Asset Operation, Maintenance and Response Framework

A Tender Notice
by ENVIRONMENT AGENCY (DEFRA NETWORK ETENDERING PORTAL)

Source
Find a Tender
Type
Framework (Works)
Duration
4 year
Value
£-£600M
Sector
CONSTRUCTION
Published
10 Jul 2023
Delivery
To 26 Aug 2028 (est.)
Deadline
21 Aug 2023 11:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

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 activitiesThe Framework will be split into the following Lots:Lot 1 – Civil Engineering (Maintain and Construct) (Contracts Lot 2 – Mechanical Electrical Instrumentation Control and Automation projectsLot 3

Lot Division

1 Civil Engineering (Maintain and Construct) (Contracts <£1m)

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 HubsThe 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. Additional information: Sub-Lots:1a - North East Hub 1b - North West Hub1c - Midlands Hub1d - East Hub1e - South East Hub1f - South West Hub

2 Mechanical Electrical Instrumentation Control and Automation projects

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). Additional information: The Lot is split into the following Sub-Lots:2a - North East Hub2b - North West Hub2c - Midlands Hub2d - East Hub2e - South East Hub2f - South West Hub

3 Vegetation management and landscape and habitat creation

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. 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)

CPV Codes

  • 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
  • 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
  • 63721000 - Port and waterway operation services and associated services
  • 71334000 - Mechanical and electrical engineering services
  • 31682210 - Instrumentation and control equipment
  • 50511000 - Repair and maintenance services of pumps
  • 45315100 - Electrical engineering installation works
  • 45351000 - Mechanical engineering installation works
  • 42122000 - Pumps
  • 71333000 - Mechanical engineering services
  • 45248100 - Canal locks construction work
  • 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
  • 90922000 - Pest-control services
  • 77211500 - Tree-maintenance services
  • 71421000 - Landscape gardening services
  • 77312000 - Weed-clearance services
  • 70332100 - Land management services
  • 77211300 - Tree-clearing services
  • 77314100 - Grassing services
  • 45262640 - Environmental improvement works
  • 45342000 - Erection of fencing
  • 50514200 - Repair and maintenance services of reservoirs
  • 77315000 - Seeding services
  • 77211400 - Tree-cutting services
  • 90700000 - Environmental services
  • 92533000 - Nature reserve services

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.

Other Information

– Vegetation management and landscape and habitat creationThe 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/WelcomeAny questions, requests to participate or tender submissions must be submitted electronically via this portal. ** PREVIEW NOTICE, please check Find a Tender for full details. ** 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 2024Use 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.

Reference

Domains