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

Airborne Coastal Swath Bathymetry to IHO Order 1b - Framework Agreement.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

New Forest District Council
Coastal Engineering, Appletree Court, Beaulieu Road
For the attention of: Steve Cook
SO43 7PA Lyndhurst
UNITED KINGDOM
Telephone: +44 2380285588
E-mail:

Internet address(es):

General address of the contracting authority: www.nfdc.gov.uk

Further information can be obtained from: New Forest District Council
Coastal Protection Appletree Court Beaulieu Road
For the attention of: Steve Cook
SO43 7PA Lyndhurst
UNITED KINGDOM
Telephone: +44 2380285588
E-mail:
Internet address: www.businessportal.southeastiep.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: New Forest District Council
Internet address: www.businessportal.southeastiep.gov.uk

Tenders or requests to participate must be sent to: New Forest District Council
Internet address: www.businessportal.southeastiep.gov.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Airborne Coastal Swath Bathymetry to IHO Order 1b - Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: South of England but some work may be carried out elsewhere in UK waters and Crown Dependancies.

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: 8

Duration of the framework agreement

Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: The fundamental intention of this framework agreement is to provide the required external services for the National Network of Strategic Regional Coastal Monitoring Programmes. The duration of the framework is matched to the remaining funding for the current phase and with the anticipated funding for the following phase. This is required to ensure effective completion and delivery of the services required to avoid additional costs in re-procuring the framework, which would otherwise be required.

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

Estimated value excluding VAT:
Range: between 350 000 and 700 000 GBP
II.1.5)Short description of the contract or purchase(s)
The fundamental intention of this framework agreement is to provide the required external services for the National Network of Strategic Regional Coastal Monitoring Programmes.
This framework agreement is for Airborne Coastal Swath Bathymetry to IHO Order 1b.
II.1.6)Common procurement vocabulary (CPV)

71350000, 71351923, 72319000, 71354200, 71353000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Airborne Swath Bathymetry of the coastal zone to IHO Order 1b. Including the capture of the inter-tidal zone up to the elevation of Highest Astronomical Tide. Particularly for extensive shallow areas where traditional boat-based swath bathymetry is difficult to capture.
There is no guaranteed workload or guarantee that any work will be awarded through the framework agreement. The Contracting Authority reserves the right to procure work outside of the framework agreement. The estimated value of services that may be procured through the framework is 350 000 GBP
Allowance for 'call-offs' by other coastal authorities and organisations: 700 000 GBP
II.2.2)Information about options
Options: yes

Description of these options: The Contracting Authority reserves the right, at the option of the Contracting Authority for one or more UK coastal operating authorities and other organisations (all as listed on the project website at www.channelcoast.org) to access the concluded framework agreement without creating any obligation on behalf of any such other coastal operating authority or organistaion to do so. In that event the concluded contractual arrangement would be between the other coastal operating authority or other organisation as relevant accessing the framework agreement and the supplier. Details of such arrangements are set out in the pre-qualification questionnaire and the framework tender documents.

II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
Warranties, bonds and /or parent company guarantees or similar may be required. Details will be included in the framework tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Services will generally be funded through public funds. Payment terms will be specified in the framework tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group bid, each company, or firm, in the bid will be jointly and severally responsible for due performance of the contract. Detailed requirements are as set out in the pre-qualification questionnaire and framework tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As set out in the pre-qualification questionnaire.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the pre-qualification questionnaire.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
104113
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.1.2014 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.1.2014 - 16:00
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: yes
Estimated timing for further notices to be published: 5 years
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

Applications for inclusion must be made by completion of the pre-qualification questionnaire obtainable from www.businessportal.southeastiep.gov.uk Please follow the link to register and download the pre-qualification questionnaire.

The time limit for registering on the portal and accessing the pre-qualification questionnaire is set out in section IV.3.3.
The time limit for the receipt of completed pre-qualification questionnaires is set out in section IV.3.4
It is envisaged that up to 8 participents will be appointed to the framework.
As indicated variants will not be accepted, this relates only to tenders for appointment to the framework agreement; variants may be considered for some call-offs under the framework agreement.
The contracting authority does not accept any liability for any costs incurred by candidates or tenderers. The contracting authority reseves the right not to make any award or to award only part of the framework agreement.
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:
5.12.2013