Section one: Contracting authority
one.1) Name and addresses
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
Contact
Ross Beavis
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
Buyer's address
https://defra-family.force.com/s/Welcome
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asset Operation, Maintenance and Response Framework
Reference number
C19845
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
The Environment Agency (EA) are seeking to procure a Framework Agreement that will be utilised for the following requirements: -
-Civil Engineering projects;
-Mechanical Electrical Instrumentation Control and Automation projects;
-Vegetation Management programmes;
-Landscape and Habitat Creation Implementation and Establishment Aftercare; and
-Asset Operation and Incident Response activities
The Framework will be split into the following Lots:
Lot 1 – Civil Engineering (Maintain and Construct) (Contracts <£1m)
Lot 2 – Mechanical Electrical Instrumentation Control and Automation projects
Lot 3 – Vegetation management and landscape and habitat creation
The duration of the Framework will be three years (36 months) with one optional one-year (12 month) extension (totalling fours years or 48 months).
The total estimated value of the Framework based on a four year (48 month) duration is between £500,000,000.00 - £600,000,000.00.
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome
Any questions, requests to participate or tender submissions must be submitted electronically via this portal.
two.1.5) Estimated total value
Value excluding VAT: £600,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – Civil Engineering (Maintain and Construct) (Contracts <£1m)
Lot No
1
two.2.2) Additional CPV code(s)
- 45200000 - Works for complete or part construction and civil engineering work
- 45246200 - Riverbank protection works
- 71541000 - Construction project management services
- 34221200 - Mobile emergency units
- 45243600 - Quay wall construction work
- 34221100 - Mobile incident units
- 45221220 - Culverts
- 45246100 - River-wall construction
- 65320000 - Operation of electrical installations
- 45000000 - Construction work
- 45243300 - Sea wall construction work
- 45246410 - Flood-defences maintenance works
- 45247270 - Reservoir construction works
- 45247200 - Construction work for dams and similar fixed structures
- 45221100 - Construction work for bridges
- 45243500 - Sea defences construction work
- 45221100 - Construction work for bridges
- 45247220 - Weir construction work
- 76600000 - Pipeline-inspection services
- 45246400 - Flood-prevention works
- 45243510 - Embankment works
- 45243000 - Coastal-defence works
- 71313450 - Environmental monitoring for construction
- 45220000 - Engineering works and construction works
- 63721300 - Waterway operation services
- 71631400 - Technical inspection services of engineering structures
- 76600000 - Pipeline-inspection services
- 63721000 - Port and waterway operation services and associated services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To provide a wide range of civil engineering services for the construction, refurbishment and repair of the Environment Agency’s asset base.
Lot includes the design and build of works where required.
Lot includes activities to support the Environment Agency’s ability to operate its assets including out of hours incident support.
The Lot is split into the following Hubs: North East, North West, Midlands, East, South East and South West. The Environment Agency will appoint 3-6 suppliers per Hub. The decision on the actual number of suppliers to be appointed will be made following tender returns and based on the following factors:
- Assessment of the resource capacity and resilience of Tenderers in the Hub
- The size of the forward programme of works in the Hub
- The allocation of Tenderers to the Hubs
The award restrictions per supplier are detailed in the procurement documents.
Work will be allocated using Direct Award (up to £200,000) and Mini-Competition.
The upper limit for bundles of work will be in accordance with Environment Agency guidance as issued from time to time but should only include individual projects less than £1,000,000.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Down-selection to maximum TEN suppliers per Hub following SQ stage, based on:
• suppliers meeting specified minimum requirements (pass/fail)
and
• demonstrating appropriate previous experience (scored).
If there are multiple suppliers in 10th place with exactly the same SQ score then all those suppliers will be invited to the tender stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Sub-Lots:
1a - North East Hub
1b - North West Hub
1c - Midlands Hub
1d - East Hub
1e - South East Hub
1f - South West Hub
two.2) Description
two.2.1) Title
Lot 2 – Mechanical Electrical Instrumentation Control and Automation projects
Lot No
2
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
- 71334000 - Mechanical and electrical engineering services
- 31682210 - Instrumentation and control equipment
- 50511000 - Repair and maintenance services of pumps
- 71334000 - Mechanical and electrical engineering services
- 45315100 - Electrical engineering installation works
- 45247220 - Weir construction work
- 45351000 - Mechanical engineering installation works
- 42122000 - Pumps
- 71333000 - Mechanical engineering services
- 45248100 - Canal locks construction work
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To provide a wide range of MEICA services to refurbish and maintain the Environment Agency’s asset base. This Lot provides for the delivery of small scale new assets but is predominately aimed at the maintenance and refurbishment of the Environment Agency’s existing assets. Lot includes the design and build where required as part of the refurbishment / installation. Lot includes activities to support the Client’s ability to operate assets, including out of hours incident support.
The Lot is split into the following Hubs: North East, North West, Midlands, East, South East and South West. The Environment Agency will appoint up to 3 suppliers per Hub.
The award restrictions per supplier are detailed in the procurement documents.
Work will be allocated using Direct Award and Mini-Competition. The Direct Award limit is £75,000 however in exceptional circumstances a Direct Award up to £200,000 may be considered if certain criteria are met (refer to procurement documents for criteria).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Down-selection to maximum SIX suppliers per Hub following SQ stage, based on:
• suppliers meeting specified minimum requirements (pass/fail)
and
• demonstrating appropriate previous experience (scored).
If there are multiple suppliers in 6th place with exactly the same SQ score then all those suppliers will be invited to the tender stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The Lot is split into the following Sub-Lots:
2a - North East Hub
2b - North West Hub
2c - Midlands Hub
2d - East Hub
2e - South East Hub
2f - South West Hub
two.2) Description
two.2.1) Title
Lot 3 – Vegetation management and landscape and habitat creation
Lot No
3
two.2.2) Additional CPV code(s)
- 77314000 - Grounds maintenance services
- 92534000 - Wildlife preservation services
- 77310000 - Planting and maintenance services of green areas
- 45112700 - Landscaping work
- 45112710 - Landscaping work for green areas
- 77300000 - Horticultural services
- 63721000 - Port and waterway operation services and associated services
- 90922000 - Pest-control services
- 45246200 - Riverbank protection works
- 77211500 - Tree-maintenance services
- 71421000 - Landscape gardening services
- 77312000 - Weed-clearance services
- 70332100 - Land management services
- 65320000 - Operation of electrical installations
- 77211300 - Tree-clearing services
- 77314100 - Grassing services
- 45262640 - Environmental improvement works
- 34221200 - Mobile emergency units
- 77310000 - Planting and maintenance services of green areas
- 34221100 - Mobile incident units
- 45342000 - Erection of fencing
- 50514200 - Repair and maintenance services of reservoirs
- 63721300 - Waterway operation services
- 77315000 - Seeding services
- 45243510 - Embankment works
- 77211400 - Tree-cutting services
- 45246410 - Flood-defences maintenance works
- 90700000 - Environmental services
- 92533000 - Nature reserve services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To provide the delivery of vegetation management and arboricultural services to maintain the Environment Agency’s asset base. The lot includes landscape hard and softworks, habitat creation and establishment aftercare. Lot includes activities to support the Environment Agency’s ability to operate its assets including out of hours incident support.
The Lot is split into the following Areas: North East (NEA), Yorkshire (YOR), Cumbria and Lancashire (CLA), Greater Manchester, Merseyside and Cheshire (GMC), East Midlands (EMD), West Midlands (WMD), Lincolnshire and Northamptonshire (LNA), East Anglia (EAN), Thames (THM), Hertfordshire and North London (HNL), Kent, South London and East Sussex (KSL), Solent and South Downs (SSD), Wessex (WSX) and Devon, Cornwall and the Isles of Scilly (DCS).
The Environment Agency will appoint up to 3 suppliers per Area.
The award restrictions per supplier are detailed in the procurement documents.
Work will be allocated using Direct award based on framework rates for vegetation management (routine maintenance) and Direct Award (up to £200,000) or mini competition for Landscape and Habitat creation requirements.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Down-selection to maximum SIX suppliers per Area following SQ stage, based on:
• suppliers meeting specified minimum requirements (pass/fail)
and
• demonstrating appropriate previous experience (scored).
If there are multiple suppliers in 6th place with exactly the same SQ score then all those suppliers will be invited to the tender stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Sub-Lots:
3a North East(NEA)
3b Yorkshire(YOR)
3c Cumbria&Lancashire(CLA)
3d Greater Manchester,Merseyside&Cheshire(GMC)
3e East Mids(EMD)
3f West Mids(WMD)
3g Lincolnshire&Northamptonshire(LNA)
3h East Anglia(EAN)
3i Thames(THM)
3j Hertfordshire&North London(HNL)
3k Kent,South London&East Sussex(KSL)
3l Solent&South Downs(SSD)
3m Wessex(WSX)
3n Devon,Cornwall&Isles of Scilly(DCS)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators as detailed in the procurement documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not applicable. The duration of the Framework will be three years (36 months) with one optional one-year (12 month) extension (totalling fours years or 48 months).
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-004227
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 August 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Procurement Plan and Timetable (subject to change):
- SQ Stage - 10th July 2023 - 21st August 2023
- SQ Evaluation – August 2023 - September 2023
- ITT Stage – September 2023 – November 2023
- ITT Evaluation - November 2023
- Issue Notification of Intention to Award letters - January 2024
- Framework award / Framework issued – February 2024
- Framework executed – February 2024
- Mobilisation Period - February 2024 – March 2024
- Framework Go-Live - 1st April 2024
Use of Framework by Others:
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 for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). The Environment Agency may also require the provision of the goods/services to members of the aforementioned Defra Group via the Environment Agency, rather than directly.
The successful bidder(s) may also be required to provide the services to local authorities in England.
The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England.
The successful bidder(s) may also be required to provide the services to Central Government departments, executive agencies, and other NDPBs.
six.4) Procedures for review
six.4.1) Review body
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
17 Nobel House
London
SW1P 3JR
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
six.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; and
(iii) To award 1 or more public contract(s) in relation to part only of the requirements covered by this notice
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 judgment of potential Applicants and the Environment Agency will not be responsible for any such expenditure.