Northern Housing Consortium Ltd has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Asbestos, Legionella and Mould Management *Duplicated* |
Notice type: | Contract Notice |
Authority: | Northern Housing Consortium Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Northern Housing Consortium (NHC) are looking to procure a framework for the provision of asbestos,legionella, and mould services, including: surveys, testing/analytical services, removal, remedial, maintenance,and consultancy services for their Member Organisations to call-off from. The framework will be available for all current and future member organisations of the consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/ |
Published: | 19/11/2019 14:10 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Main Address: https://www.northern-consortium.org.uk
NUTS Code: UK
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Cleaning-and-sanitation-services-in-urban-or-rural-areas%2C-and-related-services.-*Duplicated*/8P49V895RG
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Other type:: Central Purchasing Body
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos, Legionella and Mould Management
Reference Number: Not provided
II.1.2) Main CPV Code:
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Northern Housing Consortium (NHC) are looking to procure a framework for the provision of asbestos,legionella, and mould services, including: surveys, testing/analytical services, removal, remedial, maintenance,and consultancy services for their Member Organisations to call-off from.
The framework will be available for all current and future member organisations of the consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
II.1.5) Estimated total value:
Value excluding VAT: 150,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Member Organisations may choose to award call-off contracts combining the following lots/sub-lots or groups of lots/sub-lots to meet their requirements.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Asbestos Surveying, Sampling and Air Monitoring
Lot No: Sub-Lot 1.1
II.2.2) Additional CPV codes:
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
71315300 - Building surveying services.
71353000 - Surface surveying services.
71315400 - Building-inspection services.
71315200 - Building consultancy services.
80500000 - Training services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 1.1 is available for NHC's Member Organisations to purchase a range of asbestos surveying, sampling and air monitoring services.
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: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 1.1, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 2
II.2.1) Title: Asbestos Removal and Remedial Services
Lot No: Sub-Lot 1.2
II.2.2) Additional CPV codes:
90650000 - Asbestos removal services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
45262660 - Asbestos-removal work.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71315200 - Building consultancy services.
71353000 - Surface surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 1.2 is available for NHC's Member Organisations to purchase a range of asbestos removal and remedial services.
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: 25,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 1.2, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 3
II.2.1) Title: Asbestos Consultancy and Training
Lot No: Sub-Lot 1.3
II.2.2) Additional CPV codes:
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
71315200 - Building consultancy services.
71353000 - Surface surveying services.
80500000 - Training services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 1.3 is available for NHC's Member Organisations to purchase a range of asbestos consultancy and training services.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 1.3, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 4
II.2.1) Title: Asbestos Fully Managed Service
Lot No: Sub-Lot 1.4
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
90650000 - Asbestos removal services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71315200 - Building consultancy services.
71353000 - Surface surveying services.
80500000 - Training services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 1.4 is available for NHC's Member Organisations to purchase a fully managed asbestos service, including asbestos surveying, sampling, air monitoring, removal, remedial, consultancy and training services.
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: 40,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 1.4, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 5
II.2.1) Title: Legionella Consultancy Services
Lot No: Sub-Lot 2.1
II.2.2) Additional CPV codes:
71800000 - Consulting services for water-supply and waste consultancy.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
71353000 - Surface surveying services.
71315400 - Building-inspection services.
71315200 - Building consultancy services.
80500000 - Training services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 2.1 is available for NHC's Member Organisations to purchase a range of legionella consultancy services.
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 2.1, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 6
II.2.1) Title: Legionella Water Quality and System Maintenance Services
Lot No: Sub-Lot 2.2
II.2.2) Additional CPV codes:
71800000 - Consulting services for water-supply and waste consultancy.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
80500000 - Training services.
71353000 - Surface surveying services.
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 2.2 is available for NHC's Member Organisations to purchase a range of legionella system maintenance and water quality services, including remedial works.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 2.2, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 7
II.2.1) Title: Legionella Fully Managed Service
Lot No: Sub-Lot 2.3
II.2.2) Additional CPV codes:
71800000 - Consulting services for water-supply and waste consultancy.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
80500000 - Training services.
71353000 - Surface surveying services.
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 2.3 is available for NHC's Member Organisations to purchase a legionella fully managed services, including a range of legionella consultancy, water quality, and system maintenance services.
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 2.3, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 8
II.2.1) Title: Mould and Damp Survey and Remediation Services
Lot No: Sub-Lot 3.1
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
80500000 - Training services.
71353000 - Surface surveying services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 3.1 is available for NHC's Member Organisations to purchase a range of mould and damp surveying and remediation services.
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: 10,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 3.1, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 9
II.2.1) Title: Mould and Damp Sampling and Identification Services
Lot No: Sub-Lot 3.2
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
80500000 - Training services.
71353000 - Surface surveying services.
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 3.2 is available for NHC's Member Organisations to purchase a range of mould and damp sampling and analysis services
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: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 3.2, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 10
II.2.1) Title: Mould and Damp Fully Managed Service
Lot No: Sub-Lot 3.3
II.2.2) Additional CPV codes:
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
80500000 - Training services.
71353000 - Surface surveying services.
50000000 - Repair and maintenance services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Sub-Lot 3.3 is available for NHC's Member Organisations to purchase a range of mould and damp services, including surveys, remediation, sampling and analysis
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: 15,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For Sub-Lot 3.3, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
II.2) Description Lot No. 11
II.2.1) Title: Asbestos, Legionella and Mould Fully Managed Service
Lot No: Sub-Lot 4
II.2.2) Additional CPV codes:
90650000 - Asbestos removal services.
45262660 - Asbestos-removal work.
71315200 - Building consultancy services.
71315300 - Building surveying services.
71315400 - Building-inspection services.
71800000 - Consulting services for water-supply and waste consultancy.
71353000 - Surface surveying services.
80500000 - Training services.
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
50000000 - Repair and maintenance services.
50510000 - Repair and maintenance services of pumps, valves, taps and metal containers.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 4 is available for NHC's Member Organisations to purchase a fully managed service for their asbestos, legionella and mould management requirements, including surveying, sampling and analysis, air monitoring, removal, remedial, training, consultancy, and maintenance services
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: 50,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
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: For LOT 4, up to the ten highest scoring bidders (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
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:
Successful bidders must become a Supply Partner member of the Northern Housing Consortium, which is renewable on an annual basis, for the duration of the framework agreement and any subsequent supply agreements. The current annual fee is £500 + vat.
Bidders must also meet all legislative and regulatory requirements as set out in the specification and procurement documents. Asbestos laboratory facilities must be accredited to ISO17025 (Asbestos Testing Services).
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 2019/S 187 - 454810
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 16/12/2019 Time: 16:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 16/12/2019
Time: 16:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2022
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under one, or a combination of sub-lots/lot(s) to meet theirrequirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=448439072
VI.4) Procedures for review
VI.4.1) Review body:
See VI.4.3
Sunderland, United Kingdom
VI.4.2) Body responsible for mediation procedures:
See VI.4.3
Sunderland, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Northern Housing Consortium (Contracting Authority) will incorporate a minimum 10 calendar day standstill period following confirmation on the award of the framework to successful bidders. The Public Contracts Regulations 2015 (the Regulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen.
The court may extend the time limit for starting proceedings where the court considers that there is a good reason for doing so but not so as to permit proceedings to be started more than 3 months after that date.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 19/11/2019
Annex A
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Northern Housing Consortium Ltd
Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
Tel. +44 1915661000, Email: tenders@consortiumprocurement.org.uk
Main Address: https://www.northern-consortium.org.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Asbestos, Legionella and Mould Management Reference number: Not Provided
II.1.2) Main CPV code:
90600000 - Cleaning and sanitation services in urban or rural areas, and related services.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: The Northern Housing Consortium (NHC) are looking to procure a framework for the provision of asbestos,legionella, and mould services, including: surveys, testing/analytical services, removal, remedial, maintenance,and consultancy services for their Member Organisations to call-off from.
The framework will be available for all current and future member organisations of the consortium, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 16/12/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 233182
Notice number in OJ S: 2019/S 226 - 554465
Date of dispatch of the original notice: 19/11/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of:
Date: 16/12/2019
Local Time: 16:00
Read:
Date: 10/01/2020
Local Time: 12:00
VII.2) Other 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.
The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under one, or a combination of sub-lots/lot(s) to meet theirrequirements.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=457787975