Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)The Environment Agency
Manley House, Kestrel Way
For the attention of: Michelle Hingston
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352236
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
Environment Agency
Manley House, Kestrel Way
EX2 7LQ Exeter
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:30775 Supply of Automatic Weighing Raingauges
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)This contract is for the supply of Automatic Weighing Raingauges. It is the intention that a national contract will be awarded during February/March 2013. The Agencys requirement for automatic weighing raingauges are dependent on specific operational requirements and must conform to BSi 7843 2012 part 3. The Agency gives no guarantee as to the volume or value of business to be awarded to any contractor under the contract. The contract will run for a fixed 2 year period and subject to changing business requirements, satisfactory performance and continued price competitiveness, the contract may be extended by a further 12 month period up to a maximum contract term of 3 years.
II.1.6)Common procurement vocabulary (CPV) 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: no
II.1.9)Information about variantsVariants 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 150 000 and 1 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (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: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 procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 1: and maximum number 6
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:30325
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 participate16.1.2013 - 17:00
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 of 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 informationHe works will involve consultants operating in environmentally sensitive areas, in remote areas and towns and/or cities and may involve some interaction with the public or other interested bodies.
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(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
The successful bidder(s) may also be required to provide the services to Internal Drainage Boards. A full list may be found at
http://www.ada.org.uk/listmembers.php?type=idbs&area;=all
Similarly the contractor may be required to supply the Scottish Government, the Northern Ireland Government, the Welsh Assembly Government, including their 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.
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
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm?indexChar=B
http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs
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:10.12.2012