By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

National Framework for the Service, Inspection, Maintenance and Repair (SIMAR) of Construction and Agricultural Plant and Commercial Vehicles.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Environment Agency
Manley House, Kestrel Way
For the attention of: Mr Neil Rowlands
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352278
E-mail:

Internet address(es):

General address of the contracting authority: https://www.gov.uk/government/organisations/environment-agency

Electronic access to information: www.sell2ea.com

Electronic submission of tenders and requests to participate: www.sell2ea.com

Further information can be obtained from: Environment Agency
Manley House, Kestrel Way
For the attention of: Mr Neil Rowlands
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352278
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Environment Agency
Manley House, Kestrel Way
For the attention of: Mr Neil Rowlands
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352278
E-mail:

Tenders or requests to participate must be sent to: Environment Agency
Manley House, Kestrel Way
For the attention of: Mr Neil Rowlands
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352278
E-mail:

I.2)Type of the contracting authority
National or federal agency/office
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

DEFRA
Nobel House, 12 Smith Square
London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
National Framework for the Service, Inspection, Maintenance and Repair (SIMAR) of Construction and Agricultural Plant and Commercial Vehicles.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

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 agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in years: 72
Justification for a framework agreement, the duration of which exceeds four years: The cost of tendering and set-up to provide this service are high. A longer framework period allows the supplier to spread the cost of this over longer periods.
Also, suppliers require an extensive period to become familiar with our fleet (circa 3 000 items) and requirements.

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 30 000 000 and 45 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Environment Agency requires the services of an organisation who is able to manage the service, inspection, maintenance and repair of its fleet of construction and agricultural equipment and ancillary plant equipment, e.g. 4 x 4 tractors ranging from 45bhp to 180bhp, excavators ranging from 1.5 tonnes to 24 tonnes and associated attachments, and commercial vehicles e.g. 4 x 4s, a range of vans and HGVs, throughout England and Wales. The supplier should be able to demonstrate good geographical coverage and competence levels.
II.1.6)Common procurement vocabulary (CPV)

50100000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Environment Agency requires the services of an organisation who is able to manage the service, inspection, maintenance and repair (SIMAR) of its fleet of construction and agricultural equipment and ancillary plant equipment, e.g. 4x4 tractors ranging from 45bhp to 180bhp, excavators ranging from 1.5 tonnes to 24 tonnes and associated attachments, and commercial vehicles e.g. 4 x 4s, a range of vans and HGVs, throughout England and Wales.
The supplier should be able to demonstrate good geographical coverage and competence levels for each lot applied for.
Lot 1 - SIMAR for construction and agricultural plant and machinery;
Lot 2 - SIMAR for commercial vehicles.
The full details of the vehicles covered by each lot are contained within the tender documents.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

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:
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documentation.
Minimum level(s) of standards possibly required: Please refer to tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender documentation.
Minimum level(s) of standards possibly required:
Please refer to tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse 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 criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9UCD-GRUXYJ
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
22.4.2016 - 12:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Please note - This framework is being procedured under the Public Contracts Regulation 2015. This exercise shall be conducted using ProContract: the Environment Agency's eSourcing portal provided by Due North. Candidates shall only be considered by registering their expression of interest on our portal at www.sell2ea.com Guidance: Click on the ‘Suppliers click here’ link and the Register Free on the portal. Login to the portal with the user-name/password then find this opportunity in the Search Latest Opportunities area and click on the relevant hyper-link relating to this contract. Those published in this area are opportunities open to any registered supplier. Once in the opportunity click the Register Interest button at the bottom of the page. This will then inform the buyer that you have registered an interest and you will receive confirmation of this via a system generated e-mail. This is the only way you will be able to access the tender documents. You may contact the named person for information regarding the contract opportunity but for all portal issues click on the Support area on the supplier registration page. 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 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 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 services on the same terms that are agreed as a result of this tender to the Department for Environment, Food & Rural Affairs, and to its associated bodies including any Agencies and non departmental public bodies and others (the Defra Group). The Agency may also require the provision of the 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. A full list maybe found at: http://local.direct.gov.uk/Data/ 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 and https://www.gov.uk/government/publications/public-bodies-2014 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:https://www.gov.uk/find-your-local-council

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:
4.3.2016