Asbestos Management Services Framework Caerphilly
The Council intends to establish a framework of 5 lots as follows: Lot 1 – Air Monitoring, Lot 2 – Asbestos Removal, Lot 3 – Non-Domestic Asbestos Surveys, Lot 4 – Domestic Asbestos Surveys, Lot 5 – Bulk Sample Analysis.
United Kingdom-Hengoed: Asbestos-removal work
2014/S 068-116855
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Caerphilly County Borough Council
Penallta House, Tredomen Park, Ystrad Mynach
Contact point(s): Procurement Services
For the attention of: Mr Nick Abbott
CF82 7PG Hengoed
UNITED KINGDOM
Telephone: +44 1443863161
E-mail: procurement@caerphilly.gov.uk
Fax: +44 1443863167
Internet address(es):
General address of the contracting authority: www.caerphilly.gov.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272
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)
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Throughout Caerphilly County Borough.
NUTS code UKL16
maximum number of participants to the framework agreement envisaged: 25
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 6 000 000 GBP
The Council intends to establish a framework of 5 lots as follows: Lot 1 – Air Monitoring, Lot 2 – Asbestos Removal, Lot 3 – Non-Domestic Asbestos Surveys, Lot 4 – Domestic Asbestos Surveys, Lot 5 – Bulk Sample Analysis.
The framework will last for 2 years with the option to extend by 2 further periods of 12 months each. The anticipated total value of the framework over all lots is GBP 6 million (six million pounds sterling).
The provision of these services is required in order to comply with general duties under the Health and Safety at Work etc. Act 1974 and more specifically in compliance with duties under the Control of Asbestos Regulations 2012.
The framework may include non-core community benefits. Further information regarding this can be found within the Pre-Qualification Questionnaire document.
Interested organisations should note that sub-contracting will not be permitted under this framework.
Interested Organisations should note that under Lot 1 of the framework appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that under Lot 2 of the framework appointed providers must hold a license for asbestos works granted by the UK Health and Safety Executive in accordance with the Control of Asbestos Regulations 2009 or equivalent. Under Lot 2 appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Under Lot 2 appointed providers must be prepared and able to act as a ‘Principle Contractor’ in accordance with the Construction Design and Management Regulations 2007. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that under Lot 4 and Lot 5 of the framework appointed providers may be required to provide a 24 hour completion service on works ordered. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that the Council has strict qualification and accreditation requirements for this framework. This is a reflection of the mandatory requirements set out within relevant government legislation including Management of Health and Safety at work Regulations 1999 (amended) and Control of Asbestos Regulations 2012.
Further information regarding the Councils qualification and accreditation requirements can be found in the attached Pre-qualification Questionnaire document.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=7476
45262660, 90650000, 79311000, 71700000, 71600000, 71631000, 71632000, 71630000, 71621000, 71610000, 71620000
Tenders may be submitted for one or more lots
The framework will be divided into 5 lots as follows: Lot 1 – Air Monitoring, Lot 2 – Asbestos Removal, Lot 3 – Non-Domestic Asbestos Surveys, Lot 4 – Domestic Asbestos Surveys, Lot 5 – Bulk Sample Analysis.
Estimated value excluding VAT: 6 000 000 GBP
Information about lots
Lot No: 3 Lot title: Non-Domestic Asbestos Surveys
Non-Domestic survey requirements will typically take the form of Refurbishment and Demolition surveys either to parts or the whole of corporate buildings.
90650000, 79311000, 71631000, 71630000, 71621000, 71600000
The Council commissions analyses of samples collected by trained Council employees in order to ensure compliance with The Control of Asbestos Regulations 2012 and Regulations 3 & 10 of the Management of Health and Safety at Work Regulations 1999.
Bulk Sample Analysis requirements usually take the form of analysis of one or more samples of suspected Asbestos Containing Materials collected by Council employees trained to BOHS P402 Buildings Surveys and Bulk Sampling for Asbestos (including Risk Assessment and Risk Management Strategies).
90650000, 71600000, 71632000, 71621000, 71610000, 71620000
Air Monitoring requirements will typically take the form of the following: Personal sampling for the assessment of respirator protection; Static sampling to assess background levels; Air monitoring during asbestos removal works; Air monitoring after asbestos removal works are complete.
71700000, 90650000, 71630000, 71632000, 71631000, 71620000
Asbestos Removal requirements will typically take the form of the following: Small scale localised licensed removal works in Council owned domestic and non-domestic properties; Large scale licensed removal works encompassing entire domestic and non-domestic Council owned properties; Non-licensed, notifiable removal works in Council owned non-domestic properties.
45262660, 90650000
Domestic Asbestos survey requirements will usually take the form of visual or management type asbestos surveys with intrusive elements.
Visual type asbestos surveys will involve the surveyor utilising a full asbestos survey report (report from a management type survey) for a property of the same archetype and comparing it to the property being surveyed and, taking additional samples if new items suspected asbestos containing materials are identified.
Samples results from the management type survey will be used for identification of visually similar products identified during visual inspection surveys.
90650000, 79311000, 71600000, 71631000, 71630000, 71621000
Section III: Legal, economic, financial and technical information
Description of particular conditions: As set out within the Pre-Qualification Questionnaire, the Invitation To Tender and any supporting documents.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
All candidates will be required to produce a certificate or declaration demonstrating that the economic operator has not been deleted or suspended from the Council’s Qualification List of Suppliers. Should the information submitted by any Tendering Organisation be prove to be false or in any other way incorrect, the Council reserves the right to remove the Tendering Organisation from this procurement process.
Minimum level(s) of standards possibly required: As set out within the Pre-Qualification Questionnaire and supporting documents.
As set out within the Pre-Qualification Questionnaire and supporting documents.
Minimum level(s) of standards possibly required:
As set out within the Pre-Qualification Questionnaire and supporting documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The criteria used for selecting the limited number of candidates to tender are detailed in the Pre-qualification Questionnaire. It should be noted that both financial / economic standing and quality thresholds will apply.
Prior information notice
Notice number in the OJEU: 2013/S 221-385012 of 14.11.2013
Section VI: Complementary information
The tender will be undertaken utilising Caerphilly CBC’s Proactis Plaza e-tendering system. Therefore, companies are invited to follow the following directions to register on the system:
1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com
2. Click the “Register Now” button at the bottom of the window.
3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.
4. Please make a note of the Organisation ID and User Name, then click “Register”.
5. You will then receive an email from the system asking you to “Click here to activate your account”. This takes you to Enter Organisation Details.
6. Please enter the information requested, click “Next” and follow the instructions ensuring that you enter all applicable details.
7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.
8. Accept the Terms and Conditions and then click “Next”. This takes you in to the Welcome window.
9. In the “Welcome” window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.
10. Now click “Done” and you will enter the Supplier Home page.
11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity, in this instance RQST10591 and then click to register your interest on the relevant button. Click the “Requests from Buyers” command in the Opportunities area. This will take you to the list of current opportunities available to you.
12. Click the Project ID (RQST10591) that relates to this notice, this will take you into the Tender Request.
13. Note the closing date for completion of the relevant project. Please review the Documents tab and Items Tab as there will be information relating to the project held here.
14. You can now either “Create a Response” to, or “Decline” this opportunity.
(WA Ref:7476)
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:
As set out within the Pre-Qualification Questionnaire, the Invitation To Tender and any supporting documents.
VI.5)Date of dispatch of this notice:2.4.2014