South East Consortium is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Asbestos Removals |
Notice type: | Contract Notice |
Authority: | South East Consortium |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | SEC invites you to tender for an Asbestos Removals Framework (Framework Agreement). This process will require Tenderers to be hold a valid HSE licence. The framework will last for 4 years and call off contracts will be up to 7 years. This framework now includes a levy. Please read through the documents carefully especially regarding the levy. All pricing submitted must be inclusive of SEC Levy (2%), overheads, profit and prelims but exclusive of VAT. |
Published: | 26/06/2017 14:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: tracy.shepherd@southeastconsortium.org.uk
Main Address: www.bipsolutions.com
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: http://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Asbestos-removal-services./65Z8688272
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/65Z8688272 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
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos Removals
Reference Number: SEC 7023
II.1.2) Main CPV Code:
90650000 - Asbestos removal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: SEC invites you to tender for an Asbestos Removals Framework (Framework Agreement). This process will require Tenderers to be hold a valid HSE licence. The framework will last for 4 years and call off contracts will be up to 7 years. This framework now includes a levy. Please read through the documents carefully especially regarding the levy. All pricing submitted must be inclusive of SEC Levy (2%), overheads, profit and prelims but exclusive of VAT.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: SEC invites you to tender for an Asbestos Removals Services Framework. This process will require Tenderers to be hold a valid HSE licence. The framework will be in place for 4 years.
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: Not provided
Currency: Not provided
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: Not provided
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
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: Yes
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: 8
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: 31/08/2017 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 31/08/2017
Time: 12:00
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 No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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.
Please note that this framework is available for all publicly funded organisations to use. Access is not limited to SEC members alone. Eligibility inc but not ltd to Registered social landlords in England & Wales. TMOs, Management Orgs & ALMOs, NHS bodies & Trusts inc NHS authorities, trusts, councils, boards & NHS. All police forces & other emergency services, inc http://www.police.uk/forces.htm, http://www.fireservice.co.uk/information/ukfrs.php. All educational establishments inc schools maintained by LAs, academies, city technology colleges, learning & skills council, colleges, universities, further education establishments. Registered charities.Contracting authorities under PCR 2015& Schedule 1PCR 2015 and registered Schedule 1 to Utilities Contracts Regs 2006.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sittingbourne:-Asbestos-removal-services./65Z8688272
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/65Z8688272
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
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: 26/06/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451, Email: tracy.shepherd@southeastconsortium.org.uk
Main Address: www.bipsolutions.com
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.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Asbestos Removals
Reference number: SEC 7023
II.1.2) Main CPV code:
90650000 - Asbestos removal services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: SEC invited tenderers to submit a bid for the SEC Asbestos Removals Framework (Framework Agreement). This process required Tenderers to be hold a valid HSE licence. The framework will last for 4 years and call off contracts will be up to 7 years.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: SEC invites you to tender for an Asbestos Removals Services Framework. This process will require Tenderers to be hold a valid HSE licence. The framework will be in place for 4 years.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 50
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 16/10/2017
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
Cablesheer Asbestos
Cablesheer House, Murray Road, Orpington, Kent, BR5 3QY, United Kingdom
Email: info@cablesheergroup.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.2)
AA Woods
Woods House, River Way, Harlow, Essex, CM20 2DP, United Kingdom
Email: bidteam@aawoods.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.3)
PA Group UK Ltd
The Granary, Pinden Farm, Dartford, Kent, DA2 8EA, United Kingdom
Email: reception@pagroupuk.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.4)
Aspect Contracts Ltd
Aspect House, Honywood Road, Basildon, Essex, SS14 3DS, United Kingdom
Email: bidteam@aspectcontracts.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.5)
European Asbestos Services
Infinet House 111, Windmill Road, Sunbury on Thames, Surrey, TW16 7EF, United Kingdom
Email: bidteam@european-asbestos.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.6)
Omega Environmental Service Ltd
Suite 4, Birch Lane Business Park, Stonnall, Aldridge, West Midlands, WS9 0NF, United Kingdom
Email: mitchell@omega-enviro.co.uk
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.7)
Erith Contractors Ltd
Erith House, Queen Street, Erith, Kent, DA8 1RP, United Kingdom
Email: bd@erith.com
NUTS Code: UK
The contractor is an SME: Yes
Contractor (No.8)
Asbestech Ltd
Unit Q2, Penfold Works, Imperial Way, Watford, Hertfordshire, WD24 4YY, United Kingdom
Email: pneville@asbestech.com
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 1
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The CA considers this framework may be suitable for economic operators that are SMEs. This framework is available for all publicly funded organisations to use. Access is not limited to SEC members alone.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=284749006
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
The Strand, London, C2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
South East Consortium
Unit 190, Carver Drive, Kent Science Park, Sittingbourne, ME9 8NP, United Kingdom
Tel. +44 1795434451
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 25/10/2017