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 Robin Browne
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352402
E-mail:
Internet address(es):
General address of the contracting authority: http://www.environment-agency.gov.uk
Address of the buyer profile: www.sell2ea.com
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 Robin Browne
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352402
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 Robin Browne
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352402
E-mail:
Tenders or requests to participate must be sent to: Environment Agency
Manley House, Kestrel Way
For the attention of: Mr Robin Browne
EX2 7LQ Exeter
UNITED KINGDOM
Telephone: +44 1392352402
E-mail:
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
Defra
Nobel House
SW1P 3JR London
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework for the Supply of Tractors and Associated Equipment.
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 the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Justification for a framework agreement, the duration of which exceeds four years: N/A.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 6 000 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Environment Agency has a requirement for 4 wheel drive tractors of a variety of sizes and associated equipment to enable it to carry out its statutory and voluntary undertakings in relation to the maintenance and operation of flood defences and river channels. It also has a requirement for a variety of wood chippers for the same purpose. We wish to establish a sole source National Framework for the supply of tractors and associated equipment.
The primary requirement is the supply of tractors and associated equipment in conformity with the specification provided in section 2 of the tender document. Although the majority of our requirements will be as specified in section 2, it is likely that we will sometimes have bespoke requirements for similar but as yet unknown and unspecified equipment. This equipment is likely to consist of tractors below, above and between the horsepower categories stated and a wide variety of other attachments. These may include linkage mounted attachments (i.e. post drivers; snow ploughs; PTO driven concrete mixers; power harrows; spreaders, etc.), alternative types of agricultural trailer (i.e. tipper trailers; flat bed trailers; curtain-side trailers, etc.), alternative fore-loader attachments (i.e. snow ploughs; general purpose buckets; bag lifters; carriage mounted hooks; shear grabs; log grabs; etc.).
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): no
II.1.8)Lots
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 6 000 000 and 10 000 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The Framework will run initially for 2 years with the Environment Agency reserving the right to extend the Framework for a further 2 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
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: 48 (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:
See tender docs.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender docs.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See tender docs.
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: See tender docs.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender docs.
Minimum level(s) of standards possibly required: See tender docs.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender docs.
Minimum level(s) of standards possibly required:
See tender docs.
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 participate
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:
9VVB G9KMOK
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 15.7.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate15.7.2016 - 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 tenderDuration in months: 6 (from the date stated for receipt of 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 information 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:3.6.2016