South Tyneside Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Removal and testing of Asbestos |
Notice type: | Contract Notice |
Authority: | South Tyneside Council |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Provision of an Asbestos Removal and Analysis service |
Published: | 19/12/2012 15:30 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
South Tyneside Council
Town Hall, Westoe Road, South Shields, NE33 1JN, United Kingdom
Tel. +44 1914247360
Attn: Kevin Graham
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
General Public Services
Public Order and Safety
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Removal and testing of Asbestos
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 1,200,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Asbestos removal services. Provision of an Asbestos Removal and Analysis service
II.1.6)Common Procurement Vocabulary:
90650000 - Asbestos removal services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Framework will be split into two lots
Lot 1 - Removal
Lot 2 - Analytical testing
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Lot No: 1
Title: Removal of Asbestos in Buildings and other locations
1)Short Description:
Removal of Asbestos in Buildings and other locations
2)Common Procurement Vocabulary:
45262660 - Asbestos-removal work.
3)Quantity Or Scope:
Removal of Asbestos from Buildings and other locations
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Asbestos Analytical Testing Services
1)Short Description:
Provision of the Analytical testing Services
2)Common Procurement Vocabulary:
90650000 - Asbestos removal services.
3)Quantity Or Scope:
Testing of Asbestos
If known, estimated cost of works excluding VAT: 300,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
N/A
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be detailed in Tender Documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability
III.1.4)Other particular conditions:
The 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 registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
To be detailed in prequalification questionnaire
Minimum Level(s) of standards possibly required:
To be detailed in prequalification questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
To be detailed in prequalification questionnaire
Minimum Level(s) of standards possibly required:
To be detailed in prequalification questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 7
Objective Criteria for choosing the limited number of candidates:
Scored in accordance with the process set out in prequalification questionnaire
IV.2)Award Criteria
IV.2.1)Award criteria:
The 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 auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 04/02/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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,and the contract will be awarded on the basis of the most economically advantageous tender.
Applicants wishing to express an interest and be considered for inclusion on the shortlist must complete the prequalification questionnaire (PQQ). To do this you must register as a supplier accessing the North East Purchasing Organisation (NEPO) website: www.qtegov.com/procontract/supplier.nsf. If you already have a login, select log in from the top right corner and enter your username and password. If you are not registered select Register Free and complete the registration form. Your username and password will be e-mailed to you. To register interest against a contract select the binoculars beside Latest Opportunities section, enter the Contract Ref: QTLE - in 'Contains' field and press search. Tick the select box against the contact and press register, your registration will be confirmed by e-mail and on screen. If you have any queries or require further assistance please contact Scott Bell, Portal Administrator, Tel: +44 1914335949. The Council reserves the right to change or terminate without notice the procedure for awarding the contract (or part of it) at any time without liability. Tenderers and all supporting documentation must be priced in sterling and written in English. Anya greement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English Courts. The Council does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=46801525
GO-20121219-PRO-4465514 TKR-20121219-PRO-4465513
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
South Tyneside Council
Wouldhave House, South Shields, NE33 1JN, United Kingdom
Tel. +44 1914247360, URL: www.southtyneside.gov.uk
VI.4.2)Lodging of appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. If a challenge regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 provide the aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days of the contracting authority's notification of the award of the contract and a summary of reasons to tenderers, or otherwise within six months of the contract being entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 19/12/2012
ANNEX A