Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Environment Agency Wales
Ty Cambria House, 29 Newport Road
For the attention of: Julie Dyer
CF24 0TP Cardiff
UNITED KINGDOM
Telephone: +44 2920466213
E-mail:
Fax: +44 2920466406
Internet address(es):
General address of the contracting authority: www.environment-agency.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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
Environment Agency Wales
Ty Cambria House, 29 Newport Road
CF24 0TP Cardiff
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:30785 Low Loader Hire, Lorry Hire and the Sourcing and Delivery of Aggregates Wales.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 2: Land transport services [2], including armoured car services, and courier services, except transport of mail
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 several operators
maximum number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 700 000 and 1 200 000 GBP
II.1.5)Short description of the contract or purchase(s)The Environment Agency Wales, Forestry Commission and Countryside Council for Wales are approaching organisations with a view to awarding contracts for the provision of Low Loaders, HGV Lorries, there is smaller requirement for the supply and delivery of aggregates. The contracts will initially be for a 1 year period, with the option to extend contracts for a further 3 years, subject to satisfactory price and performance reviews.
The framework will be awarded by the Natural Resources Body for Wales (NRB) and will be utilised by the legacy functions of the three organisations detailed above. With this in mind there may be changes to the provision of the services required dependent on developments when the NRB is vested on the 1.4.2013.
It is envisaged that three distinct areas will form the core of the contract as follows.
i. Low Loaders with Driver.
ii. Lorries with driver.
iii. Sourcing and delivery of aggregates.
The contract will be further sub divided into the 4 operational boundaries of the Welsh Region. They are North West Wales, North East Wales, South East Wales and South West Wales. Tenderers may tender for either a single area or any combination of areas, based on their ability to provide an adequate service.
The proposed requirements identified are but not limited to.
Low Loaders
Tippers
Flatbeds
Rock Body
Hiab arm
Armoured body
Artic Lorries
Users may require vehicle hire, short term, medium term and longer term hire (up to a year). Certain vehicles will need to be available on a 24 hours a day, 7 days a week basis.
II.1.6)Common procurement vocabulary (CPV)60180000, 60000000, 60182000, 14212200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more 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:
II.2.2)Information about optionsOptions: no
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)
Information about lots
Lot No: 1 Lot title: North West Wales Low Loader Hire1)Short descriptionNorth West Wales Low Loader Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short erm, medium erm and long term hire.
Estimated value excluding VAT:
Range: between 20 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: North East Wales Low Loader Hire1)Short descriptionNorth East Wales Low Loader Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 20 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: South West Wales Low Loader Hire1)Short descriptionSouth West Wales Low Loader Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 20 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: South East Wales Low Loader Hire1)Short descriptionSouth East Wales Low Loader Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 20 000 and 200 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 5 Lot title: North West Wales Lorry Hire1)Short descriptionNorth West Wales Lorry Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 6 Lot title: North East Wales Lorry Hire1)Short descriptionNorth East Wales Lorry Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 7 Lot title: South West Wales Lorry Hire1)Short descriptionSouth West Wales Lorry Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 8 Lot title: South East Wales Lorry Hire1)Short descriptionSouth East Wales Lorry Hire
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require vehicle hire with driver for short term, medium term and long term hire.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 9 Lot title: North West Wales Sourcing and Delivery of Aggregates1)Short descriptionNorth West Wales Sourcing and Delivery of Aggregates
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require contractors to source and deliver aggregates, aggregates generally consist of core construction materials, typical examples of materials required are stone, varying in size from 10mm up to 3 metre, gravels, various types of sand, clay and soils. We also require some larger stone including 1to 6 tonne rock armour. On occasion we may require the provision of specialist material.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 10 Lot title: North East Wales Sourcing and Delivery of Aggregates1)Short descriptionNorth East Wales Sourcing and Delivery of Aggregates
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require contractors to source and deliver aggregates, aggregates generally consist of core construction materials, typical examples of materials required are stone, varying in size from 10mm up to 3 metre, gravels, various types of sand, clay and soils. We also require some larger stone including 1to 6 tonne rock armour. On occasion we may require the provision of specialist material.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 11 Lot title: South West Wales Sourcing and Delivery of Aggregates1)Short descriptionSouth West Wales Sourcing and Delivery of Aggregates
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require contractors to source and deliver aggregates, aggregates generally consist of core construction materials, typical examples of materials required are stone, varying in size from 10mm up to 3 metre, gravels, various types of sand, clay and soils. We also require some larger stone including 1to 6 tonne rock armour. On occasion we may require the provision of specialist material.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 12 Lot title: South East Wales Sourcing and Delivery of Aggregates1)Short descriptionSouth East Wales Sourcing and Delivery of Aggregates
2)Common procurement vocabulary (CPV) 3)Quantity or scopeUsers will require contractors to source and deliver aggregates, aggregates generally consist of core construction materials, typical examples of materials required are stone, varying in size from 10mm up to 3 metre, gravels, various types of sand, clay and soils. We also require some larger stone including 1to 6 tonne rock armour. On occasion we may require the provision of specialist material.
Estimated value excluding VAT:
Range: between 5 000 and 50 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 48 (from the award of the contract)
5)Additional information about lots
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:Each economic operator to be jointly and severally liable for the performance of the contracts.
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: Evidence of economic and financial standing and technical competence will be required, each application will be sent a questionnaire.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 40
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:30785
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate1.3.2013 - 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 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 informationRight to Cancel always
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 Authorities Involved if applicable
This contract/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 of the Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non departmental public bodies. A full list can be found at
http://archive.defra.gov.uk/corporate/about/with/delivery/landscape/documents/public-bodies.pdf
Similarly the contractor may be required to supply the Scottish Environmental Protection Agency, the Northern Ireland Environment Agency, the Welsh Assembly Government, including its Agencies, and the Forestry Commission, including its Executive Agencies.
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:24.1.2013