Engineering services (№16337351)

27 aug

Number: 16337351

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


27-08-2019

Description


  1. Section I
    1. Name and addresses
      Environment Agency
      Guildbourne House
      Worthing
      BN11 1LD
      United Kingdom
      Telephone: +44 2072385921
      E-mail: [email protected]
    2. Type of the contracting authority:
      National or federal agency/office
    3. Main activity:
      Environment
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Client Support Framework

        Reference number: 2018/S 160-366883
      2. Main CPV code:
        71300000, 71300000, 71311000, 71313000, 71317210, 71500000, 71530000, 71541000, 71621000, 72224000, 73210000, 66171000, 71244000, 71300000, 71530000, 71541000, 72224000
      3. Type of contract:
        Services
      4. Short description:

        The Environment Agency sought the provision of support services to help deliver its programme of capital investment and improvement works for flood defence assets (both fixed and active), as well as wider business requirements, in a way that delivers sustainable, best value outcomes. The client support framework consists of 2 lots:

        Lot 1: Technical Delivery Support;

        Lot 2: Contract, Cost and Carbon Management Support.

        Each lot covers a national delivery requirement.

      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 80 000 000.00 GBP
    2. Description
      1. Title:

        Technical Delivery Support

      2. Additional CPV code(s):
        71300000, 71311000, 71313000, 71317210, 71500000, 71530000, 71541000, 71621000, 72224000, 73210000
      3. Place of performance:
        Main site or place of performance:

        ENGLAND.

      4. Description of the procurement:

        The Environment Agency sought the provision of support services to help deliver its programme of capital investment and improvement works for flood defence assets (both fixed and active), as well as wider business requirements, in a way that delivers sustainable, best value outcomes.

        Lot 1 provides technical delivery support to the Environment Agency and to other public sector bodies (as listed under section VI.3 additional information), across a range of services that may include (but are not limited to):

        — new engineering contract (NEC) engineering and construction contract (ECC) site supervisors,

        — Construction (Design and Management) Regulations 2015 (CDM) principal designers,

        — CDM client support roles,

        — environmental clerks of work,

        — bought in services: technical staff; national environmental,

        — assessment service (NEAS) environmental project managers (Environmental Assurance and Environmental Impact Assessments (EIAs), landscape architects, archaeology),

        — independent technical assurance and advice: engineering; economics; sustainability and environmental; mechanical, electrical, instrumentation, control and automation (MEICA) and reliability engineering; low carbon designs; asset management general consultancy support; assessment of asset reliability, and reliability engineering; support for strategic spatial planning and infrastructure work, statutory planning response work and permitting),

        — strategic environmental assessments (SEAs) support,

        — building information modelling (BIM) support,

        — reservoir engineering services: panel engineers; supervising engineers; and surveying,

        — flood and coastal erosion risk management (FCERM) research,

        — environmental assessment research,

        — technical advice: geographical information systems (GIS),

        — construction health, safety and well-being guidance, assurance and support,

        — other technical delivery support activities/services as required to support delivery programmes.

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 70
        Cost criterion - Weighting: 30
      6. Information about options:
        Options: no
      7. Information about European Union funds:
      8. Additional information:

        The framework itself is not subject to European Union funding, but it is possible that some services called-off under the arrangement may receive European Union funding.

      9. Title:

        Contract, Cost and Carbon Management Support

      10. Additional CPV code(s):
        66171000, 71244000, 71300000, 71530000, 71541000, 72224000
      11. Place of performance:
        Main site or place of performance:

        ENGLAND.

      12. Description of the procurement:

        The Environment Agency sought the provision of support services to help deliver its programme of capital investment and improvement works for flood defence assets (both fixed and active), as well as wider business requirements, in a way that delivers sustainable, best value outcomes.

        Lot 2 provides contract, cost and carbon management support to the Environment Agency and to other public sector bodies (as listed under section VI.3 additional information), across a range of services that may include (but are not limited to):

        — new engineering contract (NEC) engineering and construction contract (ECC) project managers,

        — project cost managers,

        — bought in services for project and programme management,

        — integrated cost and carbon target setting, forecasting, actuals, assurance and reporting, estimating, modelling and benchmarking using a full suite of top-down and bottom-up approaches,

        — cost and price investigation and supplier bid assurance in collaborative, single-source commercial environments,

        — risk identification and evaluation, including probabilistic approaches,

        — project controls (including gathering, analysing, monitoring, reporting and managing costs on an on-going basis),

        — data and digital assurance (develop our approach to digital technology and modelling to support EA decision making and assurance activities),

        — data analysis and reporting (deriving new knowledge from data, detailed analysis of a range of data including information that may sit outside of the EA, including business intelligence (BI) tools and approaches and associated programming capability),

        — client programme, performance and portfolio management support and advice,

        — client commercial advice, assurance and support,

        — risk workshop facilitation,

        — other cost, contract and carbon management activities/services as required to support delivery programmes,

        — ancillary non-FCRM support services.

      13. Award criteria:
        Quality criterion - Name: Quality / Weighting: 70
        Cost criterion - Weighting: 30
      14. Information about options:
        Options: no
      15. Information about European Union funds:
      16. Additional information:

        The framework itself is not subject to European Union funding, but it is possible that some services called-off under the arrangement may receive European Union funding.

  3. Section IV
    1. Description:
      1. Type of procedure:
        Competitive procedure with negotiation
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2018/S 160-366883
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Lot No: 1
      Title:

      Technical Delivery Support

    2. Award of contract
      1. Date of conclusion of the contract: 2019-07-02
      2. Information about tenders:
        Number of tenders received: 6
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        Capita Black and Veatch Consortium
        Redhill
        United Kingdom
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):

        Total value of the contract/lot: 27 000 000.00 GBP
      5. Information about subcontracting:

        Lot No: 2
        Title:

        Contract, Cost and Carbon Management Support

      6. Award of contract
        1. Date of conclusion of the contract: 2019-07-02
        2. Information about tenders:
          Number of tenders received: 7
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          AECOM Limited
          London
          United Kingdom
          The contractor is an SME: no
        4. Information on value of the contract/lot (excluding VAT):

          Total value of the contract/lot: 53 000 000.00 GBP
        5. Information about subcontracting:

    3. Section VI
      1. Additional information

        The framework itself is not subject to European Union funding, but it is possible that some services called-off under the arrangement may receive European Union funding.

      2. Procedures for review
        1. Review body
          Environment Agency
          Bristol
          United Kingdom
        2. Body responsible for mediation procedures

        3. Service from which information about the review procedure may be obtained

          The authority has incorporated a minimum 10 calendar day standstill period following electronic notification to unsuccessful applicants of the award decision. Applicants who were unsuccessful were informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful.


      3. Date of dispatch of this notice
        2019-08-23