Notice Information
Notice Title
Provision of Diving Services for the Thames Area
Notice Description
The Environment Agency is seeking the provision of Diving Services to complete both Planned Preventative Maintenance (PPM) and Reactive Diving Works for a number of Environment Agency assets, including locks, weirs and bridges within its Thames Area and with a possible requirement for working in other Environment Agency areas as and when required. PPM work comprises sub-surface inspections of a variety of structures and producing comprehensive written reports, as well as scheduled component replacement. Reactive Works are generated by PPM inspection findings, as well as additional construction works requested by Environment Agency areas and departments. Environment Agency assets in Thames Area which require routine diving operations are mainly located along the River Thames, the upper half flowing from St John's Lock to Hurley Lock and the lower half from Temple Lock to Teddington Lock. Further assets are found on the Rivers Wey, Kennet, Loddon, Ray, Wolvercote and on the Jubilee River. All rivers stated are non-tidal, with the exception of Teddington Lock site on the River Thames. The diving teams will predominantly be working on inland rivers and reservoirs, with an infrequent requirement to work on our coastal defenses. Use of this framework may also be offered to the Department of the Environment, Food and Rural Affairs (Defra), and to its associated bodies including any Agencies and non departmental public bodies. As such, any indicative volumes or estimated framework values may be subject to change. The framework is intended to be awarded to a single supplier. Additional information: PLEASE NOTE: This framework is being procured under the Public Contracts Regulations 2015. In relation to IV.1, the type of procedure is the Open Procedure Regulation 29. PLEASE NOTE: This exercise shall be conducted using a two stage approach:- organisations wishing to pursue this opportunity should complete the questions and submit your response to the Supplier Selection Criteria (SSC) and Award Stage Question through the Bravo Portal system(www.bravosolution.co.uk). The objective of the Selection Stage is to evaluate responses in accordance with regulations 57 and 58 of the Public Contracts Regulations 2015. Completion of this section is mandatory. Any tenderer that fails one of the mandatory criteria set out in the Specification will not progressed to be evaluated at the Award Stage. Selection stage questions are listed under the Qualification Envelope. Most of the questions are 'pass / fail' questions. If you do not answer any of these questions appropriately, we will reject your application in full and will not evaluate any further questions, and you will not be eligible to have your tender assessed at the Award Stage. Please ensure you complete and submit the on-line Qualification Envelope forms within Bravo 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 a 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 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 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-forenvironmentfood- rural-affairs. The successful bidder 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 may be required to supply and provide the services to Central Government departments, executive agencies, and other NDPBs. Full lists can be found at: http Full lists can be found at: https://www.gov.uk/government
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-03499cc3-1329-4836-8873-1fbb0a6dfb43
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/815ebe80-6a37-4424-93ce-c9acc2a1a0e7
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
98 - Other community, social and personal services
-
- CPV Codes
98363000 - Diving services
Notice Value(s)
- Tender Value
- £1,200,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Dec 20196 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 23 Dec 2019Expired
- Award Date
- Not specified
- Contract Period
- 15 Apr 2020 - 15 Apr 2024 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA NETWORK ETENDERING PORTAL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BRISTOL
- Postcode
- BS1 5AH
- Post Town
- Bristol
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK5 West of England
- Small Region (ITL 3)
- TLK51 Bristol, City of
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Bristol, City of
- Electoral Ward
- Hotwells and Harbourside
- Westminster Constituency
- Bristol Central
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/815ebe80-6a37-4424-93ce-c9acc2a1a0e7
6th December 2019 - Future opportunity notice on Contracts Finder -
https://www.gov.uk/government/organisations/environment-agency
https://www.gov.uk/government/organisations/environment-agency
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-03499cc3-1329-4836-8873-1fbb0a6dfb43-2019-12-06T16:56:28Z",
"date": "2019-12-06T16:56:28Z",
"ocid": "ocds-b5fd17-03499cc3-1329-4836-8873-1fbb0a6dfb43",
"language": "en",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/815ebe80-6a37-4424-93ce-c9acc2a1a0e7",
"datePublished": "2019-12-06T16:56:28Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "https://www.gov.uk/government/organisations/environment-agency",
"url": "https://www.gov.uk/government/organisations/environment-agency"
}
]
},
"tender": {
"id": "tender_220840/813380",
"title": "Provision of Diving Services for the Thames Area",
"description": "The Environment Agency is seeking the provision of Diving Services to complete both Planned Preventative Maintenance (PPM) and Reactive Diving Works for a number of Environment Agency assets, including locks, weirs and bridges within its Thames Area and with a possible requirement for working in other Environment Agency areas as and when required. PPM work comprises sub-surface inspections of a variety of structures and producing comprehensive written reports, as well as scheduled component replacement. Reactive Works are generated by PPM inspection findings, as well as additional construction works requested by Environment Agency areas and departments. Environment Agency assets in Thames Area which require routine diving operations are mainly located along the River Thames, the upper half flowing from St John's Lock to Hurley Lock and the lower half from Temple Lock to Teddington Lock. Further assets are found on the Rivers Wey, Kennet, Loddon, Ray, Wolvercote and on the Jubilee River. All rivers stated are non-tidal, with the exception of Teddington Lock site on the River Thames. The diving teams will predominantly be working on inland rivers and reservoirs, with an infrequent requirement to work on our coastal defenses. Use of this framework may also be offered to the Department of the Environment, Food and Rural Affairs (Defra), and to its associated bodies including any Agencies and non departmental public bodies. As such, any indicative volumes or estimated framework values may be subject to change. The framework is intended to be awarded to a single supplier. Additional information: PLEASE NOTE: This framework is being procured under the Public Contracts Regulations 2015. In relation to IV.1, the type of procedure is the Open Procedure Regulation 29. PLEASE NOTE: This exercise shall be conducted using a two stage approach:- organisations wishing to pursue this opportunity should complete the questions and submit your response to the Supplier Selection Criteria (SSC) and Award Stage Question through the Bravo Portal system(www.bravosolution.co.uk). The objective of the Selection Stage is to evaluate responses in accordance with regulations 57 and 58 of the Public Contracts Regulations 2015. Completion of this section is mandatory. Any tenderer that fails one of the mandatory criteria set out in the Specification will not progressed to be evaluated at the Award Stage. Selection stage questions are listed under the Qualification Envelope. Most of the questions are 'pass / fail' questions. If you do not answer any of these questions appropriately, we will reject your application in full and will not evaluate any further questions, and you will not be eligible to have your tender assessed at the Award Stage. Please ensure you complete and submit the on-line Qualification Envelope forms within Bravo 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 a 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 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 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-forenvironmentfood- rural-affairs. The successful bidder 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 may be required to supply and provide the services to Central Government departments, executive agencies, and other NDPBs. Full lists can be found at: http Full lists can be found at: https://www.gov.uk/government",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "98363000",
"description": "Diving services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "South East",
"countryName": "United Kingdom"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1200000,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2019-12-23T00:00:00Z"
},
"contractPeriod": {
"startDate": "2020-04-16T00:00:00+01:00",
"endDate": "2024-04-15T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
}
},
"parties": [
{
"id": "GB-CFS-46832",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "Horizon House",
"locality": "Bristol",
"postalCode": "BS1 5AH",
"countryName": "England"
},
"contactPoint": {
"name": "Eunice Kuyinu",
"email": "Eunice.Kuyinu@environment-agency.gov.uk",
"telephone": "+44 2080247594"
},
"details": {
"url": "https://www.gov.uk/government/organisations/environment-agency"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-46832",
"name": "Defra Network eTendering Portal"
}
}