3.
As a guide sorbents should be coloured blue for oil products and yellow for chemical sorbents although this may be altered if products are manufactured from a sustainable material that cannot be coloured.
Preference will be given to products made from sustainable materials providing they offer acceptable performance and value for money.
Products required are:
a) Oil Sorbents.
Pads/Sheets min. size 45 cm x 45 cm.
Rolls/Blankets – 45-50 mtr x 50-100 cm wide.
Booms/pillows between 1-5 m long with varying diameter/thickness.
b) Chemical Sorbents.
Pads/Sheets min. size 45 cm x 45 cm.
Rolls/Blankets – 45-50 mtr x 50-100 cm wide.
Booms/pillows between 1-5 m long with varying diameter/thickness.
Other similar products may be required during the lifetime of the framework as operational needs dictate.
39563000
Range: between 30 000 and 45 000 GBP
Leak sealing devices for temporary sealing of holes in leaking drums, pipes and tanks. Devices should be portable, stowable, resistant to oils and chemicals and suitable for use whilst wearing fire brigade gloves
Other similar products may be required during the lifetime of the framework as operational needs dictate
39563000
Range: between 10 000 and 15 000 GBP
The quantity of bags required over the term of the framework is anticipated to be low. Therefore it is expected that this item will be supplied as a complementary item to a main equipment offer by a successful tenderer and the Lot will not be open to bids to supply this product alone.
All parts of the bag should have high chemical resistance, be cold and heat resistant.
39563000
Range: between 130 000 and 145 000 GBP
Individually packed.
A range of sizes suitable for deployment on all standard UK road and yard drains.
b) Inflatable Drain Sealing Bags inc Carry Bag.
Designed to be inflated in drains or gullies to contain spillages.
All parts of the bag should have high chemical resistance, be cold and heat resistant.
Bags should be suitable for repeated use with a manual pump or by pressurised inflation if the specification requires it.
Various sizes required for drains 10 cm and above.
Spares/replacement parts/accessories must also be available to purchase individually as required.
Other similar products may be required during the lifetime of the framework as operational needs dictate.
b) Booms designed to be operated on land and water to act as a liquid tight barrier.
c) Booms designed to be used on water to contain floating contaminants. Booms should be resistant to hydrocarbons.
39563000
Range: between 240 000 and 260 000 GBP
b) Booms designed to be operated on land and water to act as a liquid tight barrier. Approx dimensions should be 980 mm wide x 150 m lengths.
c) Booms designed to be used on water to contain floating contaminants. Booms should be resistant to hydrocarbons and sectional so overall length can be increased/decreased as necessary across a watercourse. Approx dimensions should be 250 mm wide x 3 m lengths. Supplied with wooden stakes and ties.
All sizes are approximate and similar sizes will be considered but will need to be easily stowed on board FRS response vehicles.
Other sizes should be available and may be required during the lifetime of the framework as operational needs dictate
Both single use and reusable products will be considered based on their suitability for deployment in a range of incidents
39563000
Range: between 80 000 and 100 000 GBP
Pools must be collapsible to aid stowage.
All products must be hydrocarbon resistant.
Protective carrying bags with and handles should be included.
The base of tanks should be resistant to punctures and abrasions and be able to be stored at high and low temperatures without deterioration.
A range of sizes should be offered.
Individual spares for a repair kit should is also required.
All products must be hydrocarbon resistant.
39563000
Range: between 10 000 and 20 000 GBP
Products must be collapsible to aid stowage and be suitable for repeated use.
All products must be hydrocarbon resistant.
Protective carrying bags with and handles should be included.
The base should be resistant to punctures and abrasions and be able to be stored at high and low temperatures without deterioration.
A range of sizes should be offered.
Individual spares for a repair kit should is also required.
Constructed from low density polyethylene or similar material. Tenderers will be required specify the Packing Groups (CDG Regulations) and UN approval drums comply with.
Size range to include 25, 50 and 205 litres capacity but other sizes but other sizes should be available and may be required during the lifetime of the framework as operational needs dictate.
39563000
Range: between 50 000 and 75 000 GBP
Tenderers will be required specify the Packing Groups (CDG Regulations) and UN approval drums comply with.
Minimum pumping capacity of 25,000 Litres/Hour.
42122510
Range: between 80 000 and 100 000 GBP
Minimum pumping capacity of 25,000 Litres/Hour.
Comprehensive operation and maintenance manual included with each pump.
Accessories.
Spare/replacement parts.
39563000
Range: between 40 000 and 60 000 GBP
Size range 1000 – 6000 litres but other sizes may be required during the lifetime of the framework as operational needs dictate.
Carry bags with handles suitable for lifting points for Hiab equipment.
Tanks liners (min. 150mu thickness).
Repair kits for tanks.
b) Printed adhesive tape.
c) Cable ties (min. 250 mm in length).
d) Wooden stakes.
e) Drain tracing dyes.
f) Hazard warning labels.
39563000
Range: between 40 000 and 60 000 GBP
b) Printed adhesive tape suitable for outdoor use in all weather conditions.
c) Cable ties (min. 250 mm in length).
d) Wooden stakes for securing booms approx. 750 mm dia x 500 mm with one end shaped for ground penertration made from FSC approved timber.
e) Drain tracing dyes.
f) Hazard warning labels conforming to ADR road transport regulations for all nine classifications of dangerous/hazardous goods.
Similar sundry items may be required during the term of the framework as operational needs dictate.
Planned annual maintenance/repair programme to service equipment on site.
Reactive repair/maintenance service as required for site based equipment within agreed call-out timescales.
50511000
Range: between 15 000 and 30 000 GBP
Planned annual maintenance/repair programme to service equipment on site.
Reactive repair/maintenance service as required for site based equipment within agreed call-out timescales.
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Bidders must supply the information and evidence requested throughout the tender process. Failure to do so may result in automatic removal from the competition.
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Latest set of audited or certified annual accounts, for a period not exceeding 18 months prior to date of request to be provided.
Minimum level(s) of standards possibly required: n/a
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
All products subject to UK, European or Industry standards (BS, EN, ISO etc) must conform with current standards and suppliers must be able to evidence the relevant conformance certificates at Tender stage if requested.
Minimum level(s) of standards possibly required:
Product specific where they exist.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: A staged procedure to gradually reduce the supply of a number of solutions.
Additional information about electronic auction: The strategic decision as to whether to undertake an electronic auction as the final stage of the commercial evaluation has not been finalised at this time.
The decision to proceed with the auction and the number of tenderers to include will be based on the number of suitable compliant bids received, the results of the initial cost : quality evaluation and evidence that the potential cost : benefit analysis justify the resources required to undertake the process.
Section VI: Complementary information
Estimated timing for further notices to be published: 40 months
Submission of expressions of interest and procurement specific information: This exercise shall be conducted using the Environment Agency’s eSourcing portal provided by Due North. Candidates shall only be considered by registering their expression of interest on our portal at www.sell2ea.co.uk
Click on the ‘Suppliers click here’ 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. 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 an interest and you will receive confirmation of this via a system generated e-mail. 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 for information regarding the contracting opportunity but for all portal issues click on the Support area on the supplier registration page.
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 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 : This contract/framework is primarily intended to meet the needs of the Environment Agency, Natural Resources Wales (NRW) and Fire and Rescue Services (FRS) based throughout the UK. 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 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:
http://archive.defra.gov.uk/corporate/about/with/delivery/landscape/documents/public-bodies.pdf
Similarly the contractor may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency and the Isle of Man Environment Agency.
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:7.4.2014