Shropshire Council: RMCB 026 - Asbestos Consultancy Service

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCB 026 - Asbestos Consultancy Service
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
Short Description: Shropshire Council intends to set up an Asbestos Consultancy Services contract. The fixed price Contract will be for a period of up to 4 years commencing on 1st April 2017. The Asbestos Consultant shall hold Contractors Health & Safety Assessment Scheme (CHAS) accreditation or EU equivalent scheme. The Asbestos Consultant shall hold full UKAS accreditation for testing, analysis, 4 stage clearance testing and sampling to ISO 17025 and surveying to ISO 17020 or EU Equivalent.
Published: 15/09/2016 09:47
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Shrewsbury: Environmental issues consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Fax. +44 1743253910, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./9ZRF3329XJ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/9ZRF3329XJ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/9ZRF3329XJ
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: RMCB 026 - Asbestos Consultancy Service       
      Reference Number: RMCB 026
      II.1.2) Main CPV Code:
      90713000 - Environmental issues consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Shropshire Council intends to set up an Asbestos Consultancy Services contract.
The fixed price Contract will be for a period of up to 4 years commencing on 1st April 2017.

The Asbestos Consultant shall hold Contractors Health & Safety Assessment Scheme (CHAS) accreditation or EU equivalent scheme.

The Asbestos Consultant shall hold full UKAS accreditation for testing, analysis, 4 stage clearance testing and sampling to ISO 17025 and surveying to ISO 17020 or EU Equivalent.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: Shropshire Council intends to set up an Asbestos Consultancy Services contract.

The contract shall comprise:

•the completion of asbestos management surveys (approx. 300 per year)
•the completion of asbestos refurbishment and demolition surveys (approx. 30 per year)
•the preparation of method statements and asbestos removal abatement specifications
•the provision of re-assurance air tests
•the monitoring of asbestos removal/remedial works by licensed contractors and the issuing of four stage clearance and re-occupancy paperwork (approx. 50 per year)

at approximately 300 premises which the Council has control over, typically schools, libraries, offices, fire stations, workshops, small holdings and care homes, located throughout Shropshire.

•the completion of asbestos management re-inspection surveys (approx. 800 - 1200 per year)
•the completion of asbestos management initial surveys (approx. 50 per year)
•the completion of asbestos refurbishment and demolition surveys (approx. 20 per year)
•the completion of one off bulk sampling to possible asbestos materials
•the provision of re-assurance air tests
•the monitoring of asbestos removal/remedial works by licensed contractors and the issuing of four stage clearance and re-occupancy paperwork (approx. 50 per year)

at approximately 4000 domestic premises, including communal areas and garages, which the Council has control over, all located throughout Shropshire.

It shall further comprise the provision of a 24 hour 365 day a year out of hours service for asbestos sampling and reassurance air testing.

The fixed price Contract will be for a period of up to 4 years commencing on 1st April 2017.

The Asbestos Consultant shall hold Contractors Health & Safety Assessment Scheme (CHAS) accreditation or EU equivalent scheme.

The Asbestos Consultant shall hold full UKAS accreditation for testing, analysis, 4 stage clearance testing and sampling to ISO 17025 and surveying to ISO 17020 or EU Equivalent.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2017 / End: 31/03/2021       
      This contract is subject to renewal: Yes       
      Description of renewals: 4 years
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      See tender documentation.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documentation.
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      See tender documentation.    
      III.2.2) Contract performance conditions       
      See tender documentation.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/10/2016 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/10/2016
         Time: 12:00
         Place:
         Shirehall, Shrewsbury
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 4 years
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./9ZRF3329XJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9ZRF3329XJ
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992
   VI.5) Date Of Dispatch Of This Notice: 15/09/2016

Annex A


View any Notice Addenda

View Award Notice