Cheltenham Borough Homes has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Asbestos Services |
Notice type: | Contract Notice |
Authority: | Cheltenham Borough Homes |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Asbestos Services including, but not limited to consultancy, surveying, sample analysis, air testing, asbestos removal and associated remedial works for residential properties. NOTE: This opportunity is split into two Lots. |
Published: | 18/11/2014 14:57 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Cheltenham Borough Council
Municipal Offices, Promenade, Cheltenham, GL50 9SA, United Kingdom
Tel. +44 1242774634, Email: julian.denslow@cheltborohomes.org, URL: www.cheltenham.gov.uk
Contact: Cheltenham Borough Homes, Attn: Julian Denslow
Electronic Access URL: https:/delta-esourcing.com/tenders/UK-title/XXXXX
Electronic Submission URL: https:/delta-esourcing.com/respond/XXXXX
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:
Housing and community amenities
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: Asbestos Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKK13 - Gloucestershire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Asbestos removal services. Asbestos-removal work. Asbestos Services including, but not limited to consultancy, surveying, sample analysis, air testing, asbestos removal and associated remedial works for residential properties. NOTE: This opportunity is split into two Lots.
II.1.6)Common Procurement Vocabulary:
90650000 - Asbestos removal services.
45262660 - Asbestos-removal work.
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:
The provision of asbestos services for Cheltenham Borough Council’s housing and garage stock which is managed by Cheltenham Borough Homes (ALMO) and is located solely within the Borough of Cheltenham and comprises of approximately 2300 houses, 2300 flats contained within 400 blocks and 24 sheltered accommodation schemes, and 100 garage blocks. The service will split between two lots and it is expected that one call off contract will be awarded for each of the two Lots. The first Lot is for asbestos (surveying) services including, but not limited to consultancy, surveying, sample analysis, air testing, removal of non-licenced asbestos and notifiable non-licenced asbestos together with associated works. The second Lot is for asbestos (removal) services including both licenced and non-licenced asbestos removal together with associated works. Applications can be made for both Lots but both will not be awarded to the same Company. It is the intention that in the majority of cases asbestos removal (Lot 2) will not be undertaken by the same Company that undertook the associated survey (Lot 1). The services are to be provided by UKAS accredited Companies and all services will need to be in strict accordance with the Control of Asbestos Regulations 2012 and associated health & safety legislation. There is the requirement for the provision of a 24/7, 52 weeks a year, two hour emergency response call out service. The contract for each Lot will be for a 2yr period commencing on 1st April 2015 with the option for CBC to extend for a further year.
Estimated value excluding VAT: 425,000
Currency: GBP
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
Starting: 01/04/2015
Completion: 31/03/2017
Information About Lots
Lot No: 1
Title: Asbestos (Surveying) Services
1)Short Description:
Asbestos Services including but not limited to consultancy, surveying, reporting (using CBH template) and priority risk assessment, sample analysis, air testing, removal of non-licenced asbestos and notifiable non-licenced asbestos together with associated works for residential properties owned by Cheltenham Borough Council and managed by Cheltenham Borough Homes.
2)Common Procurement Vocabulary:
90650000 - Asbestos removal services.
45262660 - Asbestos-removal work.
3)Quantity Or Scope:
Asbestos services including, but not limited to consultancy, surveying, reporting (using CBH template) and priority risk assessment, sample analysis, air testing, removal of non-licenced asbestos and non-notifiable asbestos together with associated works. It is the intention that in the majority of cases asbestos removal (Lot 2) will not be undertaken by the Company awarded this Lot (Lot 1). The services are to be provided by UKAS accredited Companies that hold ISO/IEC/7020, ISO9001, HSE' Asbestos Licencing Unit, hazardous waste carriers licence. Laboratories must be UKAS accredited with ISO/IEC 17025. All services are to be in strict accordance with the Control of Asbestos Regulations 2012 and associated health & safety legislation or as subsequently updated. There is the requirement for the provision of a 24/7, 52 weeks a year, two hour emergency response call out service. The contract will be for a 2yr period with the option for CBC to extend for a further year.
Value range between: 75,000 and 105,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/04/2015
Completion of works: 31/03/2017
5)Additional Information About Lots:
Lots 1 & 2 will not be awarded to the same company.
Lot No: 2
Title: Asbestos (Removal) Services
1)Short Description:
Asbestos Services: non-licenced & licenced asbestos removal and associated works for residential properties owned by Cheltenham Borough Council and managed by Cheltenham Borough Homes.
2)Common Procurement Vocabulary:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
3)Quantity Or Scope:
Asbestos services for the removal of non-licenced & licenced asbestos and associated works inc air testing. The services are to be provided by UKAS accredited Companies that hold ISO9001, HSE Asbestos Licencing Unit, hazardous waste carriers licence. All services will need to be in strict accordance with the Control of Asbestos Regulations 2012 and associated health & safety legislation. There is the requirement for the provision of a 24/7, 52 weeks a year, two hour emergency response call out service. The contract will be for a 2yr period with the option for CBC to extend for a further year.
Value range between: 225,000 and 320,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/04/2015
Completion of works: 31/03/2017
5)Additional Information About Lots:
Lots 1 & 2 will not be awarded to the same company.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Any requirements will be detailed within the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Will be set out within the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate alead organisation to deal with Cheltenham Borough Homes on all matters relating to the contract. All consortiamembers or groupings will be jointly and severably liable in respect to the obligations and liabilities relating tothe contract.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As detailed within the pre-qualification questionnaire and tender documents. All works are to be undertaken by UKAS accredited Company with all operatives appropriately qualified in respect of asbestos works. All services to be undertaken in accordance with and to comply with the Control of Asbestos Regulations 2012 and associated Health & Safety Legislation.
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.
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the below evaluation criteria.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the below evaluation criteria.
Minimum Level(s) of standards possibly required:
Minimum level(s) of standards possibly required: 10,000,000 GBP Employers Liability Insurance. 5 000 000 GBP Public & Product Liability Insurance. 5 000 000 GBP Professional Indemnity Insurance.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the above and below requirements.
Minimum Level(s) of standards possibly required:
The company must be UKAS accredited to ISO/IEC 17020, ISO9001, HSE Asbestos Licencing Unit (LOT2), and all surveyors P402 / S301qualified and removal operatives CAT B & CAT C (LOT 2) to provide the required services. Laboratories must be UKAS accredited with ISO/IEC 17025, Asbestos in Materials Scheme (AIMS). CBH expects all of our contracted suppliers, providers, partners, contractors and other third parties to share its commitment to promoting equality and diversity.
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
Control of Asbestos Regulations 2012 or as subsequently updated.
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: Yes
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: 3 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Envisiged maximun & minimum for each Lot following evaluation of pre-tender qualification questionnaires.
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: 1413
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 29/12/2014
Time: 16:00
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: Not Provided
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.The right is reserved not to proceed or not to award a contract for the whole or part of the proposed procurement. Neither the contracting authority nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for this contract.Cheltenham Borough Homes will act as contract administrators with the contract(s).It is envisaged that the provisions of the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE 2006) may possibly apply for this procurement. Further information will be provided in the tender documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114682310
GO-20141118-PRO-6168678 TKR-20141118-PRO-6168677
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Cheltenham Borough Council
Municipal Offices, Promenade, Cheltenham, GL50 9SA, United Kingdom
Tel. +44 1242775055, Email: david.baker@gosharedservices.org.uk
VI.4.2)Lodging of appeals: Must be made within the deadlines prescribed within the Public Contracts Regulations.
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: 18/11/2014
ANNEX A