Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Environment Agency
Horizon House
Bristol
BS1 5AH
UK
Telephone: +44 2072385921
E-mail: felicity.jowett@environment-agency.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/environment-agency
Address of the buyer profile: https://defra.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://defra.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://defra.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Contract for Hydro Acoustic Instruments
II.1.2) Main CPV code
38290000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Environment Agency’s Hydrometry teams are responsible for assessing the quantity of water in the environment. This includes rivers and streams, groundwater aquifers and lakes. Hydro-acoustic instrumentation can be used to measure water in rivers and streams and in lakes.
Hydro-acoustic instrumentation is bought and operated by area hydrometry and telemetry teams. Technical support, training and purchasing advice is provided by experts in the hydrometry programme and technical service team.
Hydro-acoustic instruments have been chosen by the Environment Agency as a very accurate and cost effective method of measuring water in the environment. The instruments can be broken down into three broad groups:
• mobile profiling instruments,
• mobile point-velocity instruments,
• fixed-deployment profiling instruments, including echo-correlation instruments.
II.1.5) Estimated total value
Value excluding VAT:
3 750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Mobile Profiling Instruments
II.2.2) Additional CPV code(s)
38290000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• auto-adaptive ‘full range’ ADCP,
• auto-adaptive ‘full range’ ADCP that also offers full user control,
• low cost, lightweight ADCP.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2021
End:
28/02/2023
This contract is subject to renewal: Yes
Description of renewals:
TBC
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Mobile Point-velocity Instruments
II.2.2) Additional CPV code(s)
38290000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• full range mobile single point velocity ADCP,
• full range mobile multi point velocity profiling ADCP,
• full range mobile single point velocity cross correlation device,
• full range mobile multi point velocity profiling cross correlation device.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2021
End:
28/02/2023
This contract is subject to renewal: Yes
Description of renewals:
TBC
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot value including extension options.
Lot No: 3
II.2.1) Title
Fixed-deployment Profiling Instruments
II.2.2) Additional CPV code(s)
38290000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• fixed hydro-acoustic ADCP instruments,
• fixed hydro-acoustic cross-correlation instruments.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2021
End:
28/02/2023
This contract is subject to renewal: Yes
Description of renewals:
TBC
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/11/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/11/2020
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2025.
VI.3) Additional information
Thank you for your interest in tendering for this requirement, you will need to access the documents through Bravo Solutions portal.
1) The web address is https://defra.bravosolution.co.uk and click the link to register
— accept the terms and conditions and click ‘continue’;
— enter your correct business and user details;
— note the username you chose and click ‘Save’ when complete;
— you will shortly receive an email with your unique password (please keep this secure);
2) Express an Interest in the tender
— login to the portal with the username/password;
— click the ‘PQQs/ ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or Invitations to Tender open to any registered supplier);
— click on the relevant PQQ/ITT to access the content;
— click the ‘Express Interest’ button at the top of the page;
— this will move the PQQ/ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only);
— you can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ITT Details’ box 3. Responding to the tender
— click ‘My Response’ under ‘PQQ/ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining);
— you can now use the ‘Messages’ function to communicate with the buyer and seek any clarification;
— note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT;
— there may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. Please give yourself enough time to complete this before the deadline. If you require any further assistance please consult the online help, or contact the e-Tendering help desk.
Please direct all questions and queries through the message function of the portal, including any clarification questions. This is to ensure no questions are missed and that all answers can be shared with all interested suppliers at the same time.
This contract is available for use by NRW and SEPA
VI.4) Procedures for review
VI.4.1) Review body
Courts of England and Wales
London
UK
VI.5) Date of dispatch of this notice
19/10/2020