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): Procurement Department
For the attention of: Paul Ocansey
B91 1QT Solihull
UNITED KINGDOM
Telephone: +44 1217115794
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 minor works framework.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
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: 10
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 20 000 000 and 40 000 000 GBP
II.1.5)Short description of the contract or purchase(s)This framework is required to address the need for smaller civil engineering and maintenance works on watercourses. The types of work to be covered will fall into the following categories:
Delivery of low complexity civil construction works;
Maintenance works of watercourses and structures utilising waterborne plant and equipment;
The design, manufacture and installation of fabricated static steel and aluminium structures for use on or near watercourses.
II.1.6)Common procurement vocabulary (CPV)45247100, 45246410, 45243000, 45246000, 45243300, 45243500, 45243510, 45244000, 45246500, 45246510, 45247000, 45247230, 45248400, 45340000, 45341000, 45342000, 45421147, 45421148
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 20 000 000 and 40 000 000 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: Small civil works1)Short descriptionDelivery of low risk, low value civils work estimated to be less than 50 000 GBP in value per project.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 2 000 000 and 5 000 000 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 lotsMinor water course maintenance including minor seawall repairs, de-silting, fencing, sheet piling, flood walls, flood embankments, signage, soft bank protection works, construction of head wall/control structure, construction and maintenance for temporary works, footpaths (including steps), walkway and access road reinstatement and improvements, improvements to riverside access (e.g. fishing platform installation and access ramp), reinforced concreting, small demolition works, bore hole and gauging station maintenance.
Emergency works may occasionally be required.
These works will be carried out in coastal and river environments.
Lot No: 2 Lot title: Large civil works1)Short descriptionDelivery of low-risk civil construction schemes work estimated to be above 50 000 GBP in value per project. Maximum value of each construction will typically be approximately 250 000 GBP, however this limit may be higher if complexity of work is deemed to be low.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 15 000 000 and 25 000 000 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 lotsTypically work will include: earthworks, piling, river restoration, environmental enhancement, geotextile fabrics & fencing, flood walls and embankments, pipe laying: culverts, ducts and drainage pipes, construction of head wall/control structure. Provision of pumps, construction and maintenance for temporary works, footpath, walkway and access road reinstatement and improvements, improvements to riverside access (e.g. fishing platform installation and access ramp), installation of lock gates and booms. Fish pass and eel pass design and construction, re-enforced concreting, small demolition works, dredging and bore hole and gauging station maintenance.
Other works may occasionally include detailed design, bending schedules and drawings for civil works and building services, design of temporary works, early contractor involvement.
These works will predominantly be carried out in coastal and river environments.
Lot No: 3 Lot title: Maintenance using waterborne equipment1)Short descriptionMaintenance works of watercourses and structures utilising waterborne plant and equipment.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 5 000 000 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 lotsMaintenance works of watercourses and structures where access to sites is limited. The contractor is required to provide support to Environment Agency operational delivery team. Work will be outsourced to the contractor if the Environment Agency operational delivery teams do not have sufficient resources or specialist equipment required to undertake the works.
Lot No: 4 Lot title: Fabrication and installation1)Short descriptionThe design, manufacture and installation of fabricated static steel and aluminium structures and other works.
2)Common procurement vocabulary (CPV) 3)Quantity or scopeEstimated value excluding VAT:
Range: between 500 000 and 5 000 000 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 lotsDesign, fabricate, supply and install trash screens, walkways, platforms, fencing, barriers typically to ensure safe access to and from Environment Agency structures and to protect or restrict pedestrian and or vehicle access.
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 10: and maximum number 30
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:26334
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 contract/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