Asbestos Management Surveys for Canterbury City Council
Canterbury City Council wishes to select and appoint a suitable supplier for the provision of Asbestos Management Surveys and an Asbestos Register.
United Kingdom-Canterbury: Risk or hazard assessment other than for construction
2016/S 148-268694
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Canterbury City Council
Military Road
For the attention of: Mr Benjamin Wyatt
CT1 1YW Canterbury
United Kingdom
Telephone: +44 1227862529
E-mail: benjamin.wyatt@canterbury.gov.uk
Internet address(es):
General address of the contracting authority: http://www.canterbury.gov.uk
Electronic access to information: www.kentbusinessportal.org.uk
Electronic submission of tenders and requests to participate: www.kentbusinessportal.org.uk
Further information can be obtained from: Canterbury City Council
Military Road
For the attention of: Mr Benjamin Wyatt
CT1 1YW Canterbury
United Kingdom
Telephone: +44 1227862529
E-mail: benjamin.wyatt@canterbury.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Canterbury City Council
Military Road
For the attention of: Mr Benjamin Wyatt
CT1 1YW Canterbury
United Kingdom
Telephone: +44 1227862529
E-mail: benjamin.wyatt@canterbury.gov.uk
Tenders or requests to participate must be sent to: Canterbury City Council
Military Road
For the attention of: Mr Benjamin Wyatt
CT1 1YW Canterbury
United Kingdom
Telephone: +44 1227862529
E-mail: benjamin.wyatt@canterbury.gov.uk
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 14: Building-cleaning services and property management services
NUTS code UKJ4
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)
II.1.6)Common procurement vocabulary (CPV)
90711100, 48421000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 100 000 and 185 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.3)Technical capacity
As per tender documentation.
Minimum level(s) of standards possibly required:
As per tender documentation.
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 tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2KK London
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Asbestos Roof Replacement Contract Derbyshire
Asbestos Removal and Demolition Contract Chesterfield
Asbestos Consultancy Term Contract Sheffield
Asbestos Services and Asbestos Surveys Leicester