loading
  • GB-SW1P 4DF London
  • 19.02.2018
  • Ausschreibung
  • (ID 2-289095)

Collaborative Delivery Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 19.02.2018, 17:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 8 - max. 24
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Dokumentation / Bauleitung, Objektüberwachung / Objektplanung Ingenieurbauwerke / Projektsteuerung / Studien, Gutachten / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    The Environment Agency is seeking Delivery Partners to collaboratively work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for flood defence assets (both fixed and active) that delivers sustainable, best value outcomes across nominated geographical areas.
    — Lot 1: Professional Services,
    — Lot 2: Programme Delivery.
    Both lots will be split into 6 geographical areas and will operate within local collaborative delivery teams. Tenderers will only be permitted to win a maximum of 2 geographical areas. Further detail available in the Selection Questionnaire.
    Leistungsumfang
    The Environment Agency is seeking Delivery Partners to collaboratively work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for flood defence assets (both fixed and active) that delivers sustainable, best value outcomes across nominated geographical areas.
    The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.
    Working with the Environment Agency as part of a Collaborative Delivery Team, it is anticipated that the contractors role may include (but is not limited to):
    — Appraisal and design of capital works for fixed and active assets which may include (but is not limited to): asset replacement, refurbishment, and capital maintenance works,
    — Asset structural condition inspections and structural intrusive surveys,
    — Site investigations,
    — Construction engineering works,
    — Coastal works,
    — Incident management support,
    — Design and consultancy services,
    — Project appraisal services,
    — Engineering surveys and other investigations,
    — Environmental and engineering design of works,
    — Environmental assessment,
    — Design, construction and management of compensatory habitat creation schemes,
    — Design and implementation of public amenity and environmental enhancements,
    — Soft landscaping implementation and maintenance (at the Environment Agency's option),
    — Asset management,
    — Programme and schedule management,
    — Project management,
    — Project execution,
    — Spend forecasting,
    — Supply chain management,
    — Commercial management,
    — Risk management,
    — Safety management,
    — Quality control,
    — Document and data management, and
    — Development of the forward programme beyond the framework duration.
    At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) operation and maintenance services for the fixed and active capital assets falling within the Environment Agency Programme.
    The form of contracts used under the framework between the Environment Agency and suppliers will be based on the NEC4 Framework Contract, and call off contracts based on NEC4 Professional Services Contract, and Engineering Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role. Further information regarding the scope of the Collaborative Delivery Framework is set out in the Selection Questionnaire and Invitation to Tender documents.
    Adresse des Bauherren UK-SW1P 4DF London
    TED Dokumenten-Nr. 10642-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Engineering services

      2018/S 007-010642

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Environment Agency
      Seacole Block, 2 Marsham Street
      London
      SW1P 4DF
      United Kingdom
      Contact person: Laura Collison-McLean
      Telephone: +44 2030246079
      E-mail: MjE3PTZCMCEfICgvVF1lWGFeXVxUXWMcUFZUXVJoHVZeZR1kWg==
      NUTS code: UK

      Internet address(es):

      Main address: https://www.gov.uk/government/organisations/environment-agency

      Address of the buyer profile: www.defra.bravosolution.co.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.defra.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.defra.bravosolution.co.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      National or federal agency/office
      I.5)Main activity
      Environment

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Collaborative Delivery Framework

       

      II.1.2)Main CPV code
      71300000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      The Environment Agency is seeking Delivery Partners to collaboratively work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for flood defence assets (both fixed and active) that delivers sustainable, best value outcomes across nominated geographical areas.

      — Lot 1: Professional Services,

      — Lot 2: Programme Delivery.

      Both lots will be split into 6 geographical areas and will operate within local collaborative delivery teams. Tenderers will only be permitted to win a maximum of 2 geographical areas. Further detail available in the Selection Questionnaire.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 500 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for one lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

       

      Professional Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71300000
      71310000
      71320000
      71510000
      71520000
      71521000
      71530000
      71540000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      National.

       

      II.2.4)Description of the procurement:

       

      The Environment Agency is seeking delivery partners to collaboratively work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for flood defence assets (both fixed and active) that delivers sustainable, best value outcomes across nominated geographical areas.

      The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.

      Working with the Environment Agency as part of a Collaborative Delivery Team, it is anticipated that the consultants role may include (but is not limited to):

      — Appraisal and design of capital works for fixed and active assets which may include (but is not limited to): asset replacement, refurbishment, and capital maintenance works,

      — Asset structural condition inspections and structural intrusive surveys,

      — Design and consultancy services,

      — Project appraisal services,

      — Economic appraisal,

      — Engineering surveys and other investigations,

      — Environmental and engineering design of works,

      — Environmental assessment,

      — Design of compensatory habitat creation schemes,

      — Design of public amenity and environmental enhancements,

      — Computational modelling,

      — Reservoir inspection (in accordance with the Reservoirs Act 1975),

      — Incident management support,

      — Asset management,

      — Programme and schedule management,

      — Project management,

      — Project execution,

      — Spend forecasting,

      — Supply chain management,

      — Commercial management,

      — Risk management,

      — Safety management,

      — Quality control,

      — Document and data management, and

      — Development of the forward programme beyond the framework duration.

      The form of contracts used under the framework between the Environment Agency and suppliers will be based on the NEC4 Framework Contract, and call off contracts based on NEC4 Professional Services Contract, and Engineering Construction Contract with appropriate amendments to encompass the scope and nature of the Consultant’s role. Further information regarding the scope of the Collaborative Delivery Framework is set out in the Selection Questionnaire and Invitation to Tender documents.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 300 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The initial term of the framework will be 4 years with an option, subject to the successful supplier's performance during the initial term and on-going need by the Environment Agency to extend for a further period of up to 4 years; making a total maximum framework term of 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 8
      Maximum number: 24
      Objective criteria for choosing the limited number of candidates:

       

      Minimum of 4 suppliers per geographic area and no less than 8 different suppliers in total. Further detail available in the Selection Questionnaire.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: yes
      Identification of the project: N/A
      II.2.14)Additional information

       

      The framework itself is not subject to European Union funding, but it is possible that some Works and Services called off under the arrangement may receive European Union funding.

       

      II.2)Description
      II.2.1)Title:

       

      Programme Delivery

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45100000
      45200000
      45220000
      45243000
      45244000
      45246000
      45246400
      71500000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      National.

       

      II.2.4)Description of the procurement:

       

      The Environment Agency is seeking Delivery Partners to collaboratively work with to provide or arrange for the provision of services (either itself or through its supply chain) to deliver (or the management of the provision or delivery through its supply chain) a programme of capital investment and improvement works for flood defence assets (both fixed and active) that delivers sustainable, best value outcomes across nominated geographical areas.

      The Environment Agency is seeking a solution that ensures sustainability is embedded into all aspects of the services provided and to work with suppliers who share our ambition to be industry leading in relation to sustainable and innovative asset management.

      Working with the Environment Agency as part of a Collaborative Delivery Team, it is anticipated that the contractors role may include (but is not limited to):

      — Appraisal and design of capital works for fixed and active assets which may include (but is not limited to): asset replacement, refurbishment, and capital maintenance works,

      — Asset structural condition inspections and structural intrusive surveys,

      — Site investigations,

      — Construction engineering works,

      — Coastal works,

      — Incident management support,

      — Design and consultancy services,

      — Project appraisal services,

      — Engineering surveys and other investigations,

      — Environmental and engineering design of works,

      — Environmental assessment,

      — Design, construction and management of compensatory habitat creation schemes,

      — Design and implementation of public amenity and environmental enhancements,

      — Soft landscaping implementation and maintenance (at the Environment Agency's option),

      — Asset management,

      — Programme and schedule management,

      — Project management,

      — Project execution,

      — Spend forecasting,

      — Supply chain management,

      — Commercial management,

      — Risk management,

      — Safety management,

      — Quality control,

      — Document and data management, and

      — Development of the forward programme beyond the framework duration.

      At the Environment Agency's option, the contractor may also be required to provide and deliver (or manage the provision and delivery through its supply chain) operation and maintenance services for the fixed and active capital assets falling within the Environment Agency Programme.

      The form of contracts used under the framework between the Environment Agency and suppliers will be based on the NEC4 Framework Contract, and call off contracts based on NEC4 Professional Services Contract, and Engineering Construction Contract with appropriate amendments to encompass the scope and nature of the Contractor’s role. Further information regarding the scope of the Collaborative Delivery Framework is set out in the Selection Questionnaire and Invitation to Tender documents.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 200 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The initial term of the framework will be 4 years with an option, subject to the successful supplier's performance during the initial term and on-going need by the Environment Agency to extend for a further period of up to 4 years; making a total maximum framework term of 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 8
      Maximum number: 24
      Objective criteria for choosing the limited number of candidates:

       

      Minimum of 4 suppliers per geographic area and no less than 8 in total. Further detail available in the Selection Questionnaire.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      The Framework itself is not subject to European Union funding, but it is possible that some Works and Services called off under the arrangement may receive European Union funding.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      The Environment Agency is open to receiving Expressions of Interest from Consortia, Joint Ventures, Strategic Alliances and other such arrangements, however, we would require such organisations to form a single legal entity to contract with prior to the award of the contract. For the avoidance of doubt the Environment Agency does not require a legal entity to be formed for the purposes of tendering.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Competitive procedure with negotiation
      IV.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
      Envisaged maximum number of participants to the framework agreement: 12
      In the case of framework agreements, provide justification for any duration exceeding 4 years: In view of the Upfront investment for mobilisation, colocation, provision of emergency response arrangements and joint collaboration and training initiatives. Slow ramp up of work being awarded in first two years mean suppliers need longer duration to recover investment. Increased volume and certainty of work incentivises suppliers to commit to genuine collaborative working.
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.5)Information about negotiation
      The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 031-055276
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 19/02/2018
      Local time: 17:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 12/04/2018
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 9 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic payment will be used
      VI.3)Additional information:

       

      Submission of expressions of interest and procurement specific information: This exercise shall be conducted using the Environment Agency's eSourcing portal provided by Bravo Solutions. Candidates shall only be considered by registering their expression of interest on our portal at www.defra.bravosolutions.co.uk

      — Click on the “register now” 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.

      Requests to participate must be made by completing and returning a selection questionnaire by the date and time specified in Section IV.2.2 and in accordance with the instructions set out in the selection questionnaire. Completed selection questionnaires submitted after the deadline may not be considered. The selection questionnaire will be made available to potential providers who have registered their interest.

      Section II.1.5: The estimated framework value of GBP 1 500 000 000 is the estimated value over the full 8 year duration. The estimated framework value for the first 4 years is GBP 410 000.

      Section IV.2.3: The date for issue of invitation to tender documents is provisional and may be subject to change.

      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 contract, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract in part, or to call for new tenders should it consider this necessary.

      Other contracting authorities: 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. A full list of the Defra Group can be found at:

      https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs

      The successful bidder(s) may also be required to provide the services to local authorities in England and Wales. Details may be found at: https://www.gov.uk/find-local-council

      The successful bidder(s) may also be required to provide the services to Internal Drainage Boards in England and Wales. A full list may be found at:

      http://www.ada.org.uk/member_type/idbs/

      Similarly, the successful bidder(s) may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, Natural Resources Wales, Forestry Commission Scotland, or Forestry Service Northern Ireland.

      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: https://www.gov.uk/government/organisations

      https://www.gov.uk/government/collections/public-bodies

      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.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Environment Agency
      Bristol
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Authority will incorporate a minimum 10 calendar days 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 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;

      (iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or

      (iv) to award a contract(s) in stages.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      08/01/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 11.01.2018
Zuletzt aktualisiert 11.01.2018
Wettbewerbs-ID 2-289095 Status Kostenpflichtig
Seitenaufrufe 70