Left University is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Asbestos Consultancy Services |
Notice type: | Contract Notice |
Authority: | Left University |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The University of Bath wishes to appoint a number of Independent Asbestos Consultants on a framework of up to 4 years to assist in the compliance with the Control of Asbestos Regulations. The Estates Department at the University of Bath is acutely aware of the responsibility to manage the risk posed by asbestos containing materials within buildings under their control. Historically, the University has appointed an external Consultant to assist in compliance with the Control of Asbestos Regulations. Over the years surveys have been undertaken within all University buildings on and off campus. More recently the data from these surveys has been collated into an electronic database. Asbestos removal work at the University is normally driven by refurbishment works, routine maintenance and risk assessment of materials following inspection. The Consultant(s) are engaged, when deemed necessary in this process, to project manage the remediation. |
Published: | 17/07/2014 12:10 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Contact: See Section VI.3 Other Information, Attn: Mrs Helen Passmore
Electronic Submission URL: https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Technical-testing%2C-analysis-and-consultancy-services./TFT6GTJ73P
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:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Asbestos Consultancy Services
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
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
II.1.5)Short description of the contract or purchase:
Technical testing, analysis and consultancy services. The University of Bath wishes to appoint a number of Independent Asbestos Consultants on a framework of up to 4 years to assist in the compliance with the Control of Asbestos Regulations.
The Estates Department at the University of Bath is acutely aware of the responsibility to manage the risk posed by asbestos containing materials within buildings under their control. Historically, the University has appointed an external Consultant to assist in compliance with the Control of Asbestos Regulations. Over the years surveys have been undertaken within all University buildings on and off campus. More recently the data from these surveys has been collated into an electronic database.
Asbestos removal work at the University is normally driven by refurbishment works, routine maintenance and risk assessment of materials following inspection. The Consultant(s) are engaged, when deemed necessary in this process, to project manage the remediation.
II.1.6)Common Procurement Vocabulary:
71600000 - Technical testing, analysis and consultancy services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Not Provided
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Not Provided
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
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
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: Not Provided
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:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
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:
Not Provided
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: UoBath/Proc/241
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
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: 18/08/2014
Time: 14:00
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Technical-testing%2C-analysis-and-consultancy-services./TFT6GTJ73P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TFT6GTJ73P
GO-2014717-PRO-5822545 TKR-2014717-PRO-5822544
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.5) Date Of Dispatch Of This Notice: 17/07/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Bath: Technical testing, analysis and consultancy services.
I.1)Name, Addresses and Contact Point(s):
University of Bath
Procurement, Wessex House 6.43, Claverton Down, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939, Fax. +44 1225386166, Email: h.passmore@bath.ac.uk
Attn: Mrs Helen Passmore
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
Not Provided
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Asbestos Consultancy Services
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Technical testing, analysis and consultancy services. This is an AWARD Notice for the University of Bath requirement for a number of Independent Asbestos Consultants on a framework of up to 4 years to assist in the compliance with the Control of Asbestos Regulations.
II.1.5)Common procurement vocabulary:
71600000 - Technical testing, analysis and consultancy services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 600,000
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Experience/Technical - 50
Price - 30
Quality - 20
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: UoBath/Proc/241
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 138 - 247864 of 17/07/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 10/04/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Life Environmental Services Ltd
Postal address: 4, Ducketts Wharf, South Street
Town: Bishops Stortford
Postal code: CM23 3AR
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 200,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 10/04/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Redhill Analysts Ltd
Postal address: Unit 1, Dean House Farm, Church Lane, Newdigate
Town: Dorking
Postal code: RH5 5DL
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 200,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 10/04/2015
V.2) Information About Offers
Number Of Offers Received: 7
Number Of Offers Received By Electronic Means: 7
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Shield On-Site Services
Postal address: Alton House, Alton Business Park, Alton Road
Town: Ross-on-Wye
Postal code: HR9 5BP
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 200,000
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=142127820
GO-2015428-PRO-6556048 TKR-2015428-PRO-6556047
VI.3.1)Body responsible for appeal procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
Body responsible for mediation procedures:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
University of Bath
Procurement, Bath, BA2 7AY, United Kingdom
Tel. +44 1225386939
VI.4)Date Of Dispatch Of This Notice: 28/04/2015