Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Environment Agency
Sapphire East, 550 Streetsbrook Road
Contact point(s): Environment Agency
For the attention of: Paul Ocansey
B91 1QT Solihull
UNITED KINGDOM
Telephone: +44 1217115974
E-mail:
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 authorityNational or federal agency/office
I.3)Main activityEnvironment
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Midlands and anglian vegitation framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: This region covers a rich diversity of urban and rural landscapes Including the counties of Bedfordshire, Cambridgeshire, Derbyshire, Essex, Gloucestershire, Herefordshire, Leicestershire, Lincolnshire, Norfolk, Northamptonshire, Nottinghamshire, Rutland, Shropshire, Staffordshire, Suffolk, Warwickshire, West Midlands and Worcestershire. There is a possible requirement for occasional working in other English and Welsh Environment Agency regions when required.
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
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 24
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 2 500 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)This work will cover the following:
Cutting and clearance of in-channel weed and vegetation that is likely to impede flows. Specifically; Tree services/bushing, chemical, manual, and mechanical weed management, chemical, manual, and mechanical grass management, debris clearance of trash screens and weirs clearance, pest and vermin control.
The services will be performed along locations such as water courses, reservoirs, river defences, bank crests, raised embankments, sea defences and side slopes. Out of hours and emergency response will occasionally be required.
The services will require machinery such as:
Agricultural tractors with flail mowers, bank mowers and strimmers in locations where the use of tractor/machines is not appropriate. Excavator with weed cutting attachment, water based plant and weed boats.
Due to the diversity of the tasks required, contractors will have the opportunity to bid for one, some or all of the work activities as well as one, some or all geographical areas (as listed in section II.1.2).
II.1.6)Common procurement vocabulary (CPV)77300000, 45246200, 45246000, 45246410, 45243300, 77211300, 77211400, 77312000, 77312100, 77340000, 90922000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 2 500 000 and 10 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Tree Services1)Short descriptionDelivery of a range of tree services in relation to the activities of the Environment Agency.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lotsTree services to include tree surgery, crown lifting, crown thinning, dead wooding, formative pruning and reshaping, tree felling, stump grinding and removal, repair of storm damaged trees, tree debris clearance, chipping, hedge trimming, creation of habitat creation schemes and consultancy and survey services.
Out of hours and emergency response may occasionally be required.
Lot No: 2 Lot title: Weed Management1)Short descriptionWeed management on watercourses using a range of methods.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lotsWeed management on watercourses using chemical, manual and mechanical methods.
The services will be performed along locations such as watercourses, reservoirs, river defences, bank crests, raised embankments, sea defences and side slopes.
Lot No: 3 Lot title: Grass management1)Short descriptionDelivery of grass management using a range of methods.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lotsGrass management of watercourses using a range of methods which include cutting of grass by land-based machine, cutting manually, cutting from the channel with a weedboat and managing grass chemically.
The services will be performed along locations such as water courses, reservoirs, river defences, bank crests and raised embankments.
Lot No: 4 Lot title: Clearance of trash screens and weirs1)Short descriptionRemoval of debris and blockages from trash screens and weirs.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lotsContractor will be required to remove debris and blockages from trash/debris screens and weirs to ensure proper operation of the asset. Blockages may occur above and below the water line.
Out of hours and emergency response will occasionally be required.
Lot No: 5 Lot title: Pest and vermin control1)Short descriptionControl of pest and vermin to ensure flood defence earthwork structures and water retaining assets remain robust.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 2 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lotsContractor will be required to provide control measures aimed at minimising the extent to which pests are able to burrow into flood defence earthworks. Pests shall include such animals as rats, moles and rabbits.
Control of pest and vermin shall be carried out by various methods, such as humane traps, baits and by chemical means.
The services will be performed along locations such as water courses, reservoirs, river defences, bank crests and raised embankments.
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:Each economic operator to be jointly and severally liable for the performance of the contracts.
III.1.4)Other particular conditionsThe 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 registersInformation 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 professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 12
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse 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 criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate22.2.2012
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationRight 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 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 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
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 at:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG
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.
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:16.1.2012