Asbestos Management Consultancy Services – Kent
Asbestos Management Consultancy Services. Lot No: Lot 1 – Kent Police.
United Kingdom-Maidstone: Technical testing, analysis and consultancy services
2018/S 123-279695
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Kent Police HQ
Maidstone
ME15 9BZ
United Kingdom
E-mail: procurement.services@kent.pnn.police.uk
NUTS code: UKJ4
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Management Consultancy Services — Annual Surveys, Air Tesing, Material Testing, Refurbishment Surveys and Management Advice and Support
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Invitation to Tender has been issued by the Police and Crime Commissioner for Kent (the “Kent PCC”) on behalf of itself, The Police, Fire and Crime Commissioner for Essex (the “Essex PFCC”) and The Kent and Medway Towns Fire Authority (the “Kent MTFA”).
Kent PCC will act as the lead Authority for the purpose of conducting the procurement process, labelling and communicating with tenderers via the e-tendering system (“Bravo”).
The services to be provided under this contract are to be performed for properties across the Kent Police Estate, the Essex Police Estate, Kent Fire and Rescue Service Estate, and the Essex Fire and Rescue Service Estate.
The Services required include the annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.
II.1.6)Information about lots
Lots 1, 2, 3 and 4 to be awarded individually or may be awarded on the basis of one or more contract to an individual supplier(s)
II.2.1)Title:
Asbestos Management Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kent Police District
II.2.4)Description of the procurement:
Kent Police require annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 extensions of 12 months each to be awarded at the discretion of the Authority
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 Management Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex Police District
II.2.4)Description of the procurement:
Essex Police requires annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 extensions of 12 months each to be awarded at the discretion of the Authority.
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 Management Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Kent & Medway Towns Fire Authority District.
II.2.4)Description of the procurement:
Kent and Medway Towns Fire Authority require annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 extensions of 12 months each to be awarded at the discretion of the Authority
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 Management Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority District.
II.2.4)Description of the procurement:
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority requires annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
3 extensions of 12 months each to be awarded at the discretion of the Authority
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
NEC3 Professional Services Contract April 2013
III.1.2)Economic and financial standing
Selection criteria as stated within the procurement documents.
Selection criteria as stated within the procurement documents.
III.1.3)Technical and professional ability
Selection criteria as stated within the procurement documents.
Selection criteria as stated within the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
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
VI.4.1)Review body
The Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
The Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding an award of the contract has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
The Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: