London Boroughs of Richmond and Wandsworth: The Provision of Asbestos Survey and Sampling Services

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: The Provision of Asbestos Survey and Sampling Services
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Open
Short Description: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is £1,722,000. Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that 60% of the work will be allocated to the primary Contractor and 40% to the secondary to ensure a contractor is always available to carry out the service. To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision. The successful Tenderer must undertake all preparatory work and must commence full operations under the contract on the commencement date.
Published: 04/06/2018 13:15
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-London: Asbestos removal services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Wandsworth
             Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
             Tel. +44 2088715021, Email: ichoudhury@wandsworth.gov.uk
             Contact: Ishmam Choudhury
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
             NUTS Code: UKI34
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      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: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-services./A5R7335U98
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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: https://www.delta-esourcing.com
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: The Provision of Asbestos Survey and Sampling Services       
      Reference Number: CPT/2076
      II.1.2) Main CPV Code:
      90650000 - Asbestos removal services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is £1,722,000.

Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that 60% of the work will be allocated to the primary Contractor and 40% to the secondary to ensure a contractor is always available to carry out the service.

To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.

The successful Tenderer must undertake all preparatory work and must commence full operations under the contract on the commencement date.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,722,000       
      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: 1
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: The Provision of Asbestos Survey and Sampling Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      45262660 - Asbestos-removal work.
      90650000 - Asbestos removal services.
      71311300 - Infrastructure works consultancy services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71315100 - Building-fabric consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71317210 - Health and safety consultancy services.
      71530000 - Construction consultancy services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is £1,033,200. Due to the nature of the initial surveys and the need to allow necessary works to proceed without delay, it is anticipated that the service will commence immediately. Asbestos surveys are required for all public buildings together with the communal areas of the Councils residential housing stock. The service shall also take place in domestic properties within the two Boroughs.

Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that the winning Bidder for this lot will be allocated 60% of the services and will be classified as the primary Contractor.

To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,033,200       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      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:       Yes             
      Description of options: The proposed contract period is five (5) years commencing on 3rd September 2018 and is subject to an extension or extensions of up to an aggregate of two (2) years at the absolute discretion of the Authorities.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      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: To access Lot 2 documents, please use the following link: https://www.delta-esourcing.com/respond/79474U67TV       
II.2) Description Lot No. 2
      
      II.2.1) Title: The Provision of Asbestos Survey and Sampling Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90650000 - Asbestos removal services.
      71311300 - Infrastructure works consultancy services.
      71312000 - Structural engineering consultancy services.
      71313000 - Environmental engineering consultancy services.
      71315100 - Building-fabric consultancy services.
      71315200 - Building consultancy services.
      71315210 - Building services consultancy services.
      71317210 - Health and safety consultancy services.
      71530000 - Construction consultancy services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UKI34 Wandsworth
      UKI75 Hounslow and Richmond upon Thames
      
      II.2.4) Description of procurement: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is £688,800. Due to the nature of the initial surveys and the need to allow necessary works to proceed without delay, it is anticipated that the service will commence immediately. Asbestos surveys are required for all public buildings together with the communal areas of the Councils residential housing stock. The service shall also take place in domestic properties within the two Boroughs.

Following receipt of tenders, it is envisaged that 2 Suppliers will be awarded the contract, acting as primary and secondary contractors. It is proposed that the winning Bidder for this lot will be allocated 40% of the services and will be classified as the secondary Contractor.

To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.
      II.2.5) Award criteria:
            Criteria below
                        
            Price - Weighting: 100
                              
      II.2.6) Estimated value:
      Value excluding VAT: 688,800       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      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:       Yes             
      Description of options: The proposed contract period is five (5) years commencing on 3rd September 2018 and is subject to an extension or extensions of up to an aggregate of two (2) years at the absolute discretion of the Authorities.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      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: To access Lot 2 documents, please use the following link: https://www.delta-esourcing.com/respond/79474U67TV       


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:          
      Not Provided       
      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       
      See Procurement documents          
      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 - NO    
         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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/07/2018 Time: 12:00
            
      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: 18/07/2018
         Time: 12:00
         Place:
         Wandsworth Borough Council
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-services./A5R7335U98

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/A5R7335U98
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Cabinet Office
          70 Whitehall, London, SW1 2AS, United Kingdom
          Internet address: https://www.gov.uk/government/organisations/cabinet-office
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The councils will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contracts is communicated to Tenderers. Applicants who are unsuccessful shall be informed by the buyer as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the public contracts Regulations 2015 (SI 2015 no 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the court may order the setting aside of the award decision or order the buyer to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the relevant buyer to pay a fine, and /or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   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: 04/06/2018

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       London Borough of Richmond Upon Thames
       Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
       Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.richmond.gov.uk
       NUTS Code: UKI75

View any Notice Addenda

UK-London: Asbestos removal services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       London Borough of Wandsworth
       Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
       Tel. +44 2088715021, Email: ichoudhury@wandsworth.gov.uk
       Contact: Ishmam Choudhury
       Main Address: https://www.delta-esourcing.com, Address of the buyer profile: http://www.wandsworth.gov.uk/
       NUTS Code: UKI34

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: The Provision of Asbestos Survey and Sampling Services      Reference number: CPT/2076      
   II.1.2) Main CPV code:
      90650000 - Asbestos removal services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is £1,722,000.

Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that 60% of the work will be allocated to the primary Contractor and 40% to the secondary to ensure a contractor is always available to carry out the service.

To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.

The successful Tenderer must undertake all preparatory work and must commence full operations under the contract on the commencement date.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 08/06/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 224311   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 04/06/2018

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: II.1.4          
         Lot No: Not provided          
         Place of text to be modified: II.1.4          
         Instead of: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants toundertake Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 yearswith the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. Theestimated total value of the contract is 1 722 000 GBP.
Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary andsecondary contractors. It is proposed that 60 % of the work will be allocated to the primary Contractor and 40 %to the secondary to ensure a contractor is always available to carry out the service.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness inservice provision.
The successful Tenderer must undertake all preparatory work and must commence full operations under the contract on the commencement date.          
         Read: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Surveying Services. The contract is expected to have a duration of 5 yearswith the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. Theestimated total value of the contract is 1 722 000 GBP.
Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary andsecondary contractors. It is proposed that 60 % of the work will be allocated to the primary Contractor and 40 %to the secondary to ensure a contractor is always available to carry out the service.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness inservice provision.
The successful Tenderer must undertake all preparatory work and must commence full operations under thecontract on the commencement date.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: II.2.4          
         Lot No: 1          
         Place of text to be modified: II.2.4          
         Instead of: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to under take Asbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is 1 033 200 GBP. Due to the nature of the initial surveys and the need to allow necessary works to proceed without delay, it is anticipated that the service will commence immediately. Asbestos surveys are required for all public buildings together with the communal areas of the Councils residential housing stock. The service shall also take place in domestic properties within the 2 Boroughs.
Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that the winning Bidder for this lot will be allocated 60 % of the services and will be classified as the primary Contractor.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.          
         Read: Both Richmond and Wandsworth Councils are seeking to appoint two asbestos specialist consultants to undertake Asbestos Sampling and Surveying Services. The contract is expected to have a duration of 5 years with the option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. The estimated total value of the contract is 1 033 200 GBP. Due to the nature of the initial surveys and the need to allow necessary works to proceed without delay, it is anticipated that the service will commence immediately. Asbestos surveys are required for all public buildings together with the communal areas of the Councils residential housing stock. The service shall also take place in domestic properties within the 2 Boroughs.
Following receipt of tenders, it is envisaged that 2 contractors will be appointed, acting as primary and secondary contractors. It is proposed that the winning Bidder for this lot will be allocated 60 % of the services and will be classified as the primary Contractor.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness in service provision.
                                    
      
      VII.1.2) Text to be corrected in original notice No: 3
                  
         Section Number: II.2.4          
         Lot No: 2          
         Place of text to be modified: II.2.4          
         Instead of: Both Richmond and Wandsworth Councils are seeking to appoint 2 asbestos specialist consultants to undertakeAsbestos Sampling and Removal Services. The contract is expected to have a duration of 5 years withthe option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. Theestimated total value of the contract is 688 800 GBP. Due to the nature of the initial surveys and the need toallow necessary works to proceed without delay, it is anticipated that the service will commence immediately.Asbestos surveys are required for all public buildings together with the communal areas of the Councilsresidential housing stock. The service shall also take place in domestic properties within the two Boroughs.
Following receipt of tenders, it is envisaged that 2 Suppliers will be awarded the contract, acting as primary andsecondary contractors. It is proposed that the winning Bidder for this lot will be allocated 40 % of the servicesand will be classified as the secondary Contractor.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness inservice provision.          
         Read: Both Richmond and Wandsworth Councils are seeking to appoint 2 asbestos specialist consultants to undertake Asbestos Sampling and Surveying Services. The contract is expected to have a duration of 5 years withthe option to extend for a period or periods of up to 2 years at the absolute discretion of the Councils. Theestimated total value of the contract is 688 800 GBP. Due to the nature of the initial surveys and the need toallow necessary works to proceed without delay, it is anticipated that the service will commence immediately.Asbestos surveys are required for all public buildings together with the communal areas of the Councilsresidential housing stock. The service shall also take place in domestic properties within the two Boroughs.
Following receipt of tenders, it is envisaged that 2 Suppliers will be awarded the contract, acting as primary andsecondary contractors. It is proposed that the winning Bidder for this lot will be allocated 40 % of the servicesand will be classified as the secondary Contractor.
To ensure quality of service, Tenderers will need to satisfy the Council that they are able to ensure swiftness inservice provision.
                                    
   
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=325617642


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          London Borough of Richmond Upon Thames
          Civic Centre, 44 York Street, Twickenham, TW1 3BZ, United Kingdom
          Tel. +44 2088715021, Email: ishmam.choudhury@richmondandwandsworth.gov.uk
          Contact: Ishmam Choudhury
          Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.richmond.gov.uk
          NUTS Code: UKI75

View Award Notice