Asbestos Management Services Tender – City of London Corporation
The City of London wish to appoint a specialist consultant for non-section 20 asbestos surveys.
United Kingdom-London: Monitoring and control services
2020/S 127-312104
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Guildhall
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: EC2P 2EJ
Country: United Kingdom
Contact person: Diana.Morris@cityoflondon.gov.uk
E-mail: Diana.Morris@cityoflondon.gov.uk
Telephone: +44 2076063030
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Management Services — Built Environment, Corporate and Investment Properties
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation (the City) invites tenders for the provision of asbestos management services (Non-section 20)
The City of London wish to appoint a specialist consultant for non-section 20 asbestos surveys, to provide support for all asbestos related services and to partner our specified removal contract, including provision of:
• management surveys,
• re-inspection surveys,
• refurbishment and demolitions surveys,
• asbestos sampling,
• re-assurance air testing,
• four stage clearance certifications,
• removal work specifications for tender by removal contractors,
• technical support a site and client meetings,
• asbestos awareness training,
• annual review of the asbestos management plan.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of asbestos management surveys.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
If performance is consistent and delivers to the requirement of the City. The City will extend the contract by a further 2 years.
II.2.9)Information about the limits on the number of candidates to be invited
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
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
2024
VI.2)Information about electronic workflows
VI.4.1)Review body
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.5)Date of dispatch of this notice: