Left University: Asbestos Consultancy Services

  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
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-Bath: Technical testing, analysis and consultancy services.

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

UK-Bath: Technical testing, analysis and consultancy services.

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