Asbestos and Legionella Testing and Removals Cheshire
HHT is looking for two contractors to provide asbestos (including legionella) testing and removal services across HHT sites, primarily within the Widnes and Runcorn area but potentially wherever HHT has an operational requirement.
United Kingdom-Runcorn: Technical building-inspection services
2014/S 206-365317
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Halton Housing Trust
Daresbury Point, Green Wood Drive, Manor Park
For the attention of: Phillip Williams
WA7 1UG Runcorn
UNITED KINGDOM
E-mail: tenders@cirruspurchasing.co.uk
Internet address(es):
General address of the contracting authority: http://www.haltonhousing.org/
Address of the buyer profile: https://cirrus-tenders.co.uk/Home.aspx?Link=[c9bdba45-df93-4c83-a0c5-1ad985ea14d6]&ClientStyle=1
Electronic access to information: https://cirrus-tenders.co.uk/Home.aspx?Link=[c9bdba45-df93-4c83-a0c5-1ad985ea14d6]&ClientStyle=1
Electronic submission of tenders and requests to participate: https://cirrus-tenders.co.uk/Home.aspx?Link=[c9bdba45-df93-4c83-a0c5-1ad985ea14d6]&ClientStyle=1
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Halton and surrounding areas as appropriate to meet the operational needs of the Trust.
NUTS code UKD21,UKD22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
*** this tender is available only for completion on-line via www.cirrustenders.co.uk***
This Pre-Qualification Questionnaire (PQQ) has been issued by HHT and sets out the information which is required by HHT in order to assess the suitability of contractors and their ability to deliver the requirements of the proposed contract. This PQQ is issued in accordance with the Restricted Procedure under the Public Contract Regulations 2006 (as amended).
HHT is looking for two contractors to provide asbestos (including legionella) testing and removal services across HHT sites, primarily within the Widnes and Runcorn area but potentially wherever HHT has an operational requirement. The tender will be structured into two lots reflecting the two contracts that will be issued. No sub-contracting is permissible under the proposed contracts.
Lot 1: Contract for asbestos (including legionella) testing services. Services required under this contract are expected to include provision of sampling and testing for asbestos. For legionella services risk assessments and drawings, monthly, quarterly, six and twelve month checks on relevant properties/sites will be required. Additional detail relating to the test locations and the form of contract to be used will be included within the ITT stage of the tender process. Estimated combined (asbestos and legionella surveys/testing) annual value is 50 000 GBP — 60 000 GBP ex VAT.
Lot 2: Contract for removal of asbestos as required by HHT. Additional detail relating to form of contract to be used will be included within the ITT stage of the tender process. Estimated annual value for asbestos removal is 60 000 GBP ex VAT.
The contract is expected to commence 1.4.2015. Although this date may change based on the operational requirements of the Trust.
Each contract will be an initial 3 year contract with 2 annual options to extend by a further 12 months on each occasion up to a maximum 5 years total contract term, subject to HHT requirements and the performance of the successful contractor.
Between 5 and 10 (a maximum of 5 for each lot) bidders are expected to be short-listed and invited to tender following this PQQ short-listing stage. The final contract award is envisaged to be to 1 bidder for each lot. Organisations can bid on 1 or both lots but will only be awarded 1 of the available contracts.
Contracts awarded following this process are accessible by all parts of Halton Housing Trust including any future subsidiaries. Additional requirements/locations may be identified and incorporated into awarded contracts by Halton Housing Trust during the contract period provided that they do not distort this initial call for competition.
II.1.6)Common procurement vocabulary (CPV)
71631300, 90650000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 600 000 GBP
II.2.2)Information about options
Description of these options: Two 12 month/annual extensions available following the initial 3 year (36 month) contract period for both lots. These options therefore allow for a total contract duration of 5 years (60 months).
Options will be taken at the discretion of Halton Housing Trust and provided that contractor performance has been of a satisfactory standard.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Asbestos and Legionella Surveying and Testing
1)Short description
2)Common procurement vocabulary (CPV)
71631300
3)Quantity or scope
Estimated value excluding VAT: 300 000 GBP
Lot No: 2Lot title: Asbestos Removal
1)Short description
2)Common procurement vocabulary (CPV)
90650000
3)Quantity or scope
Estimated value excluding VAT: 300 000 GBP
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e), where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(ca) bribery within the meaning of section 1 or 6 of the Bribery Act 2010(f);
(d) fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined
by Article 1 of the Convention on the protection of the financial interests of the European Communities(g), within the meaning of —
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(h), the Theft Act (Northern Ireland) 1969(i), the Theft Act 1978(j) or the Theft (Northern Ireland) Order 1978(k);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(a), article 451 of the Companies (Northern Ireland) Order 1986(b) or section 993 of the Companies Act 2006(c);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(d) or section 72 of the Value Added Tax Act 1994(e);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(f);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(g) or section 19 of the Theft Act (Northern Ireland) 1969(h);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(i); or (ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002(j);
(ea) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(k) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(l);
(eb) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(m); or
(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per Pre-Qualification Document.
III.2.3)Technical capacity
As per Pre-Qualification Document.
Minimum level(s) of standards possibly required:
As per Pre-Qualification Document.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As per Pre-Qualification Document.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36, 48 or 60 months dependent on contract performance and ongoing needs of Halton Housing Trust.
VI.2)Information about European Union funds
VI.3)Additional information
The is tender is available for completion on-line only at www.cirrustenders.co.uk
VI.4.2)Lodging of appeals
If an appeal regarding the award of the contract(s) has not successfully been resolved between the tenderer and Halton Housing Trust then the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: