Asbestos Services Framework Neath
We are seeking to issue a Framework Agreement for Asbestos Services to support Tai Tarian in the delivery of its Asbestos Management and Remediation programme.
United Kingdom-Neath: Asbestos removal services
2017/S 216-449068
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Ty Gwyn, Brunel Way, Baglan Energy Park
Neath
SA11 2FP
United Kingdom
Telephone: +44 1639505890
E-mail: procurement@taitarian.co.uk
NUTS code: UK
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1087
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Services Framework Agreement.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
We are seeking to issue a Framework Agreement for Asbestos Services to support Tai Tarian in the delivery of its Asbestos Management and Remediation programme, across its property portfolio of over 9 000 properties, comprising of domestic housing, flats and sheltered housing complexes.
The Framework will be split into 3 lots:
Lot 1: Licensed and Non-Licensed Asbestos Removal,
Lot 2: Non-Licensed Asbestos Removal,
Lot 3: Asbestos Surveying, Sampling and Air Testing/Monitoring.
It is envisaged that a maximum of 2 Suppliers will be appointed to each Lot.
Lots will be awarded on an individual basis. No Supplier will be appointed to more than one Lot. Therefore, Tai Tarian expects tender submissions for Lots 1, 2 or 3 exclusively and will not accept submissions for combinations of the Lots.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Licensed and Non-Licensed Asbestos Removal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The service comprises of the provision of Licensed and Non Licensed Asbestos Removal as described in the Tender Brief.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Non-Licensed Asbestos Removal
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The service comprises of the provision of Non-Licensed Asbestos Removal as described in the Tender Brief.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying, Sampling and Air Testing / Monitoring
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The service comprises of the provision of Asbestos Surveying, Sampling and Air Testing / Monitoring as described in the Tender Brief.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
November 2021.
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=72950
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Tai Tarian is committed to contributing to the social, economic and environmental well-being of the wider community. Consequently Community Benefits will be a mandatory contract clause. Therefore, as a minimum requirement, Tenderers will have to agree that community benefits will become part of the contract, if a Tenderer does not agree to this, then the Tenderer will be rejected.
This means, as part of their tender response, Suppliers will be asked to set out how they will deliver ‘community benefits’ through the contract by completing the ‘Menu of Options’ which will form their Community Benefits Plan, attached as Appendix 4.
Tai Tarian will be adopting the ‘core approach’ as part of this procurement process. This means the Community Benefits Plan will be evaluated and scored as part of the tender process. However, contractual clauses will set out the specific targets for delivery, to be agreed within 60 days of commencement of the contract.
(WA Ref:72950).
VI.4.1)Review body
Ty Gwyn, Brunel Way’ Baglan Energy Park
Neath
SA11 2FP
United Kingdom
Telephone: +44 1639505890Internet address:http://www.taitarian.co.uk
VI.5)Date of dispatch of this notice:
Read More
Compliance Management Services Tender Tamworth
Asbestos Surveying, Asbestos Removals and Air Monitoring Tender
Measured Term Contract for Asbestos Air Monitoring
Leicester City Council Asbestos Removal Tender 2017
Schools Asbestos Management Cumbria